Loading...
SS9901-CN040203T H E • C 1 T Y • O F CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B PROJECT NO. SS 99 -01 THE CITY OF COPPELL DECEMBER 2003 OF .s TED ....................... • SUGG r .o • .9 82775 TABLE OF CONTENTS Section 2 - Contract Documents Standard Form of Agreement (Contract) Page # f1 de_v4ur, No. 2 -8 Section 1 - Bidding Documents 2 -9 Notice to BIDDERS 1 -4 Instructions to BIDDERs 1 -5 Proposal/Bid Schedule 1 -16 Prevailing Wage Rates 1 -29 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2 -2 Certificate of Insurance 2 -8 Instructions for Bonds 2 -9 Performance Bond 2 -10 Payment Bond 2 -12 Maintenance Bond 2 -14 For this project, the Standard Specifications for Public Works Construction - North Central Texas, as prepared by the North Central Texas Council of Governments and the City of Coppell Standard Construction Details shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Section 3 - City of Coppell's Supplementary Conditions 3 -1 to the NCTCOG General Provisions Section 4 - Specific Project Requirements 4 -1 02161 — Trench Excavation and Shoring Safety Plan 02643 — HDPE Piping 15052 — Jointing Cast Iron and Ductile Iron Piping 15062 — Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings 15107 —Resilient `'Wedge Gate Valves Appendix A — Geotechnical Report Appendix B — Project Layout Sheets Section 5 - Description of Pay Items 5 -1 _ r 052131124.0001 February 4, 2004 Page 1 of 3 ADDENDUM NO. 1 E OFT CONSTRUCTION SSPECIFICATIONS AND CONTRACT DOCUMENTS FOR j * TED B. .SUGG DEFOREST ROAD LIFT STATION IMPROVEMENTS �� , 82775 gy p • : �� FORCE MAIN LINES A & B �� o,�'•c /STE •�`�= THE CITY OF COPPELL ��� ;`S/. • " • .EN TC &B PROJECT 052131124.0001 To: All plan holders of record This Addendum forms part of the Contract Documents and modifies the Specifications and Plans as noted below. Acknowledge receipt of the Addendum in the space provided on the Bid form and on the outer envelope of the Bid Proposal. Failure to acknowledge receipt of the Addendum may subject the Bidder to disqualification. This Addendum consists of 3 pages. SPECIFICATIONS 1. Add the following at the end of Item 12 (Bid Proposal) on Page 1 -11 in Section 1 (Bidding Documents): "12.3 A cashiers check or bid bond in the amount of 5 percent of the total amount of the bid must be submitted with the bid proposal. Refer to Item 1.5 in the NCTCOG Standard Specifications for Public Works Construction." 2. In Item 1.06.C.4 on Page 3 of 13 in Section 02643 (HDPE Piping), change the required drill rig capacity from "3000,000" to "300,000). 3. Add the following at the end of Item 1.06.0 on Page 3 of 13 in Section 02643 (HDPE Piping): 11 5. Fusion Equipment Operators must show experience fusing large diameter (30 -inch minimum) HDPE." 4. Add the following at the end of Item 1.07 on Page 4 of 13 in Section 02643 (HDPE Piping): "G. Submit the name of the directional drilling contractor (if different from BIDDER) with the Bid." 5. Delete Item 2.02.C.2 on Page 7 of 13 in Section 02643 (HDPE Piping). 052131124.0001 PLANS 1. In the Plans, Sheet 3 of 43 — ALT. I QUANTITY SHEET, add Note 14: February 4, 2004 Page 2 of 3 14. THRUST BLOCKING AND MECHANICAL RESTRAINTS (MEGA -LUG BY EBAA IRON OR ENGINEER APPROVED EQUAL) SHALL BE REQUIRED ON ALL DUCTILE IRON BENDS, TEES, PLUGS, ETC. MECHANICAL RESTRAINTS SHALL ALSO BE PROVIDED FOR MECHANICAL JOINT VALVES. ALL THRUST RESTRAINT DEVICES AND METHODS USED SHALL BE CONSIDERED INCIDENTAL TO THE PIPE AND THERE SHALL BE NO ADDITIONAL COMPENSATION ALLOWED. REFER TO SHEET SDI IN THE CITY OF COPPELL STANDARD CONSTRUCTION DETAILS FOR THRUST BLOCKING DETAILS." 2. In the Plans, Sheet 22 of 43 — ALT. I MISCELLANEOUS DETAILS, the flanged outlet for a 4" air release valve on a 30 -inch line shall be 16 -inch diameter (not 18 -inch diameter). The flanged outlet for a 4" air release valve on a 20 -inch line shall be 12 -inch diameter (not 18- inch diameter). 3. In the Plans, Sheet 22 of 43 — ALT. I MISCELLANEOUS DETAILS, add the following notes to the detail for the combination sewage air vacuum / air release valve: "4. FABRICATED HDPE TEE SHALL MEET THE REQUIREMENTS OF SPC 02643. FITTING HEIGHT SHALL BE SUCH THAT ALL REQUIRED CLEARANCES CAN BE MAINTAINED. 5. THE DUCTILE IRON BLIND FLANGE ON THE TEE OUTLET SHALL BE EPDXY LNED." 4. In the Plans, Sheet 24 of 43 — ALT. II QUANTITY SHEET, add the following to Note 4: "ALL STELL ENCASEMENT PIPE SHALL HAVE A MINIMUM WALL THICKNESS OF 0.50 INCHES AND SHALL BE COATED WITH MIN 20 MILS COAL TAR EPDXY INSIDE AND OUT. 5. In the Plans, Sheet 24 of 43 — ALT. II QUANTITY SHEET, replace Note 8 with the following: 11 8. THRUST BLOCKING AND MECHANICAL RESTRAINTS (MEGA -LUG BY EBAA IRON OR ENGINEER APPROVED EQUAL) SHALL BE REQUIRED ON ALL DUCTILE IRON BENDS, TEES, PLUGS, ETC. MECHANICAL RESTRAINTS SHALL ALSO BE PROVIDED FOR MECHANICAL JOINT VALVES. ALL THRUST RESTRAINT DEVICES AND METHODS USED SHALL BE CONSIDERED INCIDENTAL TO THE PIPE AND THERE SHALL BE NO ADDITIONAL COMPENSATION ALLOWED. REFER TO SHEET SD17 IN THE CITY OF COPPELL STANDARD CONSTRUCTION DETAILS FOR THRUST BLOCKING DETAILS." In the Plans, Sheet 42 of 43 — ALT. II MISCELLANEOUS DETAILS, the flanged outlet for a 4" air release valve on a 30 -inch line shall be 16 -inch diameter (not 18 -inch diameter). The y , 052131124.0001 February 4, 2004 Page 3 of 3 flanged outlet for a 4" air release valve on a 20 -inch line shall be 12 -inch diameter (not 18- inch diameter). 7. In the Plans, Sheet 42 of 43 — ALT. II MISCELLANEOUS DETAILS, add the following note to the detail for the combination sewage air vacuum / air release valve: "4. THE DUCTILE IRON TEE AND THE BLIND FLANGE ON THE TEE OUTLET SHALL BE EPDXY LINED." No other part of the Contract Documents, Technical Specifications, or Plans are hereby changed. CLARIFICATIONS The following clarifications are included for bidders' information, based on questions received, to direct bidders to information in the Contract Documents. These clarifications do not change the Contract Documents. 1. No compact ductile iron fittings will be allowed. 2. Ductile iron pipe installed by open cut methods will use NCTCOG Class B -2 embedment. 3. No questions regarding the Contract Documents will be accepted after 5:00 pm on Friday, February 6, 2004. 4. No Contract Documents will be dispersed after 5:00 pm on Friday, February 6, 2004. 5. Force Main Line D and Force Main Lines A & B are two separate and distinct bids. 6. The criteria for evaluating bids include bid price, contract time, experience, and disruption. END OF ADDENDUM SECTION I BIDDING DOCUMENTS NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of the Deforest Road Lift Station Improvements Force Main Lines A & B Project No. SS 99 -01. Plans and specifications may be — obtained for a non - refundable cost of $50.00 from the ENGINEER (Turner Collie & Braden, 17300 Dallas Parkway, Suite 1010, Dallas, Texas 75248, telephone 972- 735 -3000 for additional information). Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Deforest Road Lift Station Improvements Force Main Lines A & B No. SS 99 -01 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:30 a.m., February 10, 2004, and then publicly opened and read aloud. Each BIDDER shall submit two identical copies of this bid with the City of Coppell Bid No. Q- 1203 -02 designated clearly on the exterior of the bid envelope. The Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the 2 nd Floor Conference Room (255 Parkway Blvd.), at 10:00 a.m. on February 3, 2004. The conference is not mandatory, however, all interested BIDDERs are strongly encouraged to attend. The OWNER reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The OWNER reserves the right to accept the alternate bid of a CONTRACTOR that did not submit the lowest base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. BIDDERs are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. _ NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The BIDDER shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, — however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the CONTRACTOR with an exemption certificate for the materials. The CONTRACTOR is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The BIDDER shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful BIDDER's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1 -4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to BIDDERS, which are defined in the Standard Specifications for Public Works Construction - North Central Texas latest edition, as _ prepared by the NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "BIDDER" means one who submits a Bid directly to OWNER, as distinct from a sub - BIDDER, who submits a bid to a BIDDER. The term "Successful BIDDER" means the lowest, qualified, responsible BIDDER to whom the OWNER (on the basis of the OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to BIDDERS, Instructions to BIDDERS, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: OWNER: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. — ENGINEER: Wherever the word "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to Turner Collie & Braden Inc. (TCB), 17300 Dallas Parkway, Suite 1010, Dallas, Texas 75248. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work can be bid as high density polyethylene (HDPE) piping installed primarily by directional drilling (Alternative I) or as ductile iron piping installed primarily by open cut methods (Alternative II). Alternative I shall consist of the installation of 4,566 linear feet (LF) of 20" HDPE force main by directional drilling and 116 LF of 24" PVC gravity main by trenchless construction methods (Line A), and installation of 788 LF of 30" HDPE force main by directional drilling (Line B). The work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. Alternative II shall consist of the installation of 4,608 LF of 20" ductile iron force main by open cut and trenchless construction methods and 116 LF of 24" PVC gravity main by open cut and trenchless construction methods (Line A), and installation of 791 of 30" ductile iron force main by open cut and trenchless construction methods (Line B). The 1 -5 Bidding Documents work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the ENGINEER at 17300 Dallas Parkway, Suite 1010, Dallas, Texas for $50.00. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful BIDDER will be famished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for 540.00 per set. C) Bidding documents may be examined free of charge at the offices of the ENGINEER, 17300 Dallas Parkway, Suite 1010, Dallas, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The OWNER, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of BIDDERs. The BIDDER shall submit within five (5) days of the OWNER's request such evidence as the OWNER may require to establish his financial responsibility, experience and possession of _ such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the BIDDER including approximate cost and completion date shall be submitted upon request. B. Past Project Experience. The BIDDER shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). 1 -6 Bidding Documents C. Equipment. The BIDDER shall provide a list of equipment that will be used on this project. The BIDDER shall demonstrate that he has adequate equipment to complete this project properly and expeditiously, and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial. Each BIDDER shall be prepared to submit upon request of the OWNER a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This — information will be used to confirm that the BIDDER has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The BIDDER shall demonstrate to the satisfaction of the OWNER that he has the technical experience to properly complete this project. F. Proof that the BIDDER maintains a permanent place of business. 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock OWNERship amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The CONTRACTOR represents that no employee or officer of the City has an interest in the CONTRACTOR. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from the street and right -of -way at the respective intersections. It shall be the BIDDER's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate BIDDER's observations with the Contract 1 -7 Bidding Documents Documents, and (e) notify ENGINEER of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any BIDDER from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the OWNER by owners of such underground Facilities or others, and the OWNER does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the CONTRACTOR, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the CONTRACTOR's responsibility to notify and cooperate with the utility or structure OWNER. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the CONTRACTOR's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation. The CONTRACTOR shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each BIDDER will, at BIDDER's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which BIDDER deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, OWNER will provide each BIDDER access to the site to conduct explorations and tests as each BIDDER deems necessary for submission of a Bid. BIDDER shall fill all holes, clean up and restore the site to its former conditions upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by CONTRACTOR in performing the Work are — identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by BIDDER that BIDDER has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1 -8 Bidding Documents 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all BIDDERS recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each BIDDER shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the OWNER. 8. Contract Time. 8.1 The time for completion in calendar days should be included on the Bid Form in the space provided. Completion time will be a strong factor in the award of this project. All work shall be complete within the calendar day count required by the CONTRACTOR's Proposal. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed. 8.2 Prior to the issuance of the Notice to Proceed by the OWNER, the CONTRACTOR shall submit a detailed Progress and Schedule chart to the OWNER for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 1.36 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: Five Hundred dollars ($500.00) per day. 10. Substitute or "Or- Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or- equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 1 -9 Bidding Documents 11. Subcontractors, Suppliers, and Others. 11.1 If the OWNER requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the OWNER in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful BIDDER, and any other BIDDER so requested, shall within seven (7) days after the request submit to the OWNER a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the OWNER. If the OWNER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, the OWNER may, before the Notice of Award is given, request the apparent Successful BIDDER to submit an acceptable substitute in which case the apparent Successful BIDDER shall submit an acceptable substitute. BIDDER's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the OWNER may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful BIDDER declines to make any such substitution, the OWNER may award the contract to the next lowest BIDDER that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any BIDDER. 11.2 No CONTRACTOR shall be required to employ any Subcontractor, Supplier, other person or organization against who CONTRACTOR has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the BIDDER shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the OWNER. For Alternative I, the CONTRACTOR shall submit with the Bid Form a plan showing his proposed access pit locations and pipe layout areas. Plan layout sheets have been included as Appendix B (located at the end of Section 4 of these Specifications) for this purpose. The number and location of access pits proposed will be a strong factor in the award of this project. 12.2 The legal status of the BIDDER, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation BIDDER must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By " 1 -10 Bidding Documents If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney -m- fact. If signed by an attorney -in -fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the BIDDER without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for _ the comparison of bids, unless otherwise noted. Payments will be made to the CONTRACTOR only for the actual quantities of work performed or materials furnished in accordance with the Contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. For Alternative I, the length of HDPE piping is a baseline quantity, which means the CONTRACTOR will be paid for that quantity of piping, regardless of the actual length of piping installed. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until 10:30 a.m., February 10, 2004, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q- 1203 -02 and the name and address of the BIDDER shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED Construction of Deforest Road Lift Station Improvements Force Main Lines A & B Project No. SS 99 -01" on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty -four hours after the Bids are opened, any BIDDER files a duly signed written notice with the OWNER and promptly thereafter demonstrates to the reasonable 1 -I 1 Bidding Documents satisfaction of OWNER that there was a material and substantial mistake in the preparation of the Bid, that BIDDER may withdraw his bid. Thereafter, that BIDDER will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The OWNER reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a BIDDER is interested in more than one such bid may cause the rejection of all bids in which said BIDDER is interested. Bids in which prices are obviously unbalanced may be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but the OWNER may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 The OWNER reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful BIDDER. The OWNER also reserves the right to reject all nonconforming, non - responsive, unbalanced or conditional Bids. Also, the OWNER reserves the right to reject the Bid of any BIDDER if the OWNER believes that it would not be in the best interest of the Project to make an award to that BIDDER, whether because the Bid is not responsive or the BIDDER is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the OWNER. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.2 In evaluating Bids, the OWNER will consider the qualifications of the BIDDERs, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, completion time, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the Bid. 19.3 The OWNER may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the OWNER. The OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 1 -12 Bidding Documents 19.4 The OWNER may conduct such investigations as the OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of BIDDERS, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the OWNER's satisfaction within the prescribed time. 19.5 If the Contract is to be awarded, it will be awarded to the lowest and best qualified BIDDER whose evaluation by the OWNER indicates to the OWNER that the award will be in the best interests of the Project. 19.6 If the Contract is to be awarded, the OWNER will give the Successful BIDDER a Notice of Award within ninety (90) days after the date of the Bid opening. 20. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful BIDDER shall execute and furnish to the OWNER three (3) original signed contracts and a Certificate of Insurance. 21. Affidavit of Bills Paid. Prior to final acceptance of this project by the OWNER, the CONTRACTOR shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project constriction have been paid in full, and that there are no claims pending. 22. Bid Compliance. Bid must comply with all Federal, State, county and local laws. CONTRACTOR shall not hire nor work any illegal alien. 23. Notice to Proceed. Upon execution of the Contract, the OWNER will issue a written Notice to Proceed to the CONTRACTOR requesting that he proceed with the construction. The CONTRACTOR shall commence work within ten (10) calendar days after the date of Notice to Proceed. 24. Sales Tax. The BIDDER shall not include or provide for sales tax on tangible personal property to be incorporated into the Project. In order to be exempt from the sales tax on such tangible personal property, the Contract shall separate and provide separate charges for materials to be incorporated into the Project from charges for labor. The City will provide the CONTRACTOR with an exemption certificate for the materials. The CONTRACTOR is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The BIDDER shall show the cost of materials to be incorporated into the Contract (tangible 1 -13 Bidding Documents personal property) in the space provided on the bid form. The successful BIDDER's Bid Form will be used to develop a separate Contract and will determine the extent of the tax exemption. Upon execution of the construction Contract, the Successful BIDDER shall provide a per item breakdown of 1) materials incorporated into the Project; and 2) labor, equipment, supervision and materials not incorporated into the Project. 25. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by OWNER or their authorized representative. 26. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the OWNER. 27. Assignment. The Successful BIDDER shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of OWNER. 28. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 29. Maintenance Bond. The CONTRACTOR shall provide a two year Maintenance Bond in the amount of 50% of the value of the work at the completion of the Project. The bond must be provided prior to final payment by the City. 1 -14 Bidding Documents BID FORM PROJECT IDENTIFICATION: Deforest Road Lift Station Improvements Project Force Main Lines A & B SS 99 -01 in Coppell, Texas BID OF S •S Lot.�,lS Csv1Sf r L( C� Yl (3� T , qq. DATE , ( o, 2 (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q- 1203 -02 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to BIDDERS and Instructions to BIDDERS. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: LlN oil Rec'd: Z1510 Aw� 1 -15 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract _ Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the Contract Documents and which have been used in preparation of the Contract Documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the Contract Documents and which have been utilized in preparation of the Contract Documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1 -16 Bidding Documents (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the Bid. 5. BIDDER will complete the Work for the following price(s): 1 -17 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B _ PROJECT #SS 99 -01 ALTERNATIVE I - HDPE PIPING BY DIRECTIONAL DRILLING UNIT PRICE BID SCHEDULE BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1-1* 4,566 LF 20" DIPS HDPE DR 17 Force Main by Directional Drilling. Complete in Place Dollars and Cents per LF. I -2 36 LF 24" SDR 26 PVC Gravity Main by Bore / No encasement. Complete in Place Dollars and Cents per LF. I -3 80 LF 24" SDR 26 PVC Gravity Main by Bore with 36" Steel Encasement. Complete in Place Dollars and Cents per LF. I -4* 788 LF 30" DIPS HDPE DR 17 Force Main by Directional Drilling. Complete in Place Dollars and Cents per LF. I -5 2 EA Install 5' -0" Diameter Precast Concrete Manhole. Complete in Place Dollars and Cents per EA. 1 -18 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B PROJECT #SS 99 -01 - ALTERNATIVE I - HDPE PIPING BY DIRECTIONAL DRILLING UNIT PRICE BID SCHEDULE — BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1 -6 1 EA Install 5' -0" Diameter Precast Concrete Manhole on Existing TRA Gravity Main. Complete in Place Dollars and Cents o Q �A per EA. 1 -7 1 LS HDPE Fittings. Complete in Place Dollars and Cents per LS. I -8 0.44 TN Ductile Iron Fittings. Complete in Place Dollars and Cents per TN. I -9 1 LS Directional Drilling Access Pits. Complete in Place Dollars and Cents per LS. I -10 1 LS HDPE Pipe Handling for Line "A ". Complete in Place Dollars and Cents per LS. 1 -19 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B _ PROJECT #SS 99 -01 ALTERNATIVE I - HDPE PIPING BY DIRECTIONAL DRILLING UNIT PRICE BID SCHEDULE BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price I -11 1 LS HDPE Pipe Handling for Line `B ". Complete in Place Dollars and Cents L�r, per LS. I -12 2 EA Line "A" Thrust Restraint Blocks. Complete in Place Dollars _ and Cents t�c 3 IN p er EA. I -13 2 EA Line "B" Thrust Restraint Blocks. Complete in Place Dollars t� G%4 and Cents o p er EA. I -14 1 LS Hydrostatic Pipe Testing of Line "A ". Complete in Place Dollars and Cents wt 0 0 1 3 1p p er LS. I -15 1 LS Hydrostatic Pipe Testing of Line "B ". Complete in Place Dollars and Cents fZ, p er LS. I -16 1 LS Storm Water Controls. Complete in Place Dollars and Cents lvo �3 A per LS. 1 -20 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B PROJECT #SS 99 -01 ALTERNATIVE I - HDPE PIPING BY DIRECTIONAL DRILLING UNIT PRICE BID SCHEDULE BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1 -17 1 LS Implementation of Traffic Control Plan. Complete in Place Dollars and Cents per LS. * Baseline quantities are provided for these items. The CONTRACTOR will be paid for this quantity, regardless of the actual quantity installed. TOTAL BID ITEMS BASE BID I -1 thru I -17 TANGIBLE PERSONAL PROPERTY COST $ �0 6ir, $ IJ o fl 14 1 -21 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B _ PROJECT #SS 99 -01 ALTERNATIVE II — DUCTILE IRON PIPING BY OPEN CUT UNIT PRICE BID SCHEDULE — BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1I -1 3,592 LF 20" Ductile Iron Force Main by Open Cut. Complete in Place 00 ONE 0vNbKr-b K�mTeed Dollars and A6 Cents per LF. U -2 214 LF 20" Ductile Iron Force Main by Bore / No Encasement. Complete in Place 0D 310 , ` 00 �z,�t„o, — THREE 0%)owXb F?!z y Dollars and W0 Cents per LF. 11 -3 802 LF 20" Ductile Iron Force Main by Bore with 36" Steel Encasement. Complete in Place M — 0o Z z, LAW. — TwiM I y wmeb 9*w Dollars . and No Cents per LF. II -4 36 LF 24" SDR 26 PVC Gravity Main by Bore / No Encasement. Complete in Place 3�0 00 IZ�IsOO,— 6 q �aba>EL;V Dollars THR e F and Qo Cents per LF. II -5 80 LF 24" SDR 26 PVC Gravity Main by Bore with 36" Steel Encasement. Complete in Place o0 Z$ T4ea - -- 4umbiteb RM Dollars , and No Cents per LF. 1 -22 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B PROJECT #SS 99 -01 ALTERNATIVE II — DUCTILE IRON PIPING BY OPEN CUT UNIT PRICE BID SCHEDULE BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price H -6 703 LF 30" Ductile Iron Force Main by Open Cut. Complete in Place oo _ co ONE RumbpXb Ft Fry Stx Dollars 1'96. 1 G(P�b. and Oo Cents per LF. 11 -7 88 LF 30" Ductile Iron Force Main by Bore with 48" Steel Encasement. Complete in Place 503. q41 7j .qo FwE umpREb IHRFE Dollars and No Cents per LF. H -8 15.07 TN Ductile Iron Fittings. Complete in Plac Foery E mkr AvmbaEp Dollars 00 and NJo Cents per TN. H -9 7 EA 4" Combination Sewage Air Vacuum / Air Release Valve with Manhole. Complete in Place 4! �'���' m y ?,`iSO."- �� Eiewir Avwut� Ftp!y Dollars and )J,, Cents per EA. 1I -10 4 EA Bore Under Existing Tree / No Encasement. Complete in Place e 1zr ooh TNREE T- KovsAaN Dollars 3,C and No Cents per EA. 1 -23 Bidding Documents DEFOREST ROAD - LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B _ PROJECT #SS 99 -01 ALTERNATIVE II - DUCTILE IRON PIPING BY OPEN CUT UNIT PRICE BID SCHEDULE -- BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 11-11 1 LS Sod / Hydro Mulch. Complete in Place Fo RTy THOO AAb Dollars m y o, 000 Q0 '4o, ow. and No Cents per SY. II -12 1 LS Implementation of Traffic Control Plan. Complete in Place TiEN THousAN6 Dollars to —° 10 and N o Cents per LS. H -13 1 LS Development and Installation of Storm Water Pollution Prevention Plans. Complete in Place S,t� Sri Five Tt wvsp-t46 Dollars •� and Nb Cents per LS. II -14 2 EA Install 5' -0" Diameter Precast Concrete Manhole. Complete in Place o0 3 0 ° 7100 TKtR-ry S Evcm lAymbp-g& Dollars .'" and IJo Cents per EA. II -15 1 EA Install 5' -0" Diameter Precast Concrete Manhole on Existing TRA Gravity Main. S��IUO• Complete in Place FtF•ry 1ouR tkw.10Reb Dollars and 1 No Cents per EA. 1 -24 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINES A & B PROJECT #SS 99 -01 ALTERNATIVE II — DUCTILE IRON PIPING BY OPEN CUT UNIT PRICE BID SCHEDULE BASE BID Item No. Quantity Unit Description and Price in Words Unit Price Total Price U -16 1 LS Hydrostatic Pipe Testing of Line "A ". Complete in Place SEvE,a - rw wSp.14t. Dollars ��C1Cn,' 00 - I t OGD ,— and No Cents er LS. U -17 1 LS Hydrostatic Pipe Testing of Line "B ". Complete in Place m -Nkr6 THoueAt3b Dollars S l ow. 3oCn and No Cents per LS. TOTAL BID ITEMS BASE BID II -1 thru II -17 TANGIBLE PERSONAL PROPERTY COST $ 1,1 /, Solo GO $ - 7D(o I SD3 1-25 Bidding Documents BID SUMMARY CALENDAR TOTAL PRICE DAYS Alternative I TOTAL BID ITEMS BASE BID I -1 thru I -17 $ Oo &n, No Sip In Words: IJo 13►D Alternative II ao TOTAL BID ITEMS BASE BID 11-1 thru II -17 $ 1 .— zC0 In Words: Ne MIL.Lwr4 ()NE h v mw u e N SE - J& 4 Ty SEyEP T KOV&PPe- F HUNOWIS So( tot- t_B►IZS 41J6 Zemo Cekw 6. BIDDER agrees that all Work awarded will be completed within the number of Calendar Days specified above. Contract time will commence to run as provided in the Contract Documents. 7. This project and the Force Main Line D project are being bid at the same time. Construction on these projects will be concurrent. If the BIDDER elects to bid on both projects, he must show that he has the personnel and equipment to perform both projects simultaneously. 8. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 9. BIDDER understands that the OWNER is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the Project. Said taxes are not included in the Contract Price (see Instructions to BIDDERs). 10. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this Project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED ON Z /1 0 ,/0Li Signature: 1 -26 Bidding Documents BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. BIDDER further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained _ in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. _ STATE OF Texas COUNTY OF Ta-ry - 0-y - BEFORE ME, the undersigned authority, a Notary Public in and for the State of Ryo s , on this day personally appeared (mss V. WhjInga y who after being by me Name duly sworn, did depose and say: V 41ifnrtay am a duly authorized office /agent for Name 5.z- Lnk,s o� Txas . LA and have been duly authorized to execute the Name of Firm foregoing on behalf of the said S• �. Lauis '�nsfruc {ia✓� o �xaS� L~fd. Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other BIDDER or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the BIDDER is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of BIDDER: S.T. L.ou,is C; an6 " is-n 6� Ta&S. UA. 5 Z S. (4+ Ave, - , MoI,"Ge1d -rre JUOlo3 Telephone: ( 811 ) HTI - 03 20 by: L2, Mk 4 ,rvt c'n Title: &y1tf M0.Y14tr Signature: SUBSCRIBED AND SWORN to before me by the above named Lt V. VVWN on this the day of ro-bryLrK 20 0 Notary Public in and for the State of �xaS r�;R :lj, BECKY JONES "= My COMMISSION EXPIRES ' December 19, 2006 1 -27 Bidding Documents If BIDDER IS: An Individual By (Individual's Name) doing business as Business address Phone No. A Partnership By S. S L oui S C KL5f y - i0Y1 QrE TKO (Seal) (Firm Name) L2S V- WyA i fw ay - ) (General Partner) Business address �2o & (Q Phone No. A Corporation By (Corporation Name) By (Seal) (State of Incorporation) (Name of person authorized to sign) (Title) (Corporate Seal) Attest (Secretary) Business address Phone No. A Joint Venture 1 - 171 (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1 -28 Bidding Documents PREVAILING WAGE RATES Air Tool Operator . ............................... 9.00 Asphalt Raker ..... ............................... 9.55 Asphalt Shoveler .. ............................... 8.80 Batching Plant Weigher ........................11.51 Carpenter .......... ............................... 10.30 Concrete Finisher - Paving ...................... 10.50 Concrete Finisher - Structures ................... 9.83 Concrete Rubber .. ............................... 8.84 Electrician .............. ..........................15.37 8.62 Flagger.................. ........................... 7.55 Form Builder - Structures ........................ 9.82 Form Liner- Paving and Curb .................. 9.00 Form Setter - Paving and Curb .................. 9.24 Form Setter - Structures ......................... 9.09 Laborer - Common . ............................... 7.32 Laborer - Utility .... ............................... 8.94 Mechanic .......... ............................... 12.68 Oiler ............... ............................... 10.17 Servicer ............ ............................... 9.41 Painter - Structures ............................... 11.00 Pipe Layer ........................................ 8.98 Blaster ............. ............................... 11.50 Asphalt Distributor Operator .................. 10.29 Asphalt Paving Machine ....................... 10.30 Broom or Sweeper Operator ................... 8.72 Bulldozer ......... ............................... 10.74 Concrete Curing Machine ..................... 9.25 Concrete Finishing Machine .................. 11.13 Concrete Paving Joint Machine ............... 10.42 Concrete Paving Joint Sealer .................. 9.00 Truck Driver Lowboy/Float ................... 10.44 Truck Driver - Transit Mix ...................... 9.47 Truck Driver- Winch ............................ 9.00 Vibrator Operator -Hand Type .................. 7.32 Welder............ ............................... 11.57 Concrete Paving Saw . ............................... 10.39 Concrete Paving Spreader . ..........................10.50 Slipform Machine Operator ................. I........ 9.92 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel ........................... 11.04 Foundation Drill Operator Crawler Mounted..... 10.00 Foundation Drill Operator Truck Mounted ....... 11.83 Front End Loader ...... ............................... 9.96 Milling Machine Operator ........................... 8.62 Mixer ................... ............................... 10.30 Motor Grader Operator Fine Grade ............... 11.97 Motor Grade Operator ............................... 10.96 Pavement Marking Machine ......................... 7.32 Roller, Steel Wheel Plant -Mix Pavements ......... 9.06 Roller, Steel Wheel Other Flatwheel or Tamping.......... ............................... 8.59 Roller, Pneumatic, Self- Propelled .................. 8.48 Scraper................... ............................... 9.63 Tractor- Crawler Type ............................... 10.58 Tractor - Pneumatic ..... ............................... 9.15 Traveling Mixer ........ ............................... 8.83 Wagon - Drill, Boring Machine ..................... 12.00 Reinforcing Steel Setter Paving .................... 13.21 Reinforcing Steel Setter Structures ................ 13.31 Steel Worker- Structural ............................ 14.80 Spreader Box Operator .............................. 10.00 Work Zone Barricade .. ............................... 7.32 Truck Driver - Single Axle Light ..................... 8.965 Truck Driver - Single Axle Heavy .................... 9.02 Truck Driver - Tandem Axle Semi Trailer ......... 8.77 1 -29 Bidding Documents SECTION 2 CONTRACT DOCUMENTS STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the f�'V,4' day of in the year 2001by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter S.J. Louis Construction called OWNER) and of Texas, Ltd. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: — This work can be bid as high density polyethylene (HDPE) piping installed primarily by directional drilling (Alternative I) or as ductile iron piping installed primarily by open cut methods (Alternative II). Alternative I shall consist of the installation of 4,566 linear feet (LF) of 20" HDPE force main by directional drilling and 116 LF of 24" PVC gravity main by trenchless construction methods (Line A), and installation of 788 LF of 30" HDPE force main by directional drilling (Line B). The work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. Alternative II shall consist of the installation of 4,608 LF of 20" ductile iron force main by open cut and trenchless construction methods and 116 LF of 24" PVC gravity main by open cut and trenchless construction methods (Line A), and installation of 791 of 30" ductile iron force main by open cut and trenchless construction methods (Line B). The work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of the DeForest Road Lift Station Improvements Force Main Lines A & B Project No. SS 99 -01 Bid No. Q- 1203 -02 2 -2 Contract Documents Article 2. ENGINEER. The Project has been designed by Turner Collie & Braden Inc. (TCB). Contract administration will be provided by TCB who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to _ ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. The Work will be completed within the number of calendar days specified in the Bid Summary from the date when the Contract time commences to run as provided in Item 1.13 of the General Provisions, and completed and ready for final payment in accordance with Item 1.51 of the General Provisions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER Five Hundred Dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for Completion until the Work is complete. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in Section 1 — - Proposal and Bid Schedule. For Alternative I (HDPE Piping by Directional Drilling), the contract sum shall be the amount of $ n/a The total tangible personal property cost included in the contract sum is $ st/a For Alternative H (Ductile Iron Piping by Open Cut), the contract sum shall be the amount of $ 1,177 ,506.00 . The total tangible personal property cost included in the contract sum is $ 706 . 503.60 Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. _ 2 -3 Contract Documents 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination set forth in Item SC -1.20 of the Supplementary Conditions of the extent of the techlucal data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 1.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or' will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said -- 2 -4 Contract Documents — Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at — the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 1.3, 1.20 and 1.21 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACTOR DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive). 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part l: General Provisions of the Standard Specifications for Public Works Construction, NCTCOG, latest edition. 8.6. Supplementary Conditions to the NCTCOG, Part l: General Provisions (pages 3 -2 thru 3 -10). — 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the "Deforest Road Lift Station Improvements Force Main Lines A & B Project SS 99 -01 for the City of Coppell ". 8.8. Drawings entitled: " DeForest Road Lift Station Improvements Force Main, Lines A & B, Project SS 99 -01 for the City of Coppell ". 8.9. The following listed and numbered addenda: 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 2 -5 Contract Documents 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 1.37 and 1.38 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 1.37 and 1.38 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (expect to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2 -6 Contract Documents 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agree mnt will be effective on 2004 i OWNER: City of Coppell CONTRACTOR: S. J. Lo Constr of T exas, Ltd. 255 Parkway Boulevard 520 S outh Sixth St ree t Coppell, TX 7 19 _P.O Box 834 Mansfield, TX 76063 BY: BY: J" t , Les V. hi man — TIT W ty Manag TITLE: General Manager n ATTEST: 1111 ti /�- 66'ad4lq Address Cor giving notices: Address for giving notices: 520 South Sixth Street P.O. Box 834 P.O. Box 9478 Mansfield, TX 76063 Coppell, Texas 75019 Amt: Ken Griffin. P.E. Dir. of Enginoering/Public Works (If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach evidence of authority to sign and evidence of authority to sign.) resolution or other documents authorizing execution of Agreement.) 2. Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance, which will be executed and bound here with final documents. 2 -8 Contract Documents General Instructions For Bonds A. The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. B. The name, and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2 -9 Contract Documents Bond No. 190 - 011 -817 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That S. J. Louis C onstruction o T exas, Ltd. _ whose address is 52 South Sixth Av enue, P.O. Box 834, Mansfie TX 76063 hereinafter called Principal, and Liberty Mutual Fire Insurance Co a corporation organized and existing under the laws of the State of Ma ssachusetts , and fully licensed to transact business in the State of Texas as Surety, arc held and firmly bound unto the CITY OF COPPED, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called 'Beneficiary", in the penal sum of One Mi llion, One Hundred S eventy - Seven Tho Five Hundred Six and 00 /100ths DOLLARS (S _ 1,177,50 6 .00 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increLws the Contract price, but in no event shall a Change Order or Supplemental Ag�recment which reduces the Contrut price decrease the penal sum of *Ws Bond THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of AD. 20 04 _ , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: DeForest Road Lift Station Improvements Force Main Lines A & B Project No. SS 99 -01 Bid No. Q- 1203 -02 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agrectne U of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all 2 -10 Contract Documents outlay and expense which the Beneficiary may incur in making good any default or deficiency, that this obligation shall be void, otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Tex". AND PROVIDED FURTHER. that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to _ the Work to be perfonned thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of my such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Band is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernott's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the day of , 20 04. PRINCIPAL SURETY S. J. LOUIS CONST LTD. LIBERTY MUTUAL FIRE INSURANCE COMPANY By. _ By. Go/ Gary R. dward Les V. Whitman Title: , General M Title: Attorney -in -Fact ATTEST. ATTEST: Resident Agent of the Surety in Dallas or Denton Ccwnty. Texas, for deliveq of notice and service of the process is' NAME: _Tim Miller, Libe Bond Se rvices, 127 Merit Dr Suite 710 L ock Box 7 7, Dallas, TX 752 -1240 ADDRESS: NOTE. Date of Performance Bond must be date of Contract If Resident Agent is not corporation, give persons trams. 2 -11 Contract Documanls LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this day of , 2004 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. _ — --- -� Notary Public �i G , BECKYJONES ( ot Seal) MY COMMISSION EXPIRES ..` December 19, 2008 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 2004 before me appeared Gary R. Woodward to be known, who being by me duly sworn, did say that he is the aforesaid Attorney -in -Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, (Notary Seal) TERESA FIAP,IMERS 'e NOTARY PUBLIC- MINNESOTA MY COMMISSION EXPIRES 1.31 -2005 c NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act "), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company "); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Bond Services (referred to collectively hereinafter as the "Issuing Sureties "). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90 %) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LNUC -6539 21/03 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 11977 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. 1 0 a � � d s � O J d R 0 L ! � L 0 m c� L 3 i O 1 � KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company "), a Massachusetts stock insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C. ARONSON, GARY R. WOODWARD, JANET D. BUERG, BRENDA J. PFEIFER, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON ALL OF THE CITY OF BLOOMINGTON, STATE OF MI NNESOTA ............................................ , each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100***********—******* DOLLARS $ 50 000,000.00 * * * ** ( � )each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Fire Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 5th day of January 2004 LIBERTY MUTUAL FIRE INSURANCE COMPANY COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY Garnet W. Elliott, Assistant Secretary On this 5th day of January 1 2004 , before me, a Notary Public, personally came Garnet W. Elliott to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY Y first above written CERTIFICATE subscribed my name and aff ixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year N.i -•a al E I c msa lla,tetia Wxy uU.c; x _ MoE tqm ry Co€. m M r errrr _l Expims Mar. 2 6 2005 Me ,,w, Pin My:Van a 4smi a.on By Tar sa Pastella, Notary Public I, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and 1 do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys -in -fact as provided in Article XIII, Section 5 of the By -laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. N d c �N 3 .Q c O vH N CW 00, G. a° O� 3� 0 E a� N O w O O = >� y O N E co L M :n. GO 0 V- 1 r IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of By r David M. Carey, Asslptg5t Secretary Lilbert Bond Services,. _ XC=t= of trey biunril Gzm* Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain Information on companies, coverages, rights, complaints, or surety company address at: 800 -252 -3439 You may write the Texas Department of Insurance at: P. 0. Box 149104 Austin, TX 78714 -9104 This notice is for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, Effective September 1, 2001 Bond No. 190 - 011 -817 PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MIEN BY THESE PRESENTS: That S. J. Louis C of Te xas, Ltd. whose address is 520 South Sixth Aven P.O. Bo 8 34, Mansfiel TX 7606 hereinafter called Principal, and Lib Mutual Fir Insurance Co mpany , a corporation organized and existing under the laws of the State of Mas , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Bene- ficiaiy% in the penal sum of One Millio One Hundred _ Seventy -Seven Thousand, Fiv Hundred Six and 00 /10 0ths DOLLARS (S 1,177,506.00 _) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME, is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the of _ , AD. 20 04 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: DeForest Road List Station Improvements Force Main Lines A & B Project No. SS 99-01 Bid No. Q- 1203 -02 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full lbrce and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, &Iteration or addition to the terms of the Contract or to the Work to be perfornted thereunder or the Plans, Specifications, Drawings, etc., accompanying the _ same, shall in anyway affect its obligation on this Road, and it does hereby waive notice of any such 2 -12 Comracr Documents change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thmunder. This Bond is given pursuant to the provisions of Article S 160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon% Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the _ ` day of , 20 04 . PRINCIPAL S. J. LOlJ CONST OF TE XAS, LTD By: _ Les . nit Title: General M SURETY LIBERTY MUTUAL F IRE I COMPANY BY: (.I/ 4ary ddwa rd Title: Attorney -in -Fact ATTEST: ATTEST:, , i The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Tim Miller. L Bond Services 12750 Merit Drive Suite 710, Lo ck Box 77, Dallas, T 752 -12 ADDRESS: NOTE: Date of Performance Bond must be date of Contract. !f Resident Agent is not a corporation, grve a persons name. 243 Contract D"Uncr tr LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this day of , 2004 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. eECKrES Notary Public * MyCAMMISSIONEXPIRE (N a eal) —k December 19, 2006 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 2004 before me appeared Gary R. Woodward to be known, who being by me duly sworn, did say that he is the aforesaid Attorney -in -Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, (Notary Seal) TERESA HA *` MMERS zV NOTARY PUBLIC- MINNESOTA MY COMMISSION EXPIRES 1- 31.2005 ■ WyyyyV W NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act "), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company "); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Bond Services (referred to collectively hereinafter as the "Issuing Sureties "). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0,00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90 %) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LNIIC -6539 2/03 L L L L a N i i� p O e0 'a c� •, L nw tr O� �i a� C .d i 1 � V THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 11978 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company "), a Massachusetts stock insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C. ARONSON, GARY R. WOODWARD, JANET D. BUERG, BRENDA J. PFEIFER, TERESA HAMMERS, LAURENT R. LAVENTURE,` KATHLEEN SORENSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA... ............................... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100 * * * * * * * * * * ** * *** ** DOLLARS ($ 50,000,000.00 * * * ** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Fire Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 5th day of January 2004 LIBE MUTUAL FIRE INSURANCE COMPANY V By I C I t9�t -.^-nl \/ Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 5th day of January 1 2004 , before me, a Notary Public, personally came Garnet W. Elliott to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. ______ IN TESTIMONY first above writtei CERTIFICATE subscribed my name and affixed my notarial seal at Plymouth Meeting Pennsylvania, on the day and year ! -., , Tx� 4?ant�,�°nc*ra aou�:ry By My co" ; Ter sa Pastella, Notary Public ��on"Oe%.. �'erE: sv aura A m � .�a of Noi�•ifis i, the undersigned, Assistan of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys- in4act as provided in Article XIII, Section 5 of the By -laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. eo N 4) c �NJ 3 .0 _ c O V F N C LU 0 a. a° O� 3� O a N� O O � d 'a . �o N E� L M COP C I r IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of By ' Davi6 M. Carey, Assipt9it Secretary Libert Bond Service& Member of Um-ty WWW Gu* Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800 -252 -3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714 -9104 This notice is for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, Effective September 1, 2001 Bond No. 190 - 011 -817 MAINTENANCE. BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALI, MEN BY THESE PRESENTS: THAT S. J. Louis Construction of Tex Ltd., 520 Sout Sixth Avenue, P.O. Box 83 4, Mansfi TX 76063 as principal, and Libe rty Mutual Fire In Compan a corporation organized under the taws of . Massachusetts _ , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the _ . City of Coppell a Municipal Corporation, Texas, the sum of One Millio One Hundred Seventy -Seven Thousan Fi ve Hundred Six Dollars and and 00 1100ths Cents ($ 1 ,177,506.00 ) ,for the payment of which sum will and truly be made unto said City of Coppell , and its successors, said principal and sureties do hereby bind themselves, their assigns and sucoessors jointly and severally, THIS obligation is conditioned, however, that whereas, the said S. J. Louis Const of Texas, Ltd. _ has this day entered into a written contract with the said City of Coppell to build and construct Dc Forest Road Lift Station Improvements Force Main Lines A & B Project No. SS 99 -01, which the Contract and the Flans and Specifications therein mention, adopted by the _ are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any pan thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contr:wtor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure an its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said City of Coppell shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. -14 Contract Documents IN WITNESS WHEREOF, the said S. J. Louis C of T L _ has caused these }resents to be executed by Libe Mutual Fir Insurance Company and the said Libe Mutual Fire Insuranc Com has caused these presents to be executed by its Attorney in fact and the said Attorney in fact _ 22r L R _ Gary _ has hereunto set his hand, the _ day of 20 .o4 _ . PRINCIPAL SURETY S. J. LOUIS CONSTRUCTION OF TEXA LTD LIB ERTY M UTUAL FIRE I COM PANY T By: l�, i liGsxctr � -- — By: Title: l i-5 H /;r X,4N j' RgL Title: GAR Woodw Att - Fa c es_ WITNESS: ATTEST: NOTE: Date of Maintenance Band must not be prior to date of Contract. 24 5 ContractDocwnents LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this day of , 2004 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership,, Lc MYCOEC SONEXPIRES Notary Public / oa = a Dowtv19,M o Seal) 6) 'r ";.. ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 2004 before me appeared Gary R. Woodward to be — known, who being by me duly sworn, did say that he is the aforesaid Attorney -in -Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, (Notary Seal) TERESA Hyv`^'` M,�,�,��n�n,ti�� NOTARY a HAM MY COMMISSION EXPIRES SOTq 1. 31.20 � Wv�svy� NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act "), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company "); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Bond Services (referred to collectively hereinafter as the "Issuing Sureties "). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90 %) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC -6539 2103 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 11979 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS; That Liberty Mutual Fire Insurance Company (the "Company "), a Massachusetts stock insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C. ARONSON GARY R. WOODWARD, JANET D. BUERG, BRENDA J. PFEIFER, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, ALL OF THE CITY OF BLOOMINGTON STATE OF MINNESOTA ............................................ each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obliations in the penal sum not exceeding FIFTY MILLION AND 00/100******************** DOLLARS $ 50,000,000.18 ( )each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. I3 a � L� By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Fire Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 5th day of January 2004 LIBERTY MUTUAL FIRE INSURANCE COMPANY TO C i nF) C +% �c i c' . L iii V, COMMONWEALTH OF PENNSYLVANIA ss 'f COUNTY OF MONTGOMERY Garnet W. Elliott, Assistant Secretary On this 5th day of January 1 2004 , before me, a Notary Public, personally came Garnet W. Elliott to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. v IN TESTIMONY y A y first above written, L � V CERTIFICATE subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year I w sa P tel Notaw uY k Vi T sa _ .10ontg3°ntr ?� My c c-?rmaulon , Xpires is , N n's Eder. ��_.. Pan. sv ania A u r _ • a' ?��aai�s D� By 1,tat& Ter sstella, Notary Public I, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII, Section 5 of the By -laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. N N d C S UN 3 �H N 4)W £ a Q M O� 3� OE IL (a N O LO �0 O O 2:' m > y0 N aD N L M C 00 fr � v0 .0 IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of — { By r n NA / David M. Carey, Assotggt Secretary L ibert B Member of t� btutu�t � Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at 800- 252 -3439 You may write the Texas Department of Insurance at: P. 0. Box 149104 Austin, TX 78714 -9104 This notice is for information purposes only and does not become a part of or a condition of the attached document. it is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, Effective September 1, 2001 ACORD CER F1 !ATE! OF IM 9/04 lL.IABILITY INSURANCE! DATE 3l1 19 /04 Y) PRODUCER 952- 830 -3000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Acordia HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4300 MarketPointe Dr #600 COMPANIES AFFORDING COVERAGE Bloomington, MN. 55435 COMPANY A Zurich US Construction - MN INSURED COMPANY g Firemans Fund Ins. Co. S.J. Louis Construction of Texas Ltd. COMPANY C Interstate F & C(Maclean Oddy) 520 South Sixth Avenue I Mansfield TX 76063 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXC LUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE I POLICY EXPIRATION I DATE (MMlDO /YY) DATE (MMIDD /YYI LIMITS LTR A l GENERAL LIABILITY GL0930720000 ',. 11/01/03 1 1 !01 /04 GENERAL AGGREGATE $ 2000000 PRODUCTS COMP /OP AGG $ 2000000 Xi COMMERC:AL GENERAL LIABILITY ', - - PERSONAL & ADV INJURY $ 1000000 CLAIMS MADE ""1 OCCUR ', l EACH OCCURRENCE $ 1000000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one `ire) $ 300000 MED EXP !Any One person) 1 S 10000 A AUTOMOBILE LIABILITY TAP930721 800 11/01/03 1 1 /0 1 / 04 COMBINED SINGLE LIMIT $ x ANY AUTO 1000000 BODILY INJURY $ ALL OWNED AUTOS r ;Per person) I SCHEDULED AUTOS BODILY tNJURY $ X 'H X HIRED AUTOS Ili X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ G ARAGE LIABILITY I AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO i EACH ACCIDENT $ I I � AGGREGATE 5 C EXCESS LIABILITY UM01605834 1 1 /01 /03 1 1 /01104 EACH OCCURRENCE $ 8000000 $ 8000000 X UMBRELLA FORM AGGREGATE S f OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND WC9307201 00 11/01 1 1 /01 /04 WC STATU- IOTH - i X TORY LIMITS ER EL EACH ACCIDENT 5 500000 j EMPLOYERS' LIABILITY EL DISEASE - POLICY LIMIT I $ 500000 I l l THE PROPRIETOR/ —�, INCL EL DISEASE - EA EM PLOVEE S 500000 PARTNERS,'EXECUTIVE OFFICERS ARE: �' EXCL B OTHER MZ197907099 1 1 /01 /03 11101 /04 Builders Risk/ $7,500,000 Limit, $250,000 in Installation Fltr Transit, $250,000 at Temporary Location DESCRIPTION OF OPERATIONS /LOCATIONS /V EH IC LESIS PEC IAL ITEMS Project: deForest Road Lift Station Improvements Force Main Lines A & B - project no. SS 99 -01 CERTIFICATE HOLDER:. _ CANCELLAT.1tflN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF COPPELL EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 255 PARKWAY BOULEVARD 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. COPPELL TX 75019 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO ORLIGATION OR LIABILITY OF ANY KIND UPO THE C09IIPANY, i ITS AGENTS OR REPRESENTATIVES. AUTH PRESEN IVE _ ACORDZS- S. o 2- i? AGOIRD'CO PORAT[ON 3:: 88: SECTION 3 STANDARD SPECIFICA TIONS SUPPLEMENTARY CONDITIONS CITY OF COPPELL SUPPLEMENTARY CONDITIONS _ TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF _ GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. PART L• GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS ITEM 1.0 - DEFINITIONS SC -1.0 ENGINEER The word "ENGINEER" in these Contract Documents and Specifications shall be understood as referring to Turner Collie & Braden Inc., 17300 Dallas Parkway, Suite 1010, Dallas, Texas 75248, ENGINEER of the OWNER, or such other representatives as may be authorized by said OWNER to act in any particular position. OWNER The word "OWNER" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Calendar Day Add the following sentence to the end of the working days definitions: Hours worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy -two hours notice required. All overtime incurred by the City for inspection services shall be paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 1.15 - SURETY BONDS SC -1.15 Add following sentence to Item 1.15 (A): "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." 3 -2 Standard Specifications Supplementary Conditions ITEM 1.16 - - NOTICE TO PROCEED SC -1.16 Add following sentence to end of Item 1.16. Before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and 1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS SC -1.19 Add the following language at the end of the Item 1.19: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS SC- 1.20.1 Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies ". Add the following to the end of Item 1.20.1: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the following reports of explorations and tests of subsurface conditions at the site of the work: Geotechnical Investigation, Force Main — Lines "A" and "D ", Coppell, Texas (prepared by Terra - Mar, Inc., September 3, 2003)" The CONTRACTOR may take borings at the site to satisfy himself as to subsurface conditions." SC- 1.20.5 Add the following new Item 1.20.5 immediately after Item 1.20.4: 1.20.5 Existing Utilities and Sewer Lines The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. 3 -3 Standard Specifications Supplementary Conditions If it is necessary to change or move the property of any OWNER or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the OWNER of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract. ITEM 1.22 - CONTRACTORS RESPONSIBILITIES SC- 1.22.5 Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If requested by OWNER, ENGINEER or CONTRACTOR ". ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC- 1.24.2.1 Add the following new Item 1.24.2.1 immediately after Item 1.24.2: 1.24.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arise out of CONTRACTOR, OWNER, ENGINEER, Consulting Engineer or any other person's action, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work be any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor. 3 -4 Standard Specifications Supplementary Conditions ITEM 1.26 - INSURANCE SC- 1.26.6 Add the following new item: 1.26.6 If OWNER requests in writing that other special insurance be included in the property — insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR. SC- 1.26.7 Add the following new item: 1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES SC- 1.27.4 Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years ". ITEM 1.32 - WORKING AREA; COORDINATION WITH OTHER CONTRACTORS; FINAL CLEANUP SC- 1.32.1 Delete Item 1.32.1 in its entirety and insert the following in lieu thereof: "Construction stakes /surveying shall be provided by the CONTRACTOR. Vertical control has been established as shown on the construction plans. Horizontal control can be established from existing _ inlets, street intersections or other utilities indicated on the construction plans. The CONTRACTOR shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the CONTRACTOR to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the ENGINEER 3-5 Standard Specifications Supplementary Conditions shall not relieve the CONTRACTOR of his responsibility to perform all Work in connection with Contract Drawings and Specifications and the lines and grades given therein." ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -1.33 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, CONTRACTOR shall be entitled to an extension of working time only for unavoidable delays verified by the ENGINEERS, as provided in Item 1.36; however, no increase in the contract price shall be due the CONTRACTOR." Insert the following sentence at the end of the second paragraph of Item 1.33: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 1.36." ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC -1.36 Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT SC -1.37 1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 1.37.1. "The unit price of an item of Unit Price Work shall be subject to re- evaluation and adjustment under the following conditions: ITEM 1.49 - OWNER'S, EMPLOYEES OR AGENTS SC- 1.49 -2 Replace Item 1.49.2 with the following new paragraph: 3 -6 Standard Specifications Supplementary Conditions 1.49.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by OWNERship of stock in a corporation involved, provided such stock OWNERship amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The CONTRACTOR represents that no employee or officer of the City has an interest in the CONTRACTOR. ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES SC -1.58 Delete Item 1.58 and substitute the following in lieu thereof 1.58 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a CONTRACTOR for use in the perfonnance of a contract for the improvement of City - owned realty. It is still possible, however, for a CONTRACTOR to make tax -free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the CONTRACTOR becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The CONTRACTOR issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The CONTRACTOR then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the CONTRACTOR shall furnish a breakdown (per item) of 1) materials incorporated into the project, and 2) labor, equipment, supervision and materials not incorporated into the project. 3 -7 Standard Specifications Supplementary Conditions PART 11: MATERIALS -DIVISION 2 MATERIALS ITEM 2.1.5 - TRENCH BACKFILL _ (c) Types "B" and "C" (4) Additional Requirements (B) Additional Requirements for Type "C" backfill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting maybe used only with specific written permission of the ENGINEER." ITEM 2.1.6 - RIPRAP OR STONE MASONRY (b) Materials and Dimensions (4) Mortar Riprap. Add the sentence: Mortar or concrete type shall be approved by the ENGINEER and shall conform to ASTM C 387 -83. ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEWERS (a) General: Amend the first sentence, by striking the words "requirements for earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be approved by the ENGINEER ". (b) Earth Bedding: Add the following sentence at the beginning of this paragraph: "Earth bedding will not be permitted without written approval of the ENGINEER." ITEM 2.2.2 - CHEMICAL ADMIXTURES (d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the ENGINEER. ITEM 2.12.8 - DUCTILE -IRON PRESSURE PIPE AND FITTINGS (d) Coating and lining. Delete the paragraph and add the following: "All ductile iron pipe shall be encased with a minimum of 8 mil poly wrap per AWWA C105. Pipe interior shall either be cement mortar lined or epoxy lined (refer to Plans). Pipe that is cement mortar lined inside shall have a seal coat in accordance with AWWA C104. 3 -8 Standard Specifications Supplementary Conditions Pipe to be epoxy lined shall have a mir imum lining thickness of 40 mils that conforms to the manufacturer's recommendations. (e) Fittings. Delete the last paragraph and replace with the following: "Fittings shall be encased with a minimum of 8 mil poly wrap per AWWA C105. Interior of fittings shall be cement mortar lined or epoxy lined (refer to Plans). Refer to Paragraph (d) for lining requirements." PART III CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION ITEM 3.1.2 - CONSTRUCTION METHODS Add the following sentence after the second sentence: The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the ENGINEER. ITEM 3.7.3 - DENSITY Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." PART IV DIVISION 4 - SUBBASE AND BASE COURSES ITEM 4.8.4 - CONSTRUCTION METHODS (b) Compaction Amend the last sentence of the first paragraph, by striking the words: "90 percent of the maximum dry density of such material." and replace with the words "95 percent of the maximum dry density of such material, or as directed by ENGINEER. 3 -9 Standard Specifications Supplementary Conditions PART V DIVISION 5 - PAVEMENT /SURFACE COURSES ITEM 5.8.2 - CONSTRUCTION METHODS (e) Joints (1) Expansion Joints: Delete the first paragraph and replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the ENGINEER. (C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the ENGINEER ". (2) Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to 1 -1/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the ENGINEER." (h) Finishing. (1) Machine. Add the following paragraph at the end of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." (2) Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." PART VI DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION ITEM 6.2.9 - BACKFILL (b) Compaction. (2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable with adjacent undisturbed material' and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the ENGINEER." 3 -10 Standard Specifications Supplementary Conditions 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 ( NCTCOG). The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings 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. ASA American Standards Association ASTM American Society of Testing Materials AASHTO American Association of State Highway & Transportation Officials ACI American Concrete Institute AWS American Welding Society AWWA American Water Works Association SSPC Steel Structures Painting Council, Federal Specifications Treasury Department UL Underwriters Laboratories NEMA National Electrical Manufacturers Association WPCF Water Pollution Control Federation TxDOT Texas Department of Transportation CDGS City of Dallas General Specifications SSPWCNCT Standard Specifications for Public Works Construction North Central Texas 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 work can be bid as high density polyethylene (HDPE) piping installed primarily by directional drilling (Alternative I) or as ductile iron piping installed primarily by open cut methods (Alternative II). Alternative I shall consist of the installation of 4,566 linear feet (LF) of 20" HDPE force main by directional drilling and 116 LF of 24" PVC gravity main by trenchless construction methods (Line A), and installation of 788 LF of 30" HDPE force main by directional drilling (Line B). The work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. Alternative 11 shall consist of the installation of 4,608 LF of 20" ductile iron force main by open cut and trenchless construction methods and 116 LF of 24" PVC gravity main by open cut and trenchless construction methods (Line A), and installation of 791 of 30" ductile iron force main by open cut and trenchless construction methods (Line B). The work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. 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. 4 -3 Specific Project Requirements 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 been prepared. This report is included in Appendix A to these Specifications. 1.9 SURVEY AND FINISHED GRADES: The CONTRACTOR shall be responsible for installation of the force main 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 all 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 OWNER does not alleviate the contractors' responsibility for his own quality assurance /quality control testing. CONTRACTOR shall replace any deficient construction items. 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, 4 -4 Specific Project Requirements 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. 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. No separate compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property. The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right -of- way or public place, the CONTRACTOR shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The CONTRACTOR shall submit a traffic control plan to be reviewed by the OWNER prior to the beginning of work. Traffic control must be in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD), as well as NCTCOG and City of Coppell Standards and Specifications. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. During the timeframe of 9:00 a.m. to 4:00 p.m., with appropriate barricading, the inside land of MacArthur may be closed for safety considerations associated with the installation of the force main in the median. No closure of the entire roadway will be allowed. At all times at least one lane in each direction must be allowed free passage across the roadway. The CONTRACTOR's responsibility for providing and 4 -5 Specific Project Requirements maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been accepted. If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. In addition, the CONTRACTOR will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the ENGINEER may order the damaged portion immediately removed and replaced by and at the cost and expense of the CONTRACTOR. If the damages are not corrected in a timely fashion, then the OWNER shall have the right to — repair the damage and charge the cost back to the CONTRACTOR. All of this work is considered incidental and shall not be separate pay item. 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. This includes the water and sanitary sewer services. b. After commencing the work, use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items 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 his operations. e. To avoid unnecessary interferences or delays, the CONTRACTOR shall coordinate all utility removals, replacements and construction with the appropriate utility company. 4 -6 Specific Project Requirements 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. 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. a' 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 SAMPLE 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 Texas registered 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 relieve the CONTRACTOR of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the CONTRACTOR. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the CONTRACTOR, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the ENGINEER for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the ENGINEER and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes 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 AMERICAN SOCIETY OF TESTING AND MATERIALS (ASTM) ASTM A36/A36M 2001 Standard Specification for Carbon Structural Steel ASTM A307 2002 Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength ASTM A328/A328M 2000 Standard Specification for Steel Sheet Piling ASTM A572/A572M 2001 Standard Specification for High - Strength Low -Alloy Columbium- Vanadium Structural Steel ASTM A588/A588M 2001 Standard Specification for High - Strength Low -Alloy Structural Steel with 50 ksi (345 MPa) Minimum Yield Point to 4 -in. (100 -mm) Thick ASTM A690/A690M 2001 Standard Specification for High - Strength Low -Alloy Steel H- Piles and Sheet Piling for Use in Marine Environments AMERICAN WELDING SOCIETY, INC. (AWS) AWS D1.1 1998 Structural Welding Code - Steel OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) 29 CFR Part 1926 1993 (Revised as of July 1, 1996 or latest Edition or revision to) Subpart P Excavations and Applicable Subparts 1.04 -1.05 (NOT USED) 1.06 SUBMITTALS The successful bidder to provide the OWNER with its Proposed Trench Excavation and Shoring Safety Plan prior to the Award of the Contract. The plan to incorporate detailed plans and specifications for a trench safety system conforming to OSHA standards that account for project site conditions; CONTRACTOR's trench construction means, methods, techniques or procedures; the relationship of spoil to edge of trench; and CONTRACTOR's equipment to be used in construction of project facilities requiring trench system(s). CONTRACTOR to provide a statement signed and sealed by a Registered Professional Engineer licensed in the State of Texas stating that the Trench Excavation and Shoring Safety Plan and the detailed plans and specifications for the trench safety system are designed in a good and workmanlike manner and are in conformance with appropriate OSHA standards. CONTRACTOR's plan and the detailed plans and specifications for the trench safety system are to be incorporated into the bid documents and the Construction Contract. 1.07 QUALITY ASSURANCE Trench safety systems to be accomplished in accordance with the detailed Specifications set out in the provisions 29 CFR, Part 1926, Subpart P. Legislation that has been enacted by the Texas Legislature (H.B. No. 1569) with regard to Trench Safety Systems is also hereby incorporated, by reference, into these Specifications. NONSTANDARD/ 01 /17 /02 02161 - Page 2 of 5 TRFNCH EXCAVTION AND JOB NO. 052 131124.0001 SHORING SAFETY PLAN 1.08 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) (NOT USED) 2.02 MATERIALS AND /OR EQUIPMENT A. Materials -- 1. Timber Trench sheeting materials to be full size, a minimum of two (2) inches in thickness, solid and sound, free from weakening defects such as loose knots and splits. 2. Sheet Piling Steel sheet piling to conform to one or more of ASTM A328/328M, ASTM A572/A572M, and ASTM A690/690M material requirements. 3. Steel for stringers (wales) and cross braces to conform to ASTM A588. 4. Steel trench boxes to be constructed of steel conforming to ASTM A36/A36M. Connecting bolts used to conform to ASTM A307. Welds to — conform with the requirements ofAWS D1.1. 5. Miscellaneous Materials: Miscellaneous materials to be utilized shall conform with applicable ASTM standards. 2.03 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 GENERAL Trench safety system to be constructed, installed, and maintained in accordance with the Trench Excavation and Shoring Safety Plan as outlined in Paragraph 1.06 of this Section. 3.02 PREPARATION (NOT USED) 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Timber Sheeting Timber sheeting and size of uprights, stringers (wales), and cross bracing to be installed in accordance with the CONTRACTOR'S plan. Place cross braces in true horizontal position, spaced vertically, and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to NONSTANDARD /01.17 %02 02161 - Page 3 of 5 TRENCH EXCAVTION AND JOB NO. 052 131124.0001 SHORING SAFETY PLAN other locations required. Cross braces and stringers (wales) to be placed at splices of uprights, in addition to other locations required. B. Steel Sheet Piling Steel sheet piling of equal or greater strength may be used in lieu of timber trench shoring shown in the OSHA tables (proposed standards). Drive steel sheet piling to at least minimum depth below trench bottom as recommended by CONTRACTOR's Registered Professional Engineer providing design. Place cross braces in true horizontal position, spaced vertically and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to other locations required. C. Trench Boxes Portable trench box may be used in lieu of timber trench shoring shown in the OSHA tables and to be designed to provide equal or greater protection than timber trench shoring shown in the OSHA tables. In cases where the top of the portable trench box will be below the top of the trench, the trench must be sloped to the maximum allowable slope for the soil conditions existing on the Project. In areas where a — sloped trench will affect the integrity of existing structures, CONTRACTOR to protect structures prior to sloping trench. D. Trench Jacks When trench jacks are used for cross bracing and/or stringers (wales), the trench — jacks to provide protection greater than or equal to the timber cross bracing shown in the OSHA tables (proposed standards). Trench jacks to be placed at each end of stringers (wales) in addition to other locations required. 3.04 REPAIR/RESTORATION Bed and backfill pipe to a point at least one (1) foot above top of pipe or other embedded items prior to removal of any portion of trench safety system. Bedding and backfill to be in accordance with other applicable SPECIFICATION Sections. Backfilling and removal of trench supports to be in accordance with CONTRACTOR's Trench Excavation and Shoring Safety Plan. Removal of trench safety system to be accomplished in such a manner to cause no damage to pipe or other embedded items. Remove no braces or trench supports until all personnel have evacuated the trench. Backfill trench to within five (5) feet of natural ground prior to removal of entire trench safety system. 3.05 FIELD QUALITY CONTROL A. Supervision Provide competent supervisory personnel at each trench while work is in progress to ensure CONTRACTOR's methods, procedures, equipment, and materials pertaining _ to the safety systems in this Section are sufficient to meet requirements of OSHA Standards. NONSTANDARD/ 01/17!02 02161 - Page 4 of 5 TRENCH EXCAVTION AND JOB NO. 052 131124.0001 SHORING SAFETY PLAN B. Inspection CONTRACTOR to make daily inspection of trench safety system to ensure that the system meets OSHA requirements. Daily inspection to be made by competent personnel. If evidence of possible cave -ins or slides is apparent, all work in the trench is to cease until necessary precautions have been taken to safeguard personnel entering trench. CONTRACTOR to maintain permanent record of daily inspections. 3.06 - 3.08 (NOT USED) 3.09 PROTECTION A. Maintenance of Safety System — The safety system to be maintained in the condition as shown on the Trench Excavation and Shoring Safety Plan as designed by the CONTRACTOR's Registered Professional ENGINEER. The CONTRACTOR to take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel are to be immediately removed from the trench excavation area and the safety system repaired. The CONTRACTOR is to -` take all necessary precautions to ensure no loads, except those provided for in the plan, are imposed upon the trench safety system. 3.10 — 311 (NOT USED) END OF SECTION NONSTANDARD/ 01, 02161 - Page 5 of 5 TRENCH EXCAVTION AND JOB NO. 052 131124.0001 SHORING SAFETY PLAN SECTION 02643 HDPE PIPING PART 1 GENERAL 1.01 SUMMARY This Section includes furnishing all labor, tools, equipment, materials, and supplies for the — directional drilling and open cut installation of high - density polyethylene (HDPE) sanitary sewer force main piping. 1.02 RELATED REQUIREMENTS A. Trench excavation and backfill to be per the requirements of Item 6.2 (Underground Conduit Installation — Excavation and Backfill) in the North Central Texas Council — of Governments (NCTCOG) Standard Specifications for Public Works and as shown on the PLANS. — B. Other related work as called for on PLANS or specified elsewhere in this or other Specification Sections. 1.0.3 REFERENCES The publications listed below form a part of this specification to the extent referenced. The — publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D638 2002 Standard Test Method for Tensile Properties of Plastic — ASTM D1238 2001 Standard Test Method for Melt Flow Rates of Thermoplastic by Extrusion ASTM D 1505 ASTM D2122 ASTM D2321 ASTM D2412 ASTM D2657 ASTM D2774 NON - STANDARD/ 12/21/2003 JOB NO. 052131124.0001 1998 Standard Test Method for Density of Plastics by the Density - Gradient Technique 1998 Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings 2000 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications 2002 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading 1997 Standard Practice for Heat Fusion Joining of Polyolefin Pipe and Fittings 2001 Standard Practice for Underground Installation of Thermoplastic Pressure Piping 02643 - Page 1 of 13 FIDPE P1PINc ASTM D2837 2001 Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials ASTM D3035 2001 Standard Specification for Polyethylene (PE) Plastic Pipe (DR- PR) Based on Controlled Outside Diameter ASTM D3350 2002 Standard Specification for Polyethylene Plastics Pipe and + Fittings Materials ASTM F585 1994 Standard Practice for Insertion of Flexible Polyethylene Pipe into Existing Sewers ASTM F714 2001 Standard Specification for Polyethylene (PE) Plastic Pipe (SDR- PR) Based on Outside Diameter (3" IPS and larger) ASTM F894 1998 Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F1290 1998 Standard Practice for Electrofusion Joining Polyolefin Pipe and Fittings ASTM F 1804 2003 Standard Practice for Determining Allowable Tensile Load for Polyethylene (PE) Gas Pipe During Pull -In Installation ASTM F1962 1999 Standard Guide for Use of Maxi - Horizontal Directional Drilling for Placement of Polyethylene Pipe or Conduit Under Obstacles, Including River Crossings AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA C906 1999 Polyethylene (PE) Pressure Pipe and Fittings, 4 In. (100 mm) Through 63 In. (1,575 mm), for Water Distribution and Transmission 1.04 -1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with Section 01300: A. Product Data 1. HDPE pipe and fittings cut sheets. 2. Grout materials — composition, admixtures, mixture ratios, strength, density, viscosity, and other pertinent information. B. Shop Drawings 1. HDPE fittings. NON - STANDARD/ 12/21/2003 02643 - Page 2 of 13 HDPE PIPfNG JOB NO. 052131 124.0001 C. Quality Assurance /Quality Control Certifications documenting that pipe materials meet the requirements of this specification. 2. Training certification from the Pipe Manufacturer or Manufacturer's Representative in fusion joining of HDPE pipe for CONTRACTOR, OWNER's REPRESENTATIVE, and Fusion Equipment Operator(s). 3. List of similar work performed by directional drilling contractor showing at least 5 years of experience. Work shall show experience in similar conditions (i.e., size of pipe installed, total length, location). Experience working in metropolitan areas and references shall also be provided. Include bore lengths and size of rig used for projects submitted. 4. CONTRACTOR or directional drilling shall submit proof of ownership of a minimum 3000,000 pound drill rig. D. Project sequencing (see Paragraph 1.10). E. Construction schedule (see Paragraph 1.11). F. Closeout 1. HDPE piping must pass hydrostatic test prior to acceptance by the OWNER. Test results shall be submitted to the OWNER. 2. CONTRACTOR shall provide a one -year warranty for the installation of the HDPE force main. 3. CONTRACTOR must deliver a record of the actual as -built bore path, including plan and profile views and vertical and horizontal deviation, indicating the relation to the planned path. Information obtained during the initial bore on soil characteristics should also be provided, along with steering or correction commands, drilling fluid usage, and the type of drill head used. 1.07 QUALITY ASSURANCE A. HDPE Pipe Manufacturer shall have an approved quality assurance /quality control (QA/QC) program providing compliance with the testing specifications and requirements of sanitary sewer systems for both pipe and fittings, and shall be ISO 9001 certified. B. Pipe Manufacturer's production facilities shall be open for inspection by the OWNER and/or the OWNER's Authorized Representative. C. Each production lot of material or pipe shall be tested for melt index, density, and percent carbon. D. Each production lot of pipe shall be tested for dimensions and ring tensile strength. NON - STANDARD/ 12/21/2003 02643 - page 3 Of 13 HDPE PIPING JOB NO 052131 124.0001 E. HDPE pipe material shall be listed by the Plastics Pipe Institute (PPI) in PPI Technical Report 4 (TR -4). The pipe material shall have a HDB of 1,600 psi at 73 degrees Fahrenheit and 800 psi at 140 degrees Fahrenheit. The PPI listing shall be in the name of the Pipe Manufacturer and testing and validation of samples of the Manufacturer's production pipe shall be based upon ASTM D2837 and PPI TR -3. F. HDPE Pipe Manufacturer shall have a written specification for all standard mitered fittings, which establishes quality control criteria and tolerances. The Manufacturer may be required to demonstrate his/her ability to produce a product that meets the requirements of this Specification. 1.08 DELIVERY, STORAGE, AND HANDLING A. Pipe and fittings shall be shipped in accordance with Manufacturer's recommendations and shall be stored in a manner so pipe and fittings are not damaged. CONTRACTOR shall replace damaged pipe and fittings at no additional cost to the OWNER. B. Store pipe and fittings in relatively level areas that are free of stones, debris, or other materials that could damage the pipe and/or fittings. Limit pipe stacking height to six (6) feet for flat and level terrain and four (4) feet for less flat or less level terrain. C. Inspect all piping and fittings delivered to the site to verify that correct quantities have been delivered and that all materials are in good condition. D. Use care when handling piping and fittings. Piping and fittings are not to be dumped or dropped. Any damaged piping or fittings shall be replaced at CONTRACTOR's expense. E. When lifting with slings, only wide fabric choker slings capable of safely carrying the load shall be used to lift, move, or lower the HDPE pipe and fittings. Slings shall be of sufficient capacity for the load, and shall be inspected before use. Worn or damaged equipment shall not be used. Wire rope and chain are prohibited for handling HDPE pipe and fittings. F. Rollers or some other means to prevent damage to landscaping and pipe must be used during pull back of pipe. G. CONTRACTOR shall submit to the OWNER prior to construction a plan describing the methods to be used for handling HDPE pipe. Specifically, this plan must address keeping the pipe within the median during pull back when installing pipe along MacArthur Boulevard. 1.09 PROJECT /SITE CONDITIONS A. CONTRACTOR must identify the precise location of existing below - ground facilities in the vicinity of the proposed force main, including electrical power, water and sewer lines and services, natural gas and telecommunications lines. Approximate locations of subsurface utilities are shown on the PLANS. It should be noted that there is an irrigation system and street light conduit within the median along MacArthur Boulevard. NON - STANDARD/ 12/21/2003 02643 - Page 4 of 13 PIDPE PIPING JOB NO. 052131124.0001 B. The CONTRACTOR shall contain frac -outs immediately, and shall clean up the frac - out within 4 hours. Any damage caused by frac -outs must be repaired by the CONTRACTOR at his/her expense. C. When working in the median along MacArthur Boulevard, the drill rig and all support equipment must be set up within the median. Closure of lanes are restricted. Refer to Section 4, Item 1.15 of these specifications for restrictions. Closure of intersections along MacArthur Boulevard is also restricted as indicated on the PLANS. _ D. Barriers and warnings should be located at a minimum of 30 feet from the edge of the equipment or related hardware facing the direction of oncoming traffic. 1.10 SEQUENCING A. CONTRACTOR shall provide project sequencing prior to commencing construction. B. CONTRACTOR shall consider accessibility of access pits and locations for stringing piping in developing project sequencing. C. CONTRACTOR shall submit a plan with his/her Bid showing proposed pit locations, pipe alignment, required intersection closures with estimated length of closure, and locations for pipe stringing. This information shall be marked on the PLANS included in Appendix B to these Specifications. 1.11 SCHEDULING CONTRACTOR shall provide a construction schedule prior to commencing construction. PART 2 PRODUCTS 2.01 MANUFACTURER(S) A. Performance Pipe, a division of Chevron Phillips Chemical Company, LP. B. Rinker Materials PolyPipe Division. 2.02 MATERIALS AND /OR EQUIPMENT A. Directional Drilling Equipment 1. CONTRACTOR shall own a drilling rig with a minimum capacity of 300,000 pounds. 2. CONTRACTOR shall provide cradles and any other equipment or tools necessary for pipe handling. 3. CONTRACTOR's drill rig shall have a locating and tracking system to follow the progress of the bore and determine precise location and depth, and indicate drill head orientation. NON- sTAINDARD/ 12 02643 - Page 5 of 13 HDPE PIPING JOB NO, 052131 124.0001 4. B. Pipe 1. 2. 3. 4 5 no 7 8 E NON - STANDARD/ 12/21 /2003 JOB NO. 052131124.0001 CONTRACTOR shall have a drilling mud recycling unit with a minimum capacity of 600 gallons per minute. Pipe and fittings shall be made of high density polyethylene with a standard thermoplastic material designation code of PE3408 and having a cell classification of 345464C per ASTM D3350. Ultraviolet stabilizer per manufacturer's recommendation shall be sufficient to provide for two years storage life. Pipe and fittings shall have product traceability. The manufacturer shall include a printline on the pipe. This shall notate the product, pipe test category, nominal size, dimension ratio, pressure class and pipe test category. The ASTM standard shall also appear as ASTM F714 with the material designation as PE3408. The printline shall be black on green pipe or white or green on black pipe. The pipe shall be manufactured in accordance with ASTM F714 and AWWA C906. Properties a. Nominal Diameter: Line "A" — 20 -inch ductile iron pipe size (DIPS) Line "B" — 30 -inch DIPS b. Dimension Ratio (DR): 17 C. Pressure Rating: 100 psi (minimum) at 73 d. Exterior Color: Green or black with green stripes e. Interior Color: Black Stripes, if used, shall be co- extruded into pipe outside surface. The striping material shall be the same material as the pipe material except for color. Stripes printed on the pipe outside surface shall not be acceptable. DIPS pipes shall have at least three (3) equally - spaced pairs of longitudinal color stripes. Exterior of colored pipe shall be a co- extruded integral layer. Naming of pipe and fitting manufacturer is required with the bid. Use of term "as specified" is not acceptable. Failure to name supplier may be cause for bid rejection. Pipe and fitting manufacturer's facilities shall be ISO 9001 certified. 02643 - Page 6 of 13 HDPE PIPING C. Fittings 1. Fabricated fittings for butt fusion joining and electrofusion fittings are acceptable for this project. 2. Fabricated fittings shall be manufactured from pipe provided by the Pipe Manufacturer. 3. Electrofusion fittings shall be manufactured by Central Plastics, Inc. or Friatec. 4. Fittings shall have a minimum pressure rating of 80 psi at 73 °F. 5. At the point of fusion, the outside diameter and minimum wall thickness of the fitting shall match the outside diameter and minimum wall thickness specifications of ASTM F714 for the same size pipe. 6. All fittings shall have a quality control label as approved by the manufacturer. 7. Mechanical joint adapters shall be provided with heavy -duty back -up ring kits and stainless steel stiffeners. -- 2.03 FABRICATION OF FITTINGS A. HDPE fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock, or molded fittings. Fabricated fittings shall match the wall thickness of the pipe. The pressure rating of the fitting can therefore be less than the pressure rating of the pipe. B. Bends greater than 45 degrees must be fabricated from three segments. Bends 45 degrees and less can be fabricated from two segments. C. If the fitting will be thermal butt fused in the field and the wall thickness of the fitting does not match the pipe wall thickness, the Manufacturer shall route the ends of the - fitting at the plant to match the pipe wall thickness. D. HDPE flange adapters shall be made with sufficient through -bore length to be clamped in a butt fusion-joining machine in the field without the use of a stub -end holder. The sealing surface of the flange shall be machined with a series of small v- shaped grooves (serrations) to promote gasketless sealing E. Flange adapters shall be fitted with back -up rings pressure rated equal to or grater than the mating pipe. The back -up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 2 or higher. F. Fittings shall be factory produced and shall be from the same manufacturer as the pipe. 2.04 (NOT USED) NON - STAND, RDA 12;21;2003 02643 - Page 7 of 13 HDPE PIPING JOB NO. 052131 124.0001 PART 3 EXECUTION 3.01 GENERAL A. CONTRACTOR must comply with all applicable OSHA, state and local regulations and accepted industry practices. B. It is the responsibility of the CONTRACTOR to follow local regulations regarding drilling fluid disposal or any disposal of waste materials. C. All personnel working on the job site must be properly trained regarding safety precautions, safety equipment, operating procedures and potential hazards associated with the equipment. D. Non - essential personnel and bystanders should not be allowed in the immediate area surrounding equipment. E. Barriers and warnings should be located for proper maintenance of traffic at a minimum of 30 Ft. from the edge of the equipment or related hardware facing the oncoming traffic. F. Coordinate the temporary lane closures and intersection closures with the City of Coppell. Restrictions for closures are shown on the PLANS and in Section 4, Item 1.15 of these Specifications. 1. Under no circumstances shall the dumping of raw sewage onto private property or into City streets, storm sewers, creeks, or other locations, or backing flows up in the existing system be allowed. 2. If drilling fluid re- circulation is contemplated, CONTRACTOR must consider a method to transport any fluid exhausted from the bore pit. 3. Bypass pumping shall be continuous for each hydrostatic test section (refer to Paragraph 3.05, Section F, this Specification Section). 3.02 PREPARATION (NOT USED) 3.03 ERECTION/INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Excavation 1. Trench excavation for HDPE open cut force main piping shall be per the requirements of Item 6.2 (Underground Conduit Installation — Excavation and Backfill) in the NCTCOG Standard Specifications for Public Works. 2. CONTRACTOR shall excavate directional drilling entry pits and exits pitsat locations for insertion of HDPE piping . Excavation shall be in accordance with the requirements of Item 6.2 (Underground Conduit Installation — Excavation and Backfill) in the NCTCOG Standard Specifications for Public Works. NON - STANDARD/ 12/21/2003 02643 - Page 8 of 13 HDPE PIPING JOB NO. 052131124.0001 Combination sewage air vacuum /air release valves shall be installed at each entry and exit pit. B. Joining I . Sections of HDPE pipe shall be assembled and joined together prior to insertion of the pipe. Assembly shall be accomplished above ground at the job site. In- trench assembly is acceptable provided appropriate equipment, as defined by the Pipe Manufacturer, is used (i.e. acceptable fusion machine). 2. CONTRACTOR shall assemble the HDPE pipe with sufficient extra length to enable joining to adjacent lengths of pipe. 3. Joining shall be accomplished by thermal butt fusion or electrofusion, unless otherwise shown on PLANS or specified herein, in strict accordance with the Pipe Manufacturer's recommendations, as well as applicable provisions of _ ASTM D2657 for butt fusion and ASTM F1290 for electrof ision. Unless otherwise shown on PLANS or specified herein, external and internal beads need not be removed. 4. All fusion joining shall be performed by trained personnel with properly maintained equipment designed for butt fusion or electrofusion of thermoplastic pipe. Saddle fusion and socket fusion performed according to manufacturer recommended procedures might be acceptable upon submittals and approval from ENGINEER. Pipe and /or fitting ends to be connected must be clean, dry, and free of detrimental surface defects prior to field joining. 6. CONTRACTOR's Fusion Equipment Operator, Liner Installers and OWNER's onsite Joint Inspector(s) shall be trained in fusion joining of HDPE pipe by the Pipe Manufacturer or Manufacturer's Representative prior to commencing construction. Training received for a previous project is acceptable as long as a certificate can be provided. Pipe Manufacturer or Representative shall provide CONTRACTOR with certificates for each trained individual indicating successful completion of training. OWNER's REPRESENTATIVE shall be trained by the Pipe Manufacturer or Manufacturer's Representative, not the CONTRACTOR or Subcontractor responsible for joining the HDPE pipe and fittings. Documentation: a. Thermal butt fusion — CONTRACTOR shall use a butt fusion machine to make all joints. Manual records of fusion temperature, pressure, and time shall be kept for each joint. Joints shall be numbered such that the approximate location of each joint can be estimated once the piping has been installed. b. Electrofusion — CONTRACTOR shall use an electrofusion machine with automatic data logging facilities to make all joints. Records of current, voltage, and fusion cycle time shall be kept for each joint. NON-STANDARD/ 12/21/2003 02643 - Page 9 of 13 1IDPB PIPING JOB NO. 052131124.0001 8. HDPE pipe shall be joined to valves by means of a polyethylene flange adapter and ductile iron backup ring or mechanical joint adapters (as shown on PLANS) in accordance with Pipe Manufacturer instructions. Branch connections for combination air vacuum/air release valve installation shall be made with fabricated tees with flanged outlets. 10. Thermal butt fusion can be used to join pipe and fittings with the same outside diameter provided they are not different in wall thickness by more than one Dimension Ratio (DR). The ends of the thicker -wall fitting shall be machined by the Pipe Manufacturer to match the mating pipe wall thickness. For example, a DR 17 fitting can be joined to DR 21 pipe in this manner. Transitions between unlike wall thicknesses greater than one DR shall be made with a transition nipple (a short length of heavier wall pipe with one end machined to the lighter wall). IL Plain -end connection of fabricated directional fittings (elbows, tees, etc.) shall be butt fused to the end of a pipe length. The remaining fitting connections shall be made in the trench using butt fusion, electrofusion coupling, flange, or other connection means in accordance with the requirements of this Specification Section. Handling, lifting, moving, or lowering a fabricated fitting that is connected to more than one pipe length is prohibited. CONTRACTOR shall replace fittings damaged by improper handling at no additional expense to the OWNER. 12. Mechanical joint and flange connections shall be installed in accordance with the Pipe Manufacturer's recommended procedures. Mechanical joint adapters and flanges shall be centered and aligned to the mating component _ before assembling and tightening bolts. Gaskets shall not be used for flanged connections between HDPE piping. Gaskets shall be used when joining HDPE to other pipe materials. In no case shall the mechanical joint gland or flange bolts be used to draw the connection into alignment. Bolt threads shall be lubricated, and flat washers shall be used under the nuts. Bolts shall be evenly tightened according to the tightening pattern and torque step recommendations of the Pipe Manufacturer. At least one (1) hour after initial assembly, flange connections shall be re- tightened following the tightening pattern and torque step recommendations of the Pipe Manufacturer. The final tightening torque shall be as recommended by the Pipe Manufacturer. 13. At CONTRACTOR's option, flanged connections can be made to join pipe and fittings in access pits. Mechanical couplings shall not be allowed at any locations other than those shown on the PLANS. C. Installation Open -Cut Installation Install pipe per the requirements of Item 6.7 (Underground Conduit Installation) in the NCTCOG Standard Specifications for Public Works and ASTM D2774. ivory- sTANDARDr 12/21;2003 02643 - Page 10 of 13 NDPH PWING JOB NO. 052131 124.0001 b. Pipe shall be laid on grade and on a stable foundation. Unstable trench bottom soils shall be removed. C. Embedment shall be as shown on PLANS. During embedment placement and compaction, care shall be taken to ensure that the haunch areas below the pipe springline are completely filled and free of voids. 2. Directional Drilling a. Installation shall be in accordance with ASTM F1962. b. Bore entry angles shall be between 8 and 20 degrees from the ground surface. C. Bore exit angles shall be less than 10 degrees from the ground surface. d. Exit pit (or pipe insertion pit) width shall be a minimum of the outside diameter of the pipe plus 18 inches. e. Internal /external clamping or bolting, or a fused HDPE pipe adapter with a built -in pulling eye shall be used to grip the pipe during pullback. Basket -type or internal only grips are not allowed. f. The peak tensile stress during pullback must be less than the Safe Pull Tensile Stress (SPS) at the anticipated installation temperature and time interval (for a 12 hour period at 73 °F, the SPS is 1150 psi). Bore path alignment, bore entry and exit angles, and the length of the bore affect the peak tensile stress. g. During insertion, precautions shall be taken to protect the pipe to prevent damage to the pipe. Any cuts, gouges, or scrapes equal to 10% of the pipe wall thickness shall be cause for rejection and replacement of that portion of the pipe. h. Once the insertion is initiated, CONTRACTOR shall continue the pull to completion without interruption. i. The HDPE pipe shall be filled with water prior to insertion to prevent the pipe from floating during installation. D. Backfill 1. Thrust restraint shall be installed at all locations shown on PLANS. 2. Backfill for the open -cut HDPE piping shall be per the requirements of these Specifications, Item 6.2 (Underground Conduit Installation — Excavation and Backfill) in the NCTCOG Standard Specifications for Public Works, and as shown on the PLANS. NON-STANDARD/ 12.!21/2003 02643 -Page 11 of 13 HDPE PIPING JOB NO. 052131124.0001 3.04 REPAIRIRESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL _ A. Pipe Manufacturer or Manufacturer's Representative shall provide a qualified person to observe CONTRACTOR's joining procedures periodically during installation. On the first day of joining, this qualified person, OWNER's REPRESENTATIVE, and _ ENGINEER shall observe CONTRACTOR's proposed joining procedures. B. Thermal butt fusion and electrofusion joints shall be visually inspected by OWNER'S REPRESENTATIVE in accordance with visual inspection criteria provided by the Pipe Manufacturer or Manufacturer's Representative. Visual inspection results shall be documented by OWNER's REPRESENTATIVE. C. OWNER's REPRESENTATIVE can designate joints for destructive testing. D. CONTRACTOR shall ensure the proper field set -up and operation of the fusion equipment, and the fusion procedure used by CONTRACTOR's Fusion Operator while on site. A bent strap test shall be performed at the beginning of the first day of fusion and on a weekly basis thereafter. The trial fusion shall be allowed to cool completely before test straps are cut out and the bent strap is tested in accordance with ASTM D2657. If the bent strap test of the trial fusion fails at the joint, the field fusions represented by the trial fusion shall be rejected. CONTRACTOR shall, at his expense, make all necessary corrections to equipment, set -up, operation, and fusion procedure, and shall re -make the rejected fusions once a trial fusion has been accepted. E. Hydrostatic Leak Testing CONTRACTOR shall test the HDPE force main once installation is complete. CONTRACTOR is responsible for installing any taps or related appurtenances necessary for hydrostatic testing, including releasing air. 3. Heat fusion joints must be properly cooled prior to testing. 4. Mechanical connections must be completely installed and tightened per Connection Manufacturer's instructions prior to testing. 5. All piping and components in the test section must be restrained prior to testing. 6. Before applying test pressure, allow time for the test fluid and the test section to equalize to a common temperature. 7. Test pipe at 80 psi. Measure test pressure at the point of lowest elevation in the test system. If testing is conducted at a pipe temperature of greater than 80 degrees Fahrenheit, adjust the test pressure by the following factors: NON - STANDARD/ 12/21/2003 02643 - Page 12 of 13 HDPE KP1Nc JOB NO. 052131124.0001 Test Section Tern ° F < 80 < 90 < 100 < l 10 < 120 < 130 < 140 Multiplier 1.00 0.90 0.80 0.75 0.65 0.60 0.50 9. Test duration shall not exceed eight (8) hours including time to pressurize, time for initial expansion, time at test pressure, and time to depressurize the test section. If the test is not completed due to leakage, equipment failure, or any other reason, depressurize the test section completely and allow it to relax for at least eight (8) hours before pressurizing the test section again. 10. CONTRACTOR shall coordinate hydrostatic leak testing with OWNER. 11. Fill test section completely with test liquid. Test liquid shall be water and shall meet all appropriate industry standards for safety and quality so that the environment, system, and test equipment are not adversely affected. 12. Gradually pressurize the test section to test pressure and maintain at test pressure for three (3) hours. During the initial expansion phase, HDPE pipe will expand slightly. Additional test liquid will be required to maintain pressure. It is not necessary to monitor the amount of water added during the I nitial expansion phase. 13. Immediately following the initial expansion phase, monitor the amount of make -up water required to maintain test pressure for three (3) hours. If the amount of make -up water needed to maintain test pressure is less than 5.0 gallons per 100 feet of pipe, no leakage is indicated. Regardless of test results, all visible leaks shall be repaired. If the test cannot be conducted with the gauge at the lowest point in the system to be tested, a correction factor of minus 0.43 psi per vertical foot shall be used. 14. At the conclusion of the test, carefully depressurize the test section by the controlled release of test liquid to the sanitary sewer system. 3.06 - 3.11 (NOT USED) END OF SECTION NON - STANDARD/ 12/21/2003 02643 - Page 13 of 13 HDPEPIPFNG JOB NO. 052131124.0001 SECTION 15052 JOINTING CAST IRON AND DUCTILE IRON PIPING PART 1 GENERAL 1.01 SUMMARY This Section includes the procedure requirements for making up joints for piping systems. PLANS show types of specific joints that are required. 1.02 RELATED REQUIREMENTS A. Specification Section 15062 "Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings." B. Work Specified Elsewhere 1. PLANS show types of joints required. 2. Other related work as called for on PLANS or specified elsewhere in this or other Technical Specification Sections. 1.03 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 - 2.04 (NOT USED) PART 3 EXECUTION 3.01 GENERAL (NOT USED) 3.02 PREPARATION Bell and Spigot Boltless Gasketed Joints: Remove from bell and spigot ends all lumps, blisters, excess coal -tar coating, oil and grease, then wire brush and wipe clean and dry before laying pipe. _ 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Bell and Spigot Boltless Gasketed Joints 1. Installation of Ring Gasket Wipe gasket seat in socket with clean dry cloth. Place gasket with large end entering first. Spring gasket into seat in bell so that groove fits over head in seat. Apply a thin film of lubricant to inside surface of gasket. STANDARD /10111/1999 15052 - Page 1 of 2 JOINTING CAST IRON AND DUCTILE IRON PIPING 2. Setting Spigot Align spigot with bell and start into bell so that it contacts gasket. Apply lubricant to engaging surface of spigot if necessary. Pipe 6- inches and smaller may be driven with a bar lever on end of pipe. For larger pipe, use only approved ratchet -type jacking tool to pull pipe "home." B. Mechanical Joints 1. Wash socket and plain end with soapy water, then slip gland and gasket over plain end. Face small side of gasket and lip of gland to bell. 2. Paint gasket with soapy water. 3. Push gasket into position, being sure it is evenly seated in socket. 4. Slide gland into position, insert bolts, and run nuts up fingertight. 5. Tighten bolts to uniform tightness with ratchet wrench. First tighten bottom bolt, then top, and on around in sequence of 180 degrees apart. C. Flanged Joints 1. Threading and Tightening Flanges See Specification Section 15062 - Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings. 2. Setting Gasket If non - graphited gaskets are used, apply graphite and water solution to gasket before placing on flange. Wire -brush flange and clean inside of pipe before placing gasket. 3. Tightening Bolts After initial alignment, place flange bolts with all heads in same direction. Tighten flange bolts, each in turn, at uniform rate around joint until all are tight. D. Restrained Flange Adapter Joints 1. Use only when shown on PLANS or authorized by ENGINEER. 2. Install in strict accordance with manufacturer's printed instructions and as specified above. 3.04 - 3.11 (NOT USED) _ END OF SECTION STANDARD /10/11/1999 15052 - Page 2 of 2 JOINTING CAST IRON AND DUCTILE IRON PIPING SECTION 15062 DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON FITTINGS PART 1 GENERAL 1.01 SUMMARY This Section includes furnishing ductile iron piping three inches and larger for buried and exposed systems. Soil pipe and fittings are specified in other Specification Sections. 1.02 RELATED REQUIREMENTS A. Soil pipe and fittings not under this Specification Section. B. PLANS show pipe class, thickness class, type joints, and service pressure. C. Other related work as called for on PLANS or specified elsewhere in this or other Specification Sections. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D1248 1984 Standard Specification for Polyethylene Plastics Molding and Extrusion Materials AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA C 104 1995 Cement Mortar Lining for Ductile -Iron Pipe and Fittings for Water First Edition AWWA C105 1993 Polyethylene Encasement for Ductile Iron Pipe Systems AWWA CI 10 1993 Ductile -Iron and Gray -Iron Fittings, 3 -inch Through 48 -inch (75 mm Through 1200 mm), for Water and Other Liquids AWWA C111 1995 Rubber - Gasket Joints for Ductile -Iron Pressure Pipe and Fittings AWWA C 115 1994 Flanged Ductile -Iron Pipe with Threaded Flanges AWWA C 150 1996 Thickness Design of Ductile -Iron Pipe AWWA C151 1996 Ductile -Iron Pipe, Centrifugally Cast, for Water. AWWA C606 1997 Grooved and Shouldered Joints NON STANDARD / I2 1212003 15062 - Page 1 of 5 DUCTILE IRON PIPE AND CAST JOB NO. 052131124.0001 IRON AND DUCTILE IRON FITTINGS 1.04 - 1.05 (NOT USED) 1.06 SUBMITTALS Submit the following in accordance with Section 4 — Specific Project Requirements — Shop Drawings, Product Data and Samples. A. Sworn statement that inspection and all tests have been made and meet the requirements of AWWA C 151. B. Certified test reports for threaded on flanged pipe in quadruplicate for shop testing required. C. Affidavit of compliance per Paragraph 1.07. D. Detailed dimensioned fabrication and installation drawings for piping, fittings, and specials. E. Manufacturer's descriptive literature for mechanical couplings, mechanical flange adapters, and restrained flange adapters. 1.07 QUALITY ASSURANCE Certification 1. Pipe used in domestic water distribution systems to have Underwriters' label and be acceptable to local and state authorities without penalty. 2. Furnish, when requested, affidavit of compliance in accordance with AWWA C151. 1.08 DELIVERY, STORAGE, AND HANDLING A. Use hoists, slings, skids, or other means to avoid damage. Piping not to be dumped. Any damaged, chipped, or cracked castings to be replaced at CONTRACTOR's expense. B. Protect flange surface and threads at all times and keep interiors free of all foreign matter. 1.09 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) American Pipe Co., U.S. Pipe or equal. NON STANDARD / 12/12/2003 15062 - Page 2 of 5 DUCTILE IRON PIPE AND CAST JOB NO. 052 1 3 1 124.0001 IRON AND DUCTILE IRON FITTINGS 2.02 MATERIALS AND /OR EQUIPMENT A. General Fabrication dimensions and accuracy of fabrication are responsibility of CONTRACTOR. B. Pipe 1. Ductile Iron: Per AWWA C151 2. Thickness Class a. Aboveground Lines As shown on PLANS and minimum for flanged pipe per AWWA C 115, Table 15.2. b. Underground Lines As shown on PLANS, but not less than that indicated within AWWA C 150 for internal pressure and depth shown on PLANS. C. Fittings, Flanges, and Joint Material 1. Fittings Per AWWA C1 10 and Cl 11. 2. Threaded On Flanges Per AWWA C1 15. Use ductile flanges on ductile fittings and cast iron flanges on cast iron fittings. 3. Nonflanged Joint Material a. Rubber Gaskets for Water and Sewage Service: Per AWWA C111. b. Rubber Gaskets for Diffused Air Systems (10 psi and 190EF Service): Use MIL -R -83248 fluoroelastomer such as Dupont's Viton or 3M's Fluorel. 4. Grooved joints may be used in lieu of flanged joints per ENGINEER approval. a. Couplings to be Victaulic Style 31 or approved equal. D. Gaskets 1. For water and sewage, use rubber gasket conforming to Appendix to AWWA C115. NON STANDARD / 12/12/2003 15062 - Page 3 of 5 DUCTILE IRON PIPE AND CAST JOB NO. 052131124.0001 IRON AND DUCTILE IRON FITTINGS 2. For air service, use 1/8 -inch full -face EPDM gaskets, factory cut and conforming to AWWA C111. E. Bolts and Nuts ASA B16.1; use studs with nuts on each end for pipe sizes 54 -inch and larger. 1. Aboveground: Black steel. 2. Underground: Cadmium plated unless shown differently on PLANS. F. Exterior Coating 1. Buried Pipe and Fittings: Bituminous coated, not less than 1 mil thick 2. Exposed Pipe and Fittings: Bituminous coated pipe and fittings will not be allowed. G. Interior Lining _ 1. Air Service: Unlined_ 2. Water Service: Cement mortar lined per AWWA C104/A21.4. 3. Sewage Service: a. All sewage service shall be cement mortar lined per AWWA C 104/A21.4. unless designated otherwise on the plans. b. All sewage service called to be epoxy lined shall conform to the following: I. Interior lining for ductile iron sewer pipe to conform to manufacturers recommendations. ii. Minimum lining thickness to be 40 mils regardless_ of material -- recommended. iii. Acceptable lining materials are: 1) Protecto 401 ceramic epoxy by Vulcan Group H. Polywrap Encasement Polyethylene Encasement in accordance with AWWA C105. I. Mechanical Couplings Dresser: Long sleeve unless shown otherwise, Style 38; equivalent by Smith -Blair or Baker. Harness when required for thrust restraint. NON STANDARD / 12/12/2003 15062 - Page 4 of 5 DUCTILE IRON PIPE AND CAST JOB NO. 052131124.0001 IRON AND DUCTILE IRON FITTINGS J. Flange Adapters 1. Mechanical Flange Adapters: Dresser Style 127, equivalent by Smith Blair or equal. 2. Restrained Flange Adapters: Ebaa Iron Series 1100 or Uniflange Series 200. K. Wall Pipes Unless otherwise shown on PLANS, wall pipes to be cast or ductile iron with an intermediate wall collar. End connections to be shown on PLANS. 2.03 FABRICATION A. Flanged Pipe 1. Threaded On Flanged Pipe 2. Shop thread, machine tight, and face in machine shop equipped for this type work and conforming to the requirements of AWWA C 115. B. Grooved End Pipe Fabricated in accordance with AWWA C606, latest revision. 2.04 SOURCE QUALITY CONTROL Threaded On Flanged Pipe Shop test, hydrostatically, each flanged pipe piece at 75 prig for pump suction pipe and at 150 psig for pump discharge piping. PART 3 EXECUTION 3.01 - 3.02 (NOT USED) 3.03 ERECTION/INSTALLATION /APPLICATION AND /OR CONSTRUCTION Installation As per applicable Specification Section. 3.04 - 3.11 (NOT USED) END OF SECTION NON STANDARD/ 12/12/2003 15062 - Page 5 of 5 DUCTILE IRON PIPE.kND CAST JOB NO. 052131124.0001 IRON AND DUCTILE IRON FITTINGS SECTION 15107 RESILIENT WEDGE GATE VALVE PART 1 GENERAL 1.01 SUMMARY This Section includes the furnishing and the subsequent installation of resilient wedge gate valves as shown on PLANS and as specified herein. 1.02 RELATED REQUIREMENTS -` PLANS or Attachment to this Section indicate sizes, working pressures, end connections, type operator, and operating conditions for sizing operators. 1.03 REFERENCES The publications listed below form a part of this specification to the extent referenced. The -- publications are referred to in the text by basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM Al26 1995 (2001) Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A307 2002 Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength ASTM A536 1984 (1999) Standard Specification for Ductile Iron Castings ASTM B 138 2001 Standard Specification for Manganese Bronze Rod, Bar, and — Shapes ASTM D429 2002 Standard Test Methods for Rubber Property- Adhesions to Rigid Substrates ASTM D2000 2001 Standard Classification System for Rubber Products in Automotive Applications AMERICAN WATER WORKS ASSOCIATION (AWWA) AWWA C509 1994 Resilient - Seated Gate Valves for Water and Sewage Systems AWWA C550 2001 Protective Epoxy Interior Coatings for Valves and Hydrants 1.04-1.05 (NOT USED) NON - STANDARD / 01!21!03 15107 - Page 1 of 4 RESILIENT WEDGE GATE VALVES JOB NO. 052131124M01 1.06 SUBMITTALS Submit the following in accordance with the requirements outlined in Section 4 — Specific Project Requirements — Shop Drawings, Product Data and Samples. A. Shop drawings and product data, including construction features and materials of construction with ASTM designations. B. Operation and maintenance data. 1.07 QUALITY ASSURANCE A. Manufacturer to certify that valves meet and/or exceed the requirements of this Specification Section. B. Markings Manufacturer's name, working pressure, and size to be cast on valve body. C. Standardization All valves under this Section to be product of a single manufacturer. 1.08 DELIVERY, STORAGE, AND HANDLING All valves to be drained and closed prior to shipment. Ship with flange or body end protectors. 1.09 - 1.11 (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURER(S) A. Mueller Company. B. American Flow Control. 2.02 MATERIALS AND /OR EQUIPMENT A. General 1. Valves shall be manufactured in accordance with AWWA C509 and as specified in this Specification Section. 2. Valves shall have make, size, working pressure, and the letters "AWWA" cast into the valve bodies. 3. Valves shall be UL listed and FM approved. NON - STANDARD/ 01 /21!03 15107 - Page 2 of 4 RESILIENT WEDGE GATE VALVES JOB NO. 052131124.0001 M . Valves 2. 3. 4. 5. 6. 7. 9 10 11 12 13 14 Body: Castor ductile iron. Wedge: Castor ductile iron. Stem: Bronze. Stem Seal: Stuffing box or O -ring. Packing: Asbestos -free. O -rings: Natural or synthetic rubber. Valve body and bonnet shall be coated both interior and exterior with a fusion bonded heat cured thermo setting material meeting application and performance requirements of AWWA C550. Wedge shall be completely encapsulated with resilient material. The resilient sealing material shall be permanently bonded to the cast iron wedge with a rubber tearing bond to meet ASTM D429. Internal parts shall be accessible without removing the valve body from the line. NRS stems shall be cast bronze with integral collars. There shall be low fiction thrust bearings above and below the stem collar. The stem nut shall be independent of the wedge and shall be solid bronze. NRS stuffing box shall have two O -ring seals above the thrust collar and one below. The top two 0-rings shall be field replaceable without removing the valve from service. Waterway in seat areas shall be smooth, unobstructed, and free of cavities. End Connections a. Flanged valves to be faced and drilled to ANSI Class 125/150. b. Mechanical joint ends to be per AWWA C111. C. Operators 1. OS &Y to have handwheels. 2. NRS valves to have wrench nuts for buried service, handwheels for aboveground service. NON- STANDARD! 01 %21/03 15107 - Page 3 of 4 RESILIENT WEDGE GATE VALVES JOB NO. 052131124.0001 2.03 FABRICATION Valve bodies are to be factory coated for buried service or shop prime coated for field application of the finish coating system. 2.04 SOURCE QUALITY CONTROL Hydrostatically test each valve as specified in AWWA C509 Section 6.2. PART 3 EXECUTION 3.01 -3.02 (NOT USED) —` 3.03 ERECTION /INSTALLATION /APPLICATION AND /OR CONSTRUCTION A. Installation 1. Protect buried valves with minimum eight (8) mil polyethylene film brought up and permanently taped to the valve box. 2. All valves to be oriented to provide maximum accessibility for operation and maintenance. Any installation that does not comply to be removed and reinstalled at no cost to OWNER. 3. Provide a cast iron valve box for each buried valve. Refer to PLANS for detail. 3.04 REPAIR/RESTORATION (NOT USED) 3.05 FIELD QUALITY CONTROL A. Operate each valve through at least one complete cycle. B. After installation, inspect each valve for adequate tightness. No leakage will be allowed. 3.06-3.11 (NOT USED) END OF SECTION NON - STANDARD / 01/21/03 15107 - Page 4 of 4 RESILIENT WEDGE GATE VALVES JOB NO. 052131124.0001 APPENDIX A Geotechnical Report GEOTECHNICAL INVESTIGATION FORCE MAIN - LINES "A" AND "D" COPPELL, TEXAS TMI REPORT NO. DE 03 -089 TO TURNER COLLIE & BRADEN DALLAS,TEXAS BY TERRA -MAR, INC. DFW AIRPORT /DALLAS / FORT WORTH /AUSTIN / HOUSTON SEPTEMBER 3, 2003 TERRA -MAR Consul Engineers - Geotechnical ° Environmental • Construction Materials Testing DALLAS • FORT WORTH • HOUSTON a AUSTIN a LONGVIEW September 3, 2003 Mr. Ted Sugg, P.E. Turner Collie & Braden, Inc. 17300 Dallas Parkway, Suite 1010 Dallas, Texas 75248 Re: Geotechnical Investigation Force Main - Lines "A" and "D" Coppell, Texas TMI Report No. DE03 -089 Dear Mr. Sugg: We have completed our Geotechnical Investigation for the above referenced project. This report presents the results of our investigation to characterize subsurface conditions along the proposed force main alignment. These services were performed in accordance with the Subconsultant Agreement between Turner Collie & Braden, Inc. and Terra -Mar, Inc. dated July 18, 2003. We appreciate the opportunity to provide you with our services. If you have any questions or if we can be of further assistance, please do not hesitate to contact us. Sincerely, TERRA -MAR, INC. OF r ° ..i....•..•a••oso oaowosesa Roger K. Southwort , P.Ex `': "° "'••818 • °�%eee.• Project Ma r �t,�'• �i� . im G. Abrams, P.E. Manager — Geotechnical Services FIGURES PLANOF BORINGS ............................................................................... ..............................1 GEOLOGICPROFILES .......................................................................... ..............................7 LOGSOF BORINGS ............................................................................. .............................10 LEGEND - KEY TO LOG TERMS & SYMBOLS ..................................... .............................27 TABLE OF CONTENTS 1.0 INTRODUCTION ........................................................................... ..............................1 1.1 PROJECT DESCRIPTION ................................................... ..............................1 1 .2 PURPOSE AND SCOPE ...................................................... ..............................1 2.0 FIELD INVESTIGATION ................................................................ ..............................2 3.0 LABORATORY TESTING .............................................................. ..............................3 4.0 SUBSURFACE CONDITIONS ...................................................... ....................•.......... 3 4.1 STRATIGRAPHY .................................................................. ..............................3 4.2 GROUNDWATER CONDITIONS ......................................... ..............................4 5.0 FORCE MAIN CONSTRUCTION RECOMMENDATIONS ............ ............................... 5 5.1 EXPECTED SUBSURFACE CONDITIONS .......................... ..............................5 5.2 TEMPORARY EXCAVATION SIDE SLOPES ....................... ..............................5 5.3 TRENCH /BORE PIT BRACING ............................................ ..............................7 5.4 TUNNELING CONSIDERATIONS ........................................ ..............................7 5.5 EXCAVATION DEWATERING ............................................. ..............................8 5.6 CONSTRUCTION CONSIDERATIONS ................................ ..............................8 5.7 UTILITY TRENCH BACKFILL .............................................. ..............................8 6 .0 LIMITATIONS ................................................................................ ..............................9 FIGURES PLANOF BORINGS ............................................................................... ..............................1 GEOLOGICPROFILES .......................................................................... ..............................7 LOGSOF BORINGS ............................................................................. .............................10 LEGEND - KEY TO LOG TERMS & SYMBOLS ..................................... .............................27 GEOTECHNICAL INVESTIGATION FORCE MAIN - LINES "A" AND "D" COPPELL, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists constructing two segments of sanitary sewer force main in the City of Coppell, Texas. The force main segments are designated as Lines "A" and "D ". The force main alignments are depicted on Figures 1 through 6. Line "A" will consist of a 20- inch - diameter force main that will extend a distance of approximately 4,700 feet. It will begin near the intersection of Belt Line Road and MacArthur Boulevard (Station 0 +69.72), and will extend north along MacArthur Boulevard to a point approximately 280 feet north of Condor Drive. It will then extend east approximately 1,080 feet, and then north approximately 240 feet, where it will terminate (Station 47 +66.68). Line "D" will consist of a 30- inch - diameter force main that will extend a distance of approximately 8,700 feet. It will begin at the Sandy Lake Wastewater Lift Station (Station 1 +00) and will extend north /northwest around the Coppell Pump Station to South Village Parkway (Station 17 +00). It will then extend north along South Village Parkway to MacArthur Boulevard and then north along MacArthur Boulevard to a point approximately 100 feet north of DeForest Road, where it will terminate (Station 88 +35). The force main invert will extend up to 26 feet below the current site grades. The majority of the sewer will be constructed using open cut construction. However, several sections will constructed using directional boring to extend the sewer beneath existing roadways and underground utilities. 1.2 PURPOSE AND SCOPE The purposes of this investigation were to evaluate the subsurface conditions along the force main alignments and to develop recommendations to guide the design and construction of the sewer. Our scope of work included the following: 1. Borings to evaluate the subsurface conditions along the force main alignments. 2. Recommendations for side slopes for temporary open cut excavations. 3. Recommendations for open trench excavation and lateral earth pressure envelopes for the design of trench shoring. 4. Recommendations for directional boring. 5. Recommendations for trench backfill. 6. Discussion of potential construction problems, such as groundwater and subgrade instability. 2.0 FIELD INVESTIGATION Fifteen borings were drilled for drilled for this project to depths ranging from 30 to 40 feet each. Four borings (Borings B -12 through B -15) were drilled along the Line "A" alignment and eleven borings (Borings B -1 through B -11) were drilled along the Line "D" alignment. The boring locations and depths were specified by Turner Collie & Braden. The approximate boring locations are indicated on the attached Plan of Borings, Figures 1 through 6. The results of the field investigation are presented on the Logs of Borings, Figures 10 through 26. A key to the descriptive terms and symbols used on the logs is presented on Figure 27. The ground surface elevations at the boring locations are indicted at the top of the boring logs. These elevations were estimated from topographic information presented on the plan and profile sheets provided by Turner Collie & Braden. The elevations indicated on the boring logs should be considered approximate. A truck - mounted drill rig was used to advance the borings and to obtain samples for laboratory evaluation. Samples were obtained at intermittent intervals with standard, thin - walled, seamless tube samplers and split -spoon samplers. The samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and to maintain their in -situ moisture content during transportation to our laboratory. Standard Penetration Tests (SPT) were performed to evaluate the relative density of the granular soils. The SPT consists of driving a standard 2- inch - daimeter split -spoon sampler with a 140 -pound hammer falling a distance of 30 inches. The number of blows required to drive the sampler a distance of 12 inches is a function of the relative density of the soil. The SPT results are presented on the boring logs. Texas Department of Transportation (TxDOT) Cone Penetrometer Tests were performed to evaluate the bearing properties of the shale. This test consists of measuring the penetration of a 3- inch - diameter cone driven by a 170 -pound hammer falling a distance of 24 inches. The results of the cone penetration tests are presented on the boring logs. 3.0 LABORATORY TESTING The samples recovered during the field investigation were brought to the Terra -Mar laboratory where they were classified by the project geotechnical engineer. A laboratory testing program was then implemented to evaluate the pertinent engineering properties of the soil and rock. Laboratory testing included moisture content, liquid and plastic limit, hand penetrometer, unconfined compression, and percent passing the No. 200 sieve tests. The laboratory test results are presented on the boring logs. 4.0 SUBSURFACE CONDITIONS 4.1 STRATIGRAPHY Descriptions of the subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. A brief summary of the stratigraphy indicated by the borings is presented below. The depths indicated on the boring logs refer to the depth from the ground surface that was present at the time of the investigation. Boundaries between the various soil /rock types are approximate. Generalized geologic soil and rock profiles are presented on Figures 7 through 9. The profiles provide a general overview of the stratigraphy along the sewer alignment. The horizontal spacing between the borings shown on the profiles is not to scale. The profiles illustrate one interpretation of the subsurface conditions between borings. The actual subsurface conditions between borings may vary from what is shown. Line "A" — Borings B -12 through B -15 were drilled along the Line "A" alignment. Clay and sandy clay fill was encountered in Borings B -12 through B -14 to depths ranging from 11 to 12 feet. Fill was not encountered in Boring B -15. The fill was underlain by naturally occurring clay, which extended to the boring termination depths. The naturally occurring soil in Boring B -15 consisted of clays to a depth of about 13 feet, shaley clays from 13 feet to 18 feet, and shale from 18'/2 feet to the boring termination depth. Line "D" — Borings B -1 through B -11 were drilled along the Line "D" alignment. Fill was encountered in nine of these borings to depths ranging from about 1 to 19 feet. The fill type was variable, consisting of clays, sandy clays, sands and gravels. The underlying naturally occurring soils were also highly variable, consisting of both sands and clays. The sands were typically encountered in Borings B -2, B -4, B -5, B -7, and B -8. Clays were encountered at the other boring locations. The overburden soils were underlain by shale, except at Borings B -1, B -10, and B -11, where the borings were terminated prior to encountering the shale. 4.2 GROUNDWATER CONDITIONS The borings were advanced using solid stem augers. This method of boring advancement allows the observation of groundwater seepage into the borehole. A summary of the depths that groundwater seepage was observed during drilling is provided in Table 1. TABLE 1 — SUMMARY OF GROUNDWATER OBSERVATIONS BORING NO. DEPTH THAT GROUNDWATER SEEPAGE WAS ENCOUNTERED DURING DRILLING B -1 Seepage not Observed B -2 15 feet B -3 6 feet B -4 10 feet B -5 15 feet B -6 Seepage Not Observed B -7 17 feet B -8 Seepage not Observed B -9 Seepage not Observed B -10 Seepage not Observed B -11 23 feet B -12 Seepage not Observed B -13 9 feet B -14 Seepage not Observed B -15 16 feet It is not possible to determine the level of the groundwater level based upon short-term water level readings in borings. An accurate determination of the level of the groundwater table would require the installation of groundwater monitoring wells and a water level monitoring program extending over several months. In addition, the level of the groundwater table will fluctuate seasonally with variations in the amount of precipitation, evaporation, and surface water runoff. 5.0 FORCE MAIN CONSTRUCTION RECOMMENDATIONS 5.1 EXPECTED SUBSURFACE CONDITIONS The force main will be constructed using a combination of cut and cover and directional boring. The subsurface conditions encountered at the proposed force main invert at each boring location are summarized in Table 2 on the following page. 5.2 TEMPORARY EXCAVATION SIDE SLOPES The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. The sewer invert will extend deeper than 5 feet below the site grade. It will therefore be necessary to slope the excavation walls or use temporary bracing to facilitate force main construction. According to OSHA standards, the stiff to hard naturally occurring clays are classified as Type A deposits and the sandy clays, shaley clays, and shales are classified as Type B deposits. The granular soils, soft clays, fill, and soils below the groundwater table or through which seepage water is encountered are classified as Type C deposits. For sloped excavations, surcharge loads, such as those resulting from excavation spoil or equipment, should be placed no closer than 2 feet from the crest of the slope in accordance with OSHA regulations. In addition, vehicle traffic should be maintained at least 5 feet from the edge of the slope crest. Open -cut slope excavations should take into account any existing structures or utilities in order to avoid undermining these features. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. 2. Heavy material stockpiles should not be placed near the crest of slopes. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. TABLE 2 — ANTICIPATED SOIL CONDITIONS AT FORCE MAIN INVERT Boring No. Approximate Station No. Approximate Invert Depth Approximate Invert Elev. Soil /Rock Conditions at Invert Elevation B -1 1 +40 10 feet 435 Clay B -2 16 +00; 15' RT 10 feet 441 Clay Fill B -3 21 +08;20' RT 14 feet 440 Clay Fill B -4 24 +70; 15' LT 10 feet 444 Sand and Gravel B -5 35 +27; 18' RT 11 feet 442 Sand B -6 44 +52; 12' LT 12 feet 442 Shale /Clay B -7 56 +20 8 feet 444 Shale /Sand B -8 66 +10 7 feet 451 Sand B -9 75 +95 11 feet 453 Shale B -10 86 +08; 32' RT 16 feet 440 Clay B -11 88 +35; 13' LT 14 feet 441 Clay B -12 4 +73; 13' RT 9 feet 440 Clay Fill /Clay B -13 14 +70; 10' RT 11 feet 437 Clay Fill /Clay B -14 23 +45; 18' LT 26 feet 423 Clay B -15 35 +75; 20' RT 14 feet 439 Shaley Clay 5.3 TRENCH /BORE PIT BRACING Where site limitations require excavations to have vertical sidewalls, an internal bracing system will be necessary. For excavations through clays, bracing may consist of steel sheet piling, timber or steel shoring, or manufactured steel trench braces. A trench shield consisting of a prefabricated rigid steel unit, adequate to withstand anticipated lateral pressures, may also be used where lateral movements will not affect the stability of the existing utilities and roadway pavements. In areas where excavations will extend into sand (Borings B -4, B -5, B -7, and B -8), driven sheet piling or some other type of shoring system that maintains continuous shoring against the soil will be required for trench stability. Depending upon the conditions encountered during construction, it may also be necessary to dewater the sand deposit in order to control excavation wall and base stability. The bracing should be designed for a lateral earth pressure of 40 psf per foot of excavation height. Surcharge loads and traffic live loads, if present, must be included in the bracing design. They can be assumed equal to two additional feet of excavation height. In any areas where open cuts will be performed where structures and /or utilities are located within the zone extending from the base of the excavation upward at a 1H to 1V slope, trench shoring (not trench boxes) should be used for excavation support. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support near existing structures and /or utilities. Construction monitoring should be performed to verify that existing structures and /or utilities are not impacted or damaged by construction operations. The contractor should be required to repair any damage to structures and /or utilities caused by construction activities. 5.4 TUNNELING CONSIDERATIONS The subsurface conditions vary along the sewer alignment and at the directional boring locations. It is expected that directional boring will occur in clays, shaley clays, clay fill, sands and shale. Dewatering prior to boring operations and /or special boring techniques will be required to control excavation instability associated with the sand and to prevent ground loss and subsequent settlement of structures overlying the tunnel. In addition, hard limestone layers and concretions may be present in the shale that could impede boring operations. 5.5 EXCAVATION DEWATERING In areas where the trench excavation will extend through clays, it is expected that collector ditches can be constructed along the bottom edges of the excavation to intercept and direct water to collection sumps, where water can be removed by pumping. However, portions of the force main excavation will extend into water - bearing sand. These deposits should be dewatered prior to excavation to a depth of at least 2 feet below the bottom of the trench excavation. A system of wells or well points will likely be required in order to maintain the trench wall and bottom stability. The dewatering system should be properly filtered to prevent ground loss due to the pumping of soil fines. The Contractor should verify the presence and depth to groundwater prior to construction in order to determine dewatering requirements. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tailwater flow through the backfilled sections of previous utility construction. 5.6 CONSTRUCTION CONSIDERATIONS A pre- construction condition survey of structures and utilities along the proposed force main alignments should be performed. The survey should document by pictures and measurements the condition of buildings, pavements, sidewalks, utilities, and other nearby structures. A post- construction survey should also be performed to document any changes in the condition of these structures. Force main excavations will extend through clays, sandy clays, sands and shales. Trench excavations through these deposits are expected to be possible with conventional earthmoving equipment. 5.7 UTILITY TRENCH BACKFILL The pipe bedding should conform to the City of Coppell's specifications. The excavated soils can be used for trench backfill above the pipe bedding material. Use of rock fragments greater than 6 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Shale fill is not recommended in settlement sensitive areas since this material will break down over time as result in settlement. Fill should be placed in maximum 8- inch -thick loose lifts and uniformly compacted to between 95 and 100 percent of the standard Proctor density (ASTM D 698). Clay soils having a PI over 20 should be compacted at a moisture content ranging from 0 to + 4 percent above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from —3 to +3 percent of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28- day compressive strength ranging between 50 and 200 psi. 6.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Terra -Mar, Inc. should be notified to determine the possible effects on the design recommendations. The recommendations given in this report were prepared exclusively for the use of Turner Collie & Braden, the City of Coppell, their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one year after completion of this report. All contractors referring to this geotechnical report should draw their own conclusions for bidding purposes. Terra -Mar, Inc. is not responsible for conclusions, opinions or recommendations made by others based on these data. This report is intended to guide preparation of project specifications and should not be used as a substitute for the project specifications. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about characteristics of the project, our office should be contacted immediately since this may materially alter the recommendations. We will retain the samples acquired for this project for a period of 30 days after the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. FIGURES Lli w D C) U. rn co C? m C) z w 0 LL 0 Z f C14 V) Y Q � ' Of C) C> CL a_ CL III 0 0 CO ILL C14 0 s cr) l_— �� Z ; o C) o O 0 ILL cv 2- < 0 z C> a: CL Ilk 1 � II�F CO /~ Irk �� O 0 OI 0 E X O CL CL < LLJ (D LLJ O W N W z W o 4 f W f X O o a a W N � o c� z ww O Q Z O 0 m a` LL O z o Q ° N J n IL C _m r - 0 C ° J � C cr fSf E-- 0 U a n- O O0 U) LL V No (O 0 o Y �U o = LL a Q N c W � a CQ m N G J ^ pOp QJ � Q F Q - CV W " c O O J Q/ C O m d W E x 0 C, a z w w J e� O L N V L S � L r C O O O W M LL rn o _Z W o u O o m a LL O Z o Q o N J u a m� U) 0 J co C Cf cu I - c7 0 U a d uj O On u1 LL () m o 0 c 0 0 � w �v o = LL Y A r m N S L m x m � d Q N LU o m � c O U O J CA C . m N co E X O d a Z Q LLJ U W J W C� LL 0 O W N 4 2 O Ln O Ln W cr x C5 a rn CC) rD Z ° w o z O 0 in a LL O d Z O Q O N J It a m� 0 C J N > C N (6 f 0 U Q W Q LL (� m O O 0 0 Cl) U o = u- a Q N c � 3 m O Q m N J � O m x m <F< me O Lys o m rn c O O J O7 C O m m E X O O n Z Q W u W J S n CD Co O K.. 7 9C, KR �9.00 W IY Y C) tl. C) o Z ww CD z O T m a` LL O Z o Q o N J u IL U C_ m r 0 ' X C C � J J CO c C= Co o u U 00 N LL - O _T N M U S a Q c 3 O Q m N H m m m m 4 � It, . Ilia ►I� C O O J a) C O C13 N E X O D a Z Q w C7 w J W 0 (7 rn N o (D m _Z w �o N Z U O m a LL O m o 0 N ^ II 1.V U C_ _m r - i4 X d C C C c O � o W (f) i U U U N m O O O O m LL LL T o ooU N C7 T Y 3 m � m � m ' a�Q W 010 I� Ilk IF c 0 cc O O J C O CD m t9 R E r O O a Z Q W ui W J o ELEVATION IN FEET w in co O o W o o a c e v e > 0 1 I I 1 LL � 1111111111111111111111II11111 111111111111111 ( 1 1 1 1 1 1 ; 1111111111111111111111111111111111111111t 1111111111111111111111111111111111111111111111111 1111111111111111111111111111111111111111111111111 1 1 1 1 1 1i1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11111111111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 m � :,:11111111111111111111111 ;111111111111111 1111111111111111111111111111111111111111111111111 1111111111111111111111 m .. ...... ...... .... ,,... • ..: :. ....... »........ ...: .... ............::....: ... .. ».. .......... »......................1 :....:................: :... 111111111111111111111111111111111111111111111111111111111111111111I1i 11111111111111111111111111111111111 I ' I' O 2 (fl X El I a ���'�-������ ^L::::: m _. :: -:::'•::: -:::: 1 ..:..:.........•;...;;;;,:;;;;.:::'::;:; � M• 1 M •�• •f ;;:::;;;:::;;;:::;;;:::;,;:::;; • • • ••••• �• - � .::;;;:::;;;:::;;;:::;'•:::;: 11111111 IIIIIIIIillllllllll II11 1 11 111 llllllllll111111111111 111111111111111111111111 III III�I 1 I III I 1111 II111111111 J C- W U a � 0 1 LL» C 11111111 O LL °° z _1 - L a B 0 Q) M 1111111111111111111111111111111111111111111111111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W LU m C� w a� CL Cl- O 0 z r Q A U � N CO N �a m •G'r.�m .0:: � m :Fj?:'.RC::' 1 � d Ua Y Q J U I r lu • •� tip• m J W � Vf 1A]:i NI NOUVA3713 LL co o ELEVATION IN FEET N M I r r m 11 N (o X O lu � m w Q —� 0 � o U Z O U ry c 'a d 2i / U O LL L / W f � ':. ':. :. ':. "-� " - "� "" ;'.::.: CL W a o < U 0 a rn N II II a � 1,1, II1,111111111,1,1111 gC ;: Ill, 1, 111,1, 1, I, I, I, I, I, I, I, I, I, 1, 1, 1, 1,1, I, I, I,I I, 1, 111, 1,1,111,III,1,1,1,11111, 1,111,1111111,1,1 U u I I I } 5 U Q Q O 1��� V NI NOUVAD-0 ? Q 11 ELEVATION IN FEET 00 o M u to O O N O D LU c v < LL i O N 11 II U U r I I I I I I I I � �, ��illllllllllllll lltllllll l t�l l 1 lllll llll I IIII III �I Iilll 11 11 llllll W I I I I (n U m I r c co W Q ( (� _J Q Z OI Q U Q Q 0 0 N I O 3 I I N I- L LOG OF BORING B -1 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/22/2003 Elev.: 445± Location: 1 +40 Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI •200 DO P.PEN UNCON Strain feet & FIELD TEST DATA % % % % pcf tsf tsf 445TO 0 FILL - Brown GRAVEL w/ clay inclusions 440+5 435 + 10 430 -f- 15 425 + 20 25 415+30 410 -t- 35 I Notes: Completion Depth: 30.0' --------------- - -- Dark gray CLAY 16 1 1 1112.1 1 4.0 1 2.0 1 712 2.75 — — wn C — — LA Y — — — — — — — — — — — — — — — — Bro 215 1.5 2.0 2.25 FIGURE 101 TFRRA_MAR INC' LOG OF BORING B -2 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/07/2003 Elev.: 451± Location: 16 +00; 15' RT Depth to water at completion of boring: 10' Depth to water when checked: During Drilling was: 15' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI •200 DD RPEN UNCON strain feet S FIELD TEST DATA % % % pci tsf tsf 0 — — — — — — — — — — — — — — — — — — — — '' P,v. ° 12" Concrete Pavement 450 --------------- - - - -- FILL - Dark gray CLAY wl sand, gravel & weathered 30 Limestone fragments — — — — — — — — — — — - FILL - Brown, yellowish brown & light gray CLAY w/ gravel & 21 37 15 22 3.75 sa _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ 5 FILL - Dark gray CLAY w/ dark gray shale fragments 1.0 445 10 440 15 S. 435 20 430 25 425 30 420 716.00' 1316.00 1416.00 -------------------- Dark gray SHALE {316.00' 50n.50- 5014.00 5012.00" 35 415 t I Notes: Completion Depth: 31.0' TFRRA -MAR M. M. FIGURE 11 1s — — — — — — — — — — — — — — — — — — — — Yellowish brown & light gray claw fine SAND 0.5 - seepage @ 15' 19 40 0.50 --------------------- Orangish brown gravelly SAND LOG OF BORING B -3 430 —i Project_ Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 — Date: 08/0712003 Elev.: 454± Location: 21 +08; 20' RT Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: 6' — Depth to caving when checked: was: ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION LL — PI • DD P. UN S feet & FIELD TEST DATA % X X % X X % pct sf t5f tst % •/. — 0 — — — — — — — — — — — — — — — — — — — — FILL - Dark brown CLAY w/ sand & gravel 1.5 z.s 3.0 450 .s 5 2.0 — seepage @ 6 44s 0.75 10 23 53 0.75 FILL - Brown, light brown & light gray clayey SAND 440 L0 15 24 40 1.0 - 435 -------------------- Dark gray SHALE —__— –__– 20 430 —i TIZ-PPA_hAA.F? Wr` FIGURE 12 25 - - 7 77 5012.00 —= = 5011. 00' 425 —_ 30 5olts0- 5010.75" 420 35 — Notes: Completion Depth: 31.0' TIZ-PPA_hAA.F? Wr` FIGURE 12 LOG OF BORING B-4 25 _ =— 5411 _2S" —__— 5010.75" 425 5010.75" 5010-50" 420 35 — Notes: Completion Depth: 30.0' rr_DDA_KAAr? INI(`. FIGURE 13 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 — D Date: 08/22/2003 Elev.: 454± Location: 24 +70; 15' LT Depth to water at completion of boring: 8' Depth to water when checked: During Drilling was: 10' Depth to caving when checked: was: ELEVATION/ S SOIL SYMBOLS M MC L LL P PL - -200 D DD P P.PEN U UNCON S Strain DEPTH S SAMPLER SYMBOLS D DESCRIPTION x x % % % % P PI % % p pcf t tsf t tsf feet & & FIELD TEST DATA Brown CLAY w/ sand es — — — — — — — — — — — — — — — — — — — — ' 7 79 616.00" B 516.00" 450 6 616.00" 1016.00" $16.00" ...... — — — — — — — — — — — — — — — — — — — — Brown fine to coarse SAND & GRAVEL = . . 445 . .: � �. 5 516.00- 9 9 1 10 10 l = . l 1 1]I6.OD' — = . 6 616.00 - -seepage @ 10' 440 : : 2 2016.00 - 15 • •+ 1 32I6.00" 6 9 9 • — — — — — — — — — — — — — — — — — — — — — — — — -- 435- - - -- 20 5 5012.00" =— 5 5011.75" 5411 _2S" —__— 5010.75" 425 5010.75" 5010-50" 420 35 — Notes: Completion Depth: 30.0' rr_DDA_KAAr? INI(`. FIGURE 13 rr_DDA_KAAr? INI(`. FIGURE 13 LOG OF BORING B -5 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/07/2003 Elev.: 453± Location: 35 +27; 18' RT Depth to water at completion of boring: 18' Depth to water when checked: During Drilling was: 15' Depth to caving when checked: was: ELEVATION/ DEPTH feet SOIL SYMBOLS SAMPLER SYMBOLS 8 FIELD TEST DATA DESCRIPTION Mc % LL % PL % PI -200 % DD pcf P.PEN t5f UNGON tsf Strain 0 — — — — — — — — — — — — — — — — — — — — FILL - Dark brown & brown CLAY w/ sand & gravel 4.5+ 4.5* — — — — — — — — — — — — — — — — — — — — FILL - Dark yellowish brown CLAY w/ sand & gravel 450 4.5+ 5 ----------------------- 916.00" 916.00' 616.00' Light brown fine SAND 9 — — — — — — — — — — — — — — — — — — — — Light brown fine SAND w/ gravel 445 1L6.00" 1 16 1816.00" 2516.00• 10 440 — — — — — — — — — — — — — — — — — — — — Dark gray SHALE _ = =- 15 — __ =- — — — 50.25' 5010.50 seepage @ 15' 435 _- 20 — __ — sats0• 430-- 25 - - =— 5011.25" 425 - - -- SORTS 5013.25• 420 I 35 Notes: Completion Depth: 31.0' FIGURE 14 LOG OF BORING B -6 501215" Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/1512003 Elev.: 454± Location: 44 +52; 12' LT Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry -30 Depth to caving when checked: was: $011.00 ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DO Pcf P.PEN isf UNCON tsf Strain •/, feet & FIELD TEST DATA 0 — — — — — — — — — — — — — — — — — — — — FILL - Light brown CLAY wl sand & gravel 20 2.5 19 1.0 A 2.5 450 — — — — — — — — — — — — — — — — — - — — Yellowish brown & light gray CLAY wl sand & gravel 17 3.0 5 2.0 445- 440- 435- 430- 425- 420- Notes: -10 Completion Depth: 40.0' -------------------- Dark gray SHALE TERRA -MAR. INC. 2.5 FIGURE 15 501215" - 20 -25 -_=- sons°• -30 _ _- $011.00 - - - 5011.75 - 35 - 50!1.00' -= -- 50n.00 Completion Depth: 40.0' -------------------- Dark gray SHALE TERRA -MAR. INC. 2.5 FIGURE 15 LOG OF BORING B -6 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 ELEVATIONI DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC LL % PL % Pt •200 % DD P.PEN IV LINCON tsf Strain % feet 8 FIELD TEST DATA % PCf —_ — Dark gray SHALE 415 —_� 501115' 5011.00' 410 4s 405 50 400 ss 395 60 390 65 385 70 380 75 Notes: Completion Depth: 40.0' FIGURE 16 TERRA -MAR, INC. LOG OF BORING B -7 Project: Coppell sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/07/2003 Elev.: 452± Location: 56 +20 Depth to water at completion of boring: 10' Depth to water when checked: During Drilling was: 17' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS Mc LL I PL PI -200 DD P.PEN UNCON Stra DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % Pcf t5f tsf feet &FIELD TEST DATA — — — — — — — — — — — — — — — — — — — IKA FI LL - Brown CLAY wl sand & gr _ _ _ _ ' FILL - Dark yellowish brown sandy CLAY w1 gravel 45' 450 12 39 15 24 12 4.5+ 445 5 1 o 5014.50" - -- _ — —_ 440 —_ — 15 — _ _— 5015.00" 5012.00" 435 — — — — $013.00" 430 — _ -- 25 —__- 425 30 —__- - — 501025' 501025' J- 35 415 Notes: Completion Depth: 31.0' 4.54 — — — — — — — — — — — — — — — — — — — — Brown fine SAND wl clay 7 u 1.5 — — Dark gray SHALE -seepage @ 17' FIGURE 171 TFRRA -MAR INC. LOG OF BORING B -8 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/07/2003 Elev.: 458± Location: 66 +10 Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL •200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % k % PI % Pcf tsf tsf feet & FIELD TEST DATA 0 — — — — — — — — — — — — — — — — — — — — 1.5 FILL - Dark brown CLAY wl gravel & root fibers Yellowish brown & light gray saner CLAY 45 � 11 51 4.s 455 4.5 5 — — — — — — — — — — — — — — — — — — — — Yellowish brown & light gray fine SAND ...... --------------- - - - -- Light brownish gray fine SAND 450 616.00" 5 1] 7016.00' 1516.00' -------------------- Dark gray SHALE 02.50• 5011.75' 5011.00" 5010.75" 5010.75• 501025' 501025• 501025• 35 Notes: Completion Depth: 31.0' TFRRA_MAR INC' FIGURE 18 10 445 15 440 20 435 25 430 30 425 -------------------- Dark gray SHALE 02.50• 5011.75' 5011.00" 5010.75" 5010.75• 501025' 501025• 501025• 35 Notes: Completion Depth: 31.0' TFRRA_MAR INC' FIGURE 18 LOG OF BORING B-9 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: 1)E03-089 Date: 0811412003 Elev.: 464± Location: 75+95 Depth to water at completion of boring: Dry Depth to water when checked: DuringlDrilling was: Dry Depth to caving \A/hen checked: was: DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % P Cf tsf tsf % feeO & FIELD TEST DATA 35 U Notes Completion Depth: 30]7 TFRRA-MAR. INC. FIGURE 19' FILL - Light brown CLAY wt limestone tragments Dark gray & dark yellowish brown shaley CLAY Dark gray SHALE t 30 5012-00" 5011.00" 35 U Notes Completion Depth: 30]7 TFRRA-MAR. INC. FIGURE 19' LOG OF BORING B -10 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/1512003 Elev.: 456± Location: 86 +08; 32' RT Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION! DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC LL PL I PI 1.200 DD P.PEN I UNCON Strain feet 8 FIELD TEST DATA % x % % PCf tsf tsf FILL - Dark brown CLAY w/ sand & gravel 30 ass 3.0 Light brawn & gray CLAY w/ sand & gravel 315 5 17 70 3.5 450 21 94 107.4 215 10 445 — — — — — — — — — — — — — — — — — — — — Dark gray CLAY 23 97.0 2.0 1.6 5.3 15 440 Dark brown CLAY ------- - - - - -- 35 420 Notes: Completion Depth: 30.0' 215 2.5 FIGURE 20 TFRRA_MAR INC' 20 435 25 430 30 425 35 420 Notes: Completion Depth: 30.0' 215 2.5 FIGURE 20 TFRRA_MAR INC' LOG OF BORING B -11 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/15/2003 Elev.: 455± Location: 88 +35; 13' LT Depth to water at completion of boring: 25' Depth to water when checked: During Drilling was: 23' Depth to caving when checked: was: ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC / LL % PL % .200 % DO Pcf P.PEN tsf UNCON tsf Strain % feetl & FIELD TEST DATA 455--0 -------------- - - - - -- Dark brown CLAY 4.5+ 4S+ 45+ 450--5 4.s+ 24 25 445 440--15 435--20 430 25 --------------------- Brown CLAY M. -seepage @ 23' 21 20 2.75 2s 1 425 _in 420 t 35 Notes: Completion Depth: 30.0' TFRRA -MAR INC FIGURE 21 LOG OF BORING B -12 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/13/2003 Elev.: 449± Location: 4 +73; 13' RT Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION S SYMBOLS DEPTH AMPLER SYMBOLS DESCRIPTION e % LL PL PI -200 DD P. U tsf Strain feet & FIELD TEST DATA X % pcf sf ts N 0 — — — — — — — — — — — — — — — — — — — — FILL - Dark gray CLAY 4.5. 4.5+ — FIL — L — L -ight — — brown — — CLAY — — — /g w ravel — — — & s and — — — — — — 445 „ 3016.00' 5014.D0' — — — — — — — — — — — — — — — — — — — FILL - Gray CLAY w/ sand & gravel — — — — — — — — — — — — — — — — — — — — Dark gray CLAY I7 — — — — — A — — — — — — — — — — — — — — Dark brown CLAY — — — — -- — — — — — — — — — — — — — — Brown CLAY 20 35 Notes: Completion Depth: 30.0' TFRRA -MAR_ INC 3.5 5 440 97.6 10 435 15.0 15 430 20 425 25 420 30 415 3016.00' 5014.D0' — — — — — — — — — — — — — — — — — — — FILL - Gray CLAY w/ sand & gravel — — — — — — — — — — — — — — — — — — — — Dark gray CLAY I7 — — — — — A — — — — — — — — — — — — — — Dark brown CLAY — — — — -- — — — — — — — — — — — — — — Brown CLAY 20 35 Notes: Completion Depth: 30.0' TFRRA -MAR_ INC 3.5 2.5 325 425 FIGURE 22 2.5 97.6 2.5 1.5 15.0 2s 2.5 325 425 FIGURE 22 LOG OF BORING B -13 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/12/2003 Elev.: 448± Location: 14 +70; 10' RT Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: 9' Depth to caving when checked: was: ELEVATION/ DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain feet 8 FIELD TEST DATA % % % % PCf tsf tst % 0 >7 — — — — — — — — — — — — — — — — — — — — FILL - Dark gray CLAY w/ trace gravel & root fibers ' ° KX KX 1.0 445 KX -------------- - - - - -- FILL - Light brown & dark gray CLAY wl sand & gravel 11.75 3016.00" 2416.00 5 — — — — — — — — — — — — — — — — — — — — FILL - Dark gray & light gray CLAY w/ sand & gravel 440 3.2s — -seepage @ 9' 23 1.25 10 1516.0o• 2216.00' 5014.00' --------------------- Dark gray CLAY 435 z.s 15 43o ----------------------- Dark brown CLAY 215 24 109.3 3.0 2.0 1.5 20 425 is 29 2.0 25 420 1.0 33 1.0 30 415 35 Notes: Completion Depth: 30.0' FIGURE 23 TFRRA_AAAR INr LOG OF BORING B -14 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 Date: 08/22/2003 Elev.: 4491 Location: 23 +45; 18 LT Depth to water at completion of boring: Dry Depth to water when checked: During Drilling was: Dry Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS MC LL PL 1-200 DD P.PEN I LINCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % x % PI % Pcf IV t5f feet & FIELD TEST DATA FILL - Dark gray CLAY 2.s — — — — — — — — — — — — — — — — — — — — FILL - Brown sandy CLAY w/ gravel �s 445 5 18 2.0 FILL - Gray CLAY w/ shale fragments 440 10 1s — — — — — — — — — — — — — — — — — — — — Dark gray CLAY 435 15 2.0 — — — — — — — — — — — — — — — — — — — 430 Brownish gray CLAY 20 26 99.8 225 1.8 7.6 2.0 — — — — — — — — — — — — — — — — — — 42s Brown CLAY 25 25 102.3 2.5 1.5 4.9 235 420 30 2.5 --- ------------------- - 415 Light brown CLAY 35 2.5 Notes: Completion Depth: 42.0' FIGURE 24 TERRA -MAR, INC. LOG OF BORING B -14 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: DE03 -089 ELEVATIOW DEPTH SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P. UN Strain feet & FIELD TEST DATA % % % % % pcf ts1 ts Light brown CLAY 410 40 1.25 405 45 400 50 395 55 390 60 385 65 380 70 375 75 Notes: Completion Depth: 42.0' FIGURE 25 TERRA -MAR. INC. LOG OF BORING B-15 Project: Coppell Sewer Force Main - Coppell, Texas Project No.: IDE03-089 Date: 08/22/2003 Elev.: 453± Location: 35+75; 20' RT Depth to water at completion of boring: 24' Depth to water when checked: During Drilling was: 16' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL p , -200 DO P.PEN UNCON Strail DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % P Cf tsf tsf % (feet & FIELD TEST DATA I I Brown to dark brown CLAY w/ sand & gravel LAY *m -------------------- \�|o��b�m&��gr�CU���� w 121.7 3.0 2.0 `o, *n |^^ ^^r~ | | | | | | | | | | o -------------------- Yellowish brown & light gray shaley CLAY seepage @ 16' Dark gray SHALE Notes: Completion Depth: 30.0' FIGURE 26 TERRA-MAR, INC. KEY TO LOG TERMS & SYMBOLS Symbol Description Symbol Description Strata symbols Misc. Symbols Fill Water table when checked • ♦ • GRAVEL �_ Water table -0 at boring 0 completion z CLAY Boring continues v,.v,c Concrete Soil Samplers e.:_c.v..y Pavement Thin Wall D o,a Shelby Tube SAND, clayey Standard Penetration Test ob. SAND, o�Q gravelly o• 11 Auger SHALE 19 ® THD Cone Penetration Test SAND Ej CLAY, sandy CLAY, ZU shaley Notes- 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (%) MC = natural moisture content M PL = plastic limit ( %) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. TFRRA -MAR INC' FIGURE 27 APPENDIX B Project Layout Sheets 10 .'1� NA I; 1 I I ` I I�yll `I N DD+CI I r 1 �l!ji � 11 zl 09x Y / / / N b ' I • I t v Ir 1• j a V` k - ' I I 40 ��uoa7!v M s Fr " "t al .• OWD8 3 l 1136 o5 +9-1 • vis 4,40 BEIN ST O � U 2 Z N O N Y w 100 O W¢ ¢ N O O U N Q U W O Q r` p t p U O U Z> � 2 W O M N F •D Q W¢ O Q¢ J M ¢> p r O m W J O W ¢ W O v � ¢ O 2 30� ZOO II ZN. II Z J II W II z Q W Z x Q> � N¢ 2 0_ m w W U W W W Q J W W O W Z 0 0 2 W N O Q W N 3 W z i o w z z ¢ a ¢ w 0 x U 3 W Z Y U tD Y 1- d N Y Q J M Q Z Q ~ Z m X ti O Z W 3 0 w a u ¢QO ZwQ 3 r-w W> N J N ti �c 3 Z- N Vl Z O O 4 W m m Q 4 C 0 O W Q 4 Q• O D_ O F D_ U J M J W V N J Z w N N O 0 0 ¢ m v 0 0 m n Q x 0 m 0 Q a N W O e� O J N �- Q¢ tp � O O R Z O Y I m 0 0 I 0 ¢ ¢ N ¢ Q 10 N N N 1- N O• ¢ W r N o= a 11 n S o w 11 11 o o 11 ° o y o u n m U N Z z W m U 0 2 W m J 2 Z W m N¢ N z W I ✓`• �W�m��ya 12 0. m u�tom reoz,zzal .1 APA I� PR ITIIRJTSR11nRrmew� 8 � Qm � LL � C S 0 0 w w z 0 a of d >. W r Z Z m 3 - �d as �a �VOQ K ww O ;� � WVW U U d: Ir U t _ 00 �¢ e O 0 N r l a F? w .1 APA I� PR ITIIRJTSR11nRrmew� 5 � a o / \ p pww } / \ Jco } W z a a s w a c W 5 0 u f G„ o +� X .. / � F w u F C N rn o — — — — — — — — — — "7 // / / / Nm ',o ~`S - ,� 1.. J I OZ '1H5 t- Z �n w 81 ' 1 H S �— — — — — — — — — — — — — — — — W50 c A' J t 4 iW 4 J + W �O Z � J 4 O 1 Z N w Ra V O ,E• .y� £ g ,5.y u w o 4 r� o < W m O a 2 J �1 a O n N F z r ¢ v 0 2 v — _ v 3 0 J v 3 N x z o O 11 A �S` vt% '�».' J II W H 11 F Z N- II z4 w z =a> vl tiIn w W t- U ¢w W W W Q J W W J N �.+^ ..a < `Fti t@,... .aY�..• O Li W Z J D 0 3 W N O a W N 3 W O z 2 0 w z z ¢ a ¢ w 0 w OO +Ob 'tl15 a w w z u'c Y a < su x< ¢ <<o ¢ o X0 _ N J � W ¢ 4 0 w 4 3 W> 4 O ¢ O Z S : w> m U U O Z O m � U D T N Z I - O N N J U JLL =nO OoOJ ) m 0 4 300 4 4 4¢ iOn ¢ ¢ n N I -= O v m- O v O U O v O LL 11 II D O _ It II O m V N] Z W O] U O Z W I J Z 2 W m N ¢ N Z W a i ' rr` N I O � ¢ U 05+5[ •tl1S u ¢ N u SL '1HS L rv . , '- - - -- OA 10 tlflNltltlJYM1 Q > o a j o W nt J ¢ 4 O N O N U M CZ.GkCO COOZ /ZZ /Zl uEO'Zt^oAOI(oid u!ov, .aw1��6w.op�l�.loVnOEaa��O SECTION S 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) mobilization, (b) verification of existing utilities, (c) removal of spoils, (d) any pavement, curb, gutter or valley gutter replacement necessitated by removal or damage during construction, (e) replacement of striping or buttons removed during — construction, (f) removal and replacement of any signs, (g) water for construction, (h) tree removal and disposal [if necessary, however, care should be taken not to damage existing trees], (1) any trench shoring, sheathing, de- watering or bracing shall be considered subsidiary to the pay items for the force main, 0) any blocking necessary for change in pipe direction, (k) any concrete encasement, (1) use of retainer glands (required but considered subsidiary to the pay items for the force main) (m) surveying to re- establish grade, (n) repair of any damage to existing irrigation and lighting conduit in medians, (o) repair of any damage to existing utilities, (p) repair of damage to landscaping, and (q) any other incidentals necessary to complete the work. The above items are not meant to be a total complete list of subsidiary items but only representatives of the types of items that should be included in the various pay items associated with this Project. 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. Alternative I — HDPE Piping by Directional Drilling 2.1 Pay Item I -1 — 20" HDPE Force Main by Directional Drilling: This pay item shall consist of the installation of approximately 4,566 linear feet of 20" DIPS DR17 HDPE by directional drilling construction methods in conformity with the lines, grades, and materials shown on the Plans. The alignment shown in the Plans is the baseline alignment. The CONTRACTOR will be paid for the linear footage of this baseline alignment, although the length of the CONTRACTOR's alignment may vary. Piping shall be installed within the median of MacArthur Boulevard between Belt Line Road and Starleaf Drive, and across the City park from MacArthur Boulevard to the east. It will connect to the proposed manhole located in the median north of Belt Line Road and to the existing 20" City of Coppell force main east of the park. Actual connection to the existing 20" force main will be performed by another contractor. However, this pay item includes excavation of the existing force main to confirm its location. Care should be taken to preserve the existing trees _ 5 -2 Description of Pay Items in the median. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. Any frac outs must be cleaned up immediately, and the clean up is subsidiary to the bid price. Damage caused by frac outs or directional drilling must be repaired at no additional cost. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.2 Pay Item I -2 — 24" SDR 26 PVC Gravity Main by Bore / No Encasement: This pay item shall consist of the installation of 36 linear feet of 24" SDR 26 PVC - piping by bore in conformity with the lines, grades, and materials shown on the Plans. Piping shall connect to the proposed manhole located in the parking lot at the northeast corner of MacArthur Boulevard and Belt Line Road. At the other end, piping shall connect to the proposed manhole on the existing 30" TRA sanitary sewer line. This bid item includes protection of the 30" TRA line and the two 36" storm sewers during construction. Any repairs to the parking lot will be subsidiary to the bid price. Under pavement, the backfill shall be stabilized sand from the top of the embedment to the bottom of the subgrade. All boring shall be dry boring as per the City of Coppell specifications. Measurement and Payment shall be made on the basis of the price bid per linear foot and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, shoring, installation of pipe, backfill and compaction, blocking, concrete encasements, disposal of any excess material, and other items. Any additional boring shall be considered subsidiary to the unit price bid for Item I -2, and no additional payment will be made. 2.3 Pay Item I -3 — 24" SDR 26 Gravity Main by Bore with 36" Steel Encasement: This pay item shall consist of the installation of 80 linear feet of 24" SDR 26 PVC piping by bore with encasement in conformity with the lines, grades, and materials shown on the Plans. Piping shall connect to the proposed manhole located in the parking lot at the northeast corner of MacArthur Boulevard and Belt Line Road. At the other end, piping shall connect to the proposed manhole in the median on MacArthur Boulevard. Any repairs to the parking lot will be subsidiary to the bid price. Under pavement, the backfill shall be stabilized sand from the top of the embedment to the bottom of the subgrade. Care should be taken to preserve the existing trees in the median. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. All boring shall be dry boring as per the City of Coppell specifications. Measurement and Payment shall be made on the basis of the price bid per linear foot and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation; shoring; installation of pipe, encasement, and pipe spacers; backfill and compaction; blocking; concrete encasements; disposal of any excess 5-3 Description of Pay Items material; and other items. Any additional boring shall be considered subsidiary to the unit price bid for Item I -3, and no additional payment will be made. 2.4 Pay Item I -4 - 30" HDPE Force Main by Directional Drilling: This pay item shall consist of the installation of approximately 788 linear feet of 30" DIPS DR17 HDPE pipe by directional drilling construction methods in conformity with the lines, grades, and materials shown on the Plans. The alignment shown in the Plans is the baseline alignment. The CONTRACTOR will be paid for the linear footage of this baseline alignment, although the length of the CONTRACTOR's alignment may vary. Piping shall be installed from the south end of Line "C" (30" force main) to the existing 30" City of Coppell force main located to the southeast. It shall connect to Line "C ", however, actual connection to the existing 30" force main at the southeast end will be performed by another contractor. -This pay item includes excavation of the existing force main to confirm its location prior to construction of the 30" HDPE force main. Any frac outs must be cleaned up immediately, and the clean up is subsidiary to the bid price. Damage caused by frac outs or directional drilling must be repaired at no additional cost. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall -- be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.5 Pay Item I -5 - Install 5' -0" Diameter Manhole: This pay item shall consist of the installation of two (2) precast concrete manholes in accordance with City of Coppell Standard Construction details. The manholes will be installed at the following locations: • Sta 1 +16.08 - in MacArthur Boulevard median north of Belt Line Road (connect 20" HDPE force main in and 24" PVC gravity main out) • Sta 0 +20.43 - in parking lot at northeast corner of MacArthur Boulevard and Belt Line Road (connect 24" PVC gravity main in and 24" PVC gravity main out) This bid price will be inclusive of all necessary work to make the connections of the piping entering and leaving the manholes. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. Any repairs to the parking lot will be subsidiary to the bid price. Under pavement, the backfill shall be stabilized sand from the top of the embedment to the bottom of the subgrade. Measurement and Payment shall be made on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation; shoring, connection of pipe, backfill and compaction, disposal of any excess material, and other items. 5 -4 Description: of Pay Items 2.6 Pav Item I -6 — Install 5' -0" Diameter Manhole on Existing TRA Gravity Main: This pay item shall consist of the installation of a 5' -0" diameter precast concrete manhole on the existing 30" RCP TRA gravity main in accordance with City of Coppell Standard Construction details. The manhole will be installed in the parking lot at northeast corner of MacArthur Boulevard and Belt Line Road. The bid price shall be inclusive of cutting the 30" RCP in two locations and doing all necessary grouting around the manhole to allow for reconnection of these 30" lines on both sides of the manhole. A new 24" PVC gravity main will also be connected to the manhole. Installation of this manhole must be coordinated with TRA. The 30" gravity main must be maintained in service during construction. This bid item includes protection of the 30" TRA line and the two 36" storm sewers during construction. Any bypass pumping required to accomplish this is considered subsidiary to the bid price. Any repairs to the parking lot will be subsidiary to the bid price. Under pavement, the backfill shall be stabilized sand from the top of the embedment to the bottom of the subgrade. Measurement and Payment shall be made on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation; shoring, connection of pipe, backfill and compaction, disposal of any excess material, and other items. 2.7 Pay Item I -7 — HDPE Fittings: This pay item shall include furnishing and installing all HDPE fittings, including bends, mechanical joint adapters, and other fittings required for the 20" and 30" HDPE force mains. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Any additional fittings not called for on the plans which are required for changes in horizontal or vertical alignment of the force main as approved by the City to avoid conflicts with existing utilities or any other obstructions will be paid for based on unit prices for fittings as provided by the CONTRACTOR with his bid. 2.8 Pay Item I -8 — Ductile Iron Fittings: This pay item shall include furnishing and installing ductile iron fittings at the end of the 20" HDPE force main (Line "A ") and at the end of the 30" HDPE force main (Line "B ") as shown on the Plans. Measurement and Payment shall be made on the basis of the price bid per ton and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.9 Pay Item I -9 — Directional Drilling Access Pits: This pay item shall include construction of access pits for directional drilling. At each pit, a 4" combination sewage air vacuum / air relief valve with a precast concrete manhole will be furnished and installed. All fittings and related appurtenances necessary for installation of the valve are also included in this pay item, as is excavation, shoring, backfilling and compaction, restoration of area to original condition (including sod for grass areas). The CONTRACTOR must prepare and submit a detailed plan with his bid showing approximate pit locations and 5 -5 Description of Pay Items the proposed force main alignment. Care should be taken to preserve the existing trees in the median. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, shoring, installation of manhole, installation of fittings and valve, backfill and compaction, blocking, concrete encasements, site restoration, disposal of any excess material, and other items. 2.10 Pay Item I -10 — HDPE Pipe Handling — Line "A ": This pay item shall consist of handling of 20" HDPE piping necessary for pipe installation. Included in this pay item is the preparation of a plan detailing the methods that will be used to keep the pipe in the median during installation along MacArthur Boulevard and protect landscaping. Fusion of pipe and fittings, any testing of joints required in the plans or specifications (excluding hydrostatic testing), and the means for maneuvering the pipe across the ground surface to the access pit for insertion are included in this pay item. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.11 Pay Item I -11 — HDPE Pipe Handling — Line "B ": This pay item shall consist of handling of 30" HDPE piping necessary for pipe installation. Included in this pay item is the preparation of a plan detailing the methods that will be used to keep the pipe from damaging structures along the alignment and protect landscaping. Fusion of pipe and fittings, any testing of joints required in the plans or specifications (excluding hydrostatic testing), and the means for maneuvering the pipe across the ground surface to the access pit for insertion are included in this pay item. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.12 Pay Item I -12 — Line "A" Thrust Restraint Blocks: This pay item shall consist of the construction of two (2) thrust restraint blocks at either end of the 20" HDPE force main. Excavation, backfill and compaction, concrete, reinforcement, and the HDPE wall anchor are included in this pay item. Measurement and Payment shall be made on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 5-6 Description of Pay Items -- 2.13 Pay Item I -13 — Line "B" Thrust Restraint Blocks: This pay item shall consist of the construction of two (2) thrust restraint blocks at either end of the 30" HDPE force main. Excavation, backfill and compaction, concrete, reinforcement, and the HDPE wall anchor are included in this pay item. Measurement and Payment shall be made on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.14 Pay Item I -14 — Hydrostatic Pipe Testing of Line " A " : This pay item shall consist of hydrostatic testing of the 20" HDPE force main in accordance with these specifications. CONTRACTOR must supply water for testing. Additional testing required due to failure of the test is subsidiary to the bid price. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.15 Pay Item I -15 — Hydrostatic Pipe Testing of Line "B ": This pay item shall consist of hydrostatic testing of the 30" HDPE force main in accordance with these specifications. CONTRACTOR must supply water for testing. Additional testing required due to failure of the test is subsidiary to the bid price. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.16 Pay Item I -16 — Storm Water Controls: This pay item shall consist of the installation and maintenance of storm water controls for this project. It is the CONTRACTOR's responsibility to comply with all federal, state, and local storm water regulations. This includes applying for any required permits and paying any required fees. Storm water controls shown in the plans are provided for guidance only. The CONTRACTOR is responsible for verifying that these controls meet all applicable regulations. If additional controls are necessary, the CONTRACTOR shall provide them at no additional cost. Additional control items required by the City will be at no additional cost. Measurement and Payment shall be made on the basis of the lump sum price bid and shall be total compensation for furnishing all labor, materials, equipment, tools, and maintenance necessary to control storm water pollution for the duration of the project. 2.17 Pay Item I -17 Traffic Control Plan: This pay item shall consist of the placement of the required traffic control devices in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices (TMUTCD), City of Coppell and NCTCOG Standards and Specifications. Inclusive with this pay item will be the requirement for submittal of a traffic control plan for the project as a 5-7 Description of Pay Items whole. No lane will be allowed to be closed prior to 9:00 am or after 4:00 pm. During the timeframe of 9:00 am to 4:00 pm, with appropriate barricading, the inside lane of MacArthur Boulevard may be closed for safety considerations associated with the installation of the force main in the median. Where the force main crosses the roadway, please be advised that no closure of the entire roadway will be allowed. At all times at least one lane in each direction must be allowed free passage across the roadway. Also, as previously stated, prior to 9:00 am and after 4:00 pm, two lanes in each direction must be allowed free passage through the work area. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing a traffic control plan, as well as all labor, materials, tools, and equipment necessary to implement and maintain the plan through out the duration of construction. — Alternative II — Ductile Iron Piping by Open Cut 2.18 Pay Item II -1 — 20" Ductile Iron Force Main by Open Cut: This pay item shall consist of the installation of 3,592 linear feet of 20" Class 50 ductile iron pipe by open cut construction methods in conformity with the lines, grades, and materials shown on the Plans. Polywrap encasement and interior lining shall be included in this pay item. Piping shall be installed within the median of MacArthur Boulevard between Belt Line Road and Starleaf Drive, and across the City park from MacArthur Boulevard to the east. It will connect to the proposed manhole located in the median north of Belt Line and to the existing 20" City of Coppell force main east of the park. Actual connection to the existing 20" force main will be performed by another contractor. However, this pay item includes excavation of the existing force main to confirm its location. Care should be taken to preserve the existing trees in the median. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall — be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, trench shoring, installation of pipe, backfill, blocking, concrete encasements, disposal of any excess material, and other items. 2.19 Pay Item II -2 — 20" Ductile Iron Force Main by Bore / No Encasement: This pay item shall consist of the installation of 214 linear feet of 20" Class 50 ductile iron piping by bore in conformity with the lines, grades, and materials shown on the plans. Bores shall be at the locations shown in the Plans. Some of this work will take place in the median along MacArthur Boulevard. Care should be taken to preserve the existing trees in the — median. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the imgation system or conduit will be subsidiary to the bid price. All boring shall be dry boring as per the City of Coppell specifications. 5 -8 Description of Pay Items Measurement and Payment shall be made on the basis of the price bid per linear foot and shall °- be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, shoring, installation of pipe, backfill and compaction, blocking, concrete encasements, disposal of any excess material, and other items. Any additional boring shall be considered subsidiary to the unit price bid for Item H -2, and no additional payment will be made. 2.20 Pay Item II -3 - 20" Ductile Iron Force Main by Bore with 36" Steel Encasement: This pay item shall consist of the installation of 802 linear feet of 20" Class 50 ductile iron piping by bore with 36" steel encasement in conformity with the lines, grades, and materials shown on the plans. Bores shall be at the locations shown in the Plans. Some of this work will take place in the median along MacArthur Boulevard. Care should be taken to preserve the existing trees in the median. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. All boring shall be dry boring as per the City of Coppell specifications. Measurement and Payment shall be made on the basis of the price bid per linear foot and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation; shoring; installation of pipe, encasement, and pipe spacers; backfill and compaction; blocking; concrete encasements; disposal of any excess - material; and other items. Any additional boring shall be considered subsidiary to the unit price bid for Item H -3, and no additional payment will be made. 2.21 Pay Item II -4 - 24" SDR 26 PVC Gravity Main by Bore / No Encasement: This pay item shall consist of the installation of 36 linear feet of 24" SDR 26 PVC piping by bore in conformity with the lines, grades, and materials shown on the Plans. Piping shall connect to the proposed manhole located in the parking lot at the northeast corner of MacArthur Boulevard and Belt Line Road. At the other end, piping shall connect to the proposed manhole on the existing 30" TRA sanitary sewer line. This bid item includes protection of the 30" TRA line and the two 36" storm sewers during construction. Any repairs to the parking lot will be subsidiary to the bid price. Under pavement, the backfill shall be stabilized sand from the top of the embedment to the bottom of the subgrade. All boring shall be dry boring as per the City of Coppell specifications. Measurement and Payment shall be made on the basis of the price bid per linear foot and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, shoring, installation of pipe, backfill and compaction, blocking, concrete encasements, disposal of any excess material, and other items. Any additional boring shall be considered subsidiary to the unit price bid for Item H -4, and no additional payment will be made. 2.22 Pay Item II -5 - 24" SDR 26 Gravity Main by Bore with 36" Steel Encasement: This pay item shall consist of the installation of 80 linear feet of 24" SDR 26 PVC piping by bore with encasement in conformity with the lines, grades, and materials shown on the Plans. Piping shall connect to the proposed manhole located in the parking lot at the northeast 5-9 Description of Pay Items corner of MacArthur Boulevard and Belt Line Road. At the other end, piping shall connect to — the proposed manhole in the median on MacArthur Boulevard. Any repairs to the parking lot will be subsidiary to the bid price. Under pavement, the backfill shall be stabilized sand from the top of the embedment to the bottom of the subgrade. Care should be taken to preserve the existing trees in the median. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation — system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. All boring shall be dry boring as per the City of Coppell specifications. — Measurement and Payment shall be made on the basis of the price bid per linear foot and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation; shoring; installation of pipe, encasement, and pipe spacers; backfill and compaction; blocking; concrete encasements; disposal of any excess material; and other items. Any additional boring shall be considered subsidiary to the unit price bid for Item 1I -5, and no additional payment will be made. 2.23 Pay Item II -6 — 30" Ductile Iron Force Main by Open Cut: This pay item shall consist of the installation of 703 linear feet of 30" Class 50 ductile iron — pipe by open cut construction methods in conformity with the lines, grades, and materials shown on the Plans. Polywrap encasement and interior lining shall be included in this pay item. Piping shall be installed from the south end of Line "C" (30" force main) to the existing 30" City of Coppell force main located to the southeast. It shall connect to Line "C ", however, actual connection to the existing 30" force main at the southeast end will be performed by another contractor. This pay item includes excavation of the existing force main to confirm its location prior to construction of the 30" force main. Measurement and Payment shall be made on the basis of the bid price per linear foot and shall be the total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, trench shoring, installation of pipe, backfill, — blocking, concrete encasements, disposal of any excess material, and other items. 2.24 Pay Item II -7 — 30" Ductile Iron Force Main by Bore with 48" Steel Encasement: This pay item shall consist of the installation of 88 linear feet of 30" Class 50 ductile iron piping by bore with 48" steel encasement in conformity with the lines, grades, and materials shown on the Plans. Bores shall be at the locations shown in the plans. All boring shall be _ dry boring as per the City of Coppell specifications. Measurement and Payment shall be made on the basis of the price bid per linear foot and shall — be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation; shoring; installation of pipe, encasement, and pipe spacers; backfill and compaction; blocking; concrete encasements; disposal of any excess material; and other items. Any additional boring shall be considered subsidiary to the unit price bid for Item II -7, and no additional payment will be made. 5 -10 Description of Pay Items 2.25 Pay Item II -8 — Ductile Iron Fittings: This pay item shall include furnishing and installing all ductile iron fittings required for the 20" and 30" ductile iron force mains. Measurement and Payment shall be made on the basis of the price bid per ton and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to — complete the work. Any additional fittings not called for on the plans which are required for changes in horizontal or vertical alignment of the force main as approved by the City to avoid conflicts with existing utilities or any other obstructions will be paid for based on the tonnage allowed for each fitting as listed on Sheet 24 of the Plans. 2.26 Pay Item II -9 — Combination Sewage Air Vacuum / Air Relief Valve with Manhole: — This pay item shall include furnishing and installing seven (7) 4" combination sewage air vacuum / air relief valves with precast concrete manholes. Valves shall be installed at the locations shown on the plans. All fittings and related appurtenances necessary for installation — of the valve are included in this pay item. Measurement and Payment shall be made on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, shoring, installation of manhole, installation of fittings and valve, backfill and compaction, blocking, concrete encasements, disposal of any — excess material, and other items. 2.27 Pay Item II -10 — Bore Ductile Iron Force Main under existing Tree / No Encasement: This pay item shall consist of boring under four (4) existing trees. Bores shall be at the locations shown in the plans in the median along MacArthur Boulevard. Care should be taken to preserve the existing trees in the median. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. All boring shall be dry boring as per the City of Coppell specifications. Measurement and Payment shall be made on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation, shoring, backfill and compaction, blocking, — concrete encasements, disposal of any excess material, and other items. Any additional boring shall be considered subsidiary to the unit price bid for Item U -10, and no additional payment will be made. 2.28 Pay Item II -11 — Sod/Hydro Mulch: This pay item shall consist of the placement of sod on the disturbed areas caused by the installation of Line "A ". All disturbed areas along Line "B" shall be hydromulched. It is estimated that the sod area is approximately 1,990 SY and the hydromulch area is 470 SY. This quantity is based on the outside diameter of the pipe plus three feet. The CONTRACTOR will be required to water to establish growth and to protect any areas 5 -11 Description of Pay Items damaged. Only 50% of this pay item will be paid until there is 100% coverage. At that time, 100% of the item shall be paid. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials (including topsoil, seed, and fertilizer), tools, and equipment, including water, necessary to complete the work. Any areas disturbed beyond the outside diameter of the pipe plus three feet will be replaced at the CONTRACTOR's expense. 2.29 Pay Item II -12 Traffic Control Plan: This pay item shall consist of the placement of the required traffic control devices in accordance with the latest edition of the TMUTCD, City of Coppell and NCTCOG Standards and Specifications. Inclusive with this pay item will be the requirement for submittal of a traffic control plan for the project as a whole. No lane will be allowed to be closed prior to 9:00 am or after 4:00 pm. During the timeframe of 9:00 am to 4:00 pm, with appropriate barricading, the inside lane of MacArthur Boulevard may be closed for safety considerations associated with the installation of the force main in the median. Where the force main crosses the roadway, please be advised that no closure of the entire roadway will be allowed. At all times at least one lane in each direction must be allowed free passage across the roadway. Also, as previously stated, prior to 9:00 am and after 4:00 pm, two lanes in each direction must be allowed free passage through the work area. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing a traffic control plan, as well as all labor, materials, tools, and equipment necessary to implement and maintain the plan throughout the duration of construction. 2.30 Pay Item II -13 — Storm Water Pollution Prevention Plan: This pay item shall consist of the development, implementation, and maintenance of a Storm Water Pollution Prevention Plan (SWPPP) for this project. It is the CONTRACTOR's responsibility to comply with all federal, state, and local storm water regulations. This includes applying for any required permits and paying any required fees. Storm water controls shown in the plans are provided for guidance only. The CONTRACTOR is responsible for verifying that these controls meet all applicable regulations. If additional controls are necessary, the CONTRACTOR shall provide them at no additional cost. Modification to the SWPPP or additional control items required by the City will be at no additional cost. Measurement and Payment shall be made on the basis of the lump sum price bid and shall be total compensation for furnishing the SWPPP, as well as all labor, materials, equipment, tools, and maintenance necessary to control storm water pollution and administer the plan for the duration of the project. 5 -12 Description of Pay Items 2.31 Pay Item II -14 — Install 5' -0" Diameter Manhole: This pay item shall consist of the installation of two (2) precast concrete manholes in accordance with City of Coppell Standard Construction details. The manholes will be installed at the following locations: • Sta 1 +59.40 — in MacArthur Boulevard median north of Belt Line Road (connect 20" ductile iron force main in and 24" PVC gravity main out) • Sta 0 +62.78 — in parking lot at northeast corner of MacArthur Boulevard and Belt Line Road (connect 24" PVC gravity main in and 24" PVC gravity main out) This bid price will be inclusive of all necessary work to make the connections of the piping entering and leaving the manholes. There is an existing irrigation system and street light conduit within the median. Care should be taken to cause as little damage as possible to the irrigation system and conduit. Any repairs of the irrigation system or conduit will be subsidiary to the bid price. Any repairs to the parking lot will be subsidiary to the bid price. Under pavement, the backfill shall be stabilized sand from the top of the embedment to the bottom of the subgrade. Measurement and Payment shall be made on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation; shoring, connection of pipe, backfill and compaction, disposal of any excess material, and other items. 2.32 Pay Item II -15 — Install 5' -0" Diameter Manhole on Existing TRA Gravity Main: This pay item shall consist of the installation of a 5' -0" diameter precast concrete manhole on the existing 30" RCP TRA gravity main in accordance with City of Coppell Standard Construction details. The manhole will be installed in the parking lot at northeast corner of MacArthur Boulevard and Belt Line Road. The bid price shall be inclusive of cutting the 30" RCP in two locations and doing all necessary grouting around the manhole to allow for reconnection of these 30" lines on both sides of the manhole. A new 24" PVC gravity main will also be connected to the manhole. Installation of this manhole must be coordinated with TRA. The 30" gravity main must be maintained in service during construction. This bid item includes protection of the 30" TRA line and the two 36" storm sewers during construction. Any bypass pumping required to accomplish this is considered subsidiary to the bid price. Any repairs to the parking lot will be subsidiary to the bid price. Under pavement, the backfill shall be stabilized sand from the top of the embedment to the bottom of the subgrade. Measurement and Payment shall be made on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work, including excavation; shoring, connection of pipe, backfill and compaction, disposal of any excess material, and other items. 5 -13 Description of Pay Items 2.33 Pay Item II -16 — Hydrostatic Pipe Testing of Line "A ": — This pay item shall consist of hydrostatic testing of the 20" ductile iron force main in accordance with NCTCOG specifications. CONTRACTOR must supply water for testing. Additional testing required due to failure of the test is subsidiary to the bid price. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.34 Pay Item II -17 — Hydrostatic Pipe Testing of Line "B ": This pay item shall consist of hydrostatic testing of the 30" ductile iron force main in accordance with NCTCOG specifications. CONTRACTOR must supply water for testing. Additional testing required due to failure of the test is subsidiary to the bid price. Measurement and Payment shall be made on the basis of the price bid per lump sum and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 3.Clean -up of the site and disposal of excess material: Clean -up of the site and disposal of excess material shall be considered incidental to, and part of, the installed pipe prices without separate payment. 5 -14 Description of Pay Items