ST8201-CN 880127PROJECT ~ANUAL INCLUDING
CONTRACT DOCUMENTS
AND SPECIFICATIONS
IMPROVEMENTS
FROM BELT LINE ROAD
TO
_SANDY LAKE ROAD
-- -- CITY OF COPPEU.
TEXAS
WITH PARTICIPATION BY DALLAS COUNTY, TEXAS
The City With A Beautiful Future
/ J ~
JANUARY ~9ea
PREPARED BY:
GINN, INC.
CONSULTING ENGINEERS
17103 PRESTON ROAD
DALLAS, TEXAS 75248
GINN, INC.
CONSULTING ENGINEERS
ERI~T~ TO THE BTD PROPOSXL DOCUNENTB FOR.*
DENTON TAP RO~D THpRoV'F, MENTS FROH
B~T tINE ROXD TO SANDY I,XKE ROAD
The purpose of this Errata document is to clarify the following:
The Bid Opening is Thursday, Februar~ 18, 1988 at 10:00
AM at the Coppell Town Center, as shown on the attached,
corrected copy of SECTION 00020 - ADVERTISEMENT FOR
BIDS.
Ginn, Inc. Consulting Engineers
By: ~
Karlsruher, P.E.
Project Engineer
17103 Preston Road · Suite 100 · LB 118 · Dall~s, Texas 75248 · Phone 214/248-4900
'SECTION 00020 - ADVERTISEMENT FOR BIDS
Sealed proposals addressed to the CITY OF COPPELL, Texas for
DENTON TAP ROAD IMPROVEMENTS FROM BELT LINE ROAD TO SANDY LAKE
ROAD will be received at the City of Coppell Town Center, 255
Parkway Boulevard, until 10:00 a.m., February 18, 1988, and then
publicly opened and read aloud.
The Instructions to Bidders, Proposal Forms, Forms of
Contract, Plans, Specifications and Forms of Bid Bond,
Performanqe and Payment Bond, and other contract documents may be
examined at the following:
Ginn, Inc., Consulting Engineers
17103 Preston Road, Suite 100
Dallas, Texas 75248
(214) 248-4900
Dodge Reports
1111 W. Mockingbird,
#1200
Dallas, Texas 75247
(214) 630-6111
Texas Contractor
2510 National Drive
Garland, Texas 75041
(214) 271-2693
Associated General Contractors
11111 Stemmons Freeway
Dallas, Texas 75229
(214) 358-5357
Copies may be obtained at the office of Ginn, Inc. for a
payment of $200.00 per set, non-refundable.
The Owner reserves the right to waive any informalities or
to reject any or all bids.
Each bidder must submit two Original Bid Proposals and
deposit with his bid, a security in the amount , form and subject
to the conditions provided in the Instructions to Bidders.
PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT ARE:
Approximately 7246 L.F. of six-lane divided thoroughfare
consisting of two - 34' b-b 8" thick concrete pavement sections
on 6" lime stabilized subgrade, 24' wide median, left turn lanes,
curb and gutter, brick pavers, and asphalt transitions. Major
bridge, channel, storm sewer and culvert construction consisting
of two bridge structures 204' long and 44'-2" wide,approximately
7061 L.F. RCP (18" to 72"), 614 L.F. RCBC (6' x 6' to 6' x
10')inclUding headwalls, wingwalls. Major water line and
sanitary sewer line relocations and modifications consisting of
relocation of 320' of 16" ductile water line with a creek
crossing, and 360' of 8" pvc water line with a creek crossing,
and modification of an existing 12" ductile iron sanitary sewer
aerial crossing.
CITY OF COPPELL
S/ 1/19/88
Alan D. Ratliff, City Manager Date
Advertisement dates: January 29, 1988.
February 5 & 12, 1988.
TABLE OF CONTENTS
COVER PAGE
TABLE OF CONTENTS
INDEX TO DRAWINGS
DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS
00020 - ADVERTISEMENT FOR BIDS
00100 - INSTRUCTIONS TO BIDDERS
00110 - GENERAL INSTRUCTIONS FOR BONDS
00220 - SOIL INVESTIGATION DATA
00300 - PROPOSAL AND BID FORM
00400 - BID BOND
00500 - GENERAL CONDITIONS OF AGREEMENT (GC-1 thru GC-14)
00510 - STANDARD FORM OF AGREEMENT (SF-1 thru SF-2).
00600 - PERFORMANCE BOND (PB-1 thru PB-2)
00610 - PAYMENT BOND (PB-3 thru PB-4)
00620 - MAINTENANCE BOND (MB-1 thru MB-2)
00630 - CERTIFICATE OF INSURANCE
00650 - SPECIAL CONDITIONS (Supplementary Conditions)
07000 - STANDARD SPECIFICATIONS
07500 - SPECIAL PROVISIONS
DIVISION I - GENERAL REQUIREMENTS
01010 - SUMMARY OF WORK
01050 - FIELD ENGINEERING
01152 - APPLICATIONS FOR PAYMENT
01310 - CONSTRUCTION SCHEDULES
01340 - SHOP DRAWINGS, PRODUCT DATA & SAMPLES
01700 - CONTRACT CLOSEOUT
01720 - PROJECT RECORD DOCUMENTS
01750 - WARRANTIES
APPENDIX A - LOG OF BORINGS (GENERAL & BRIDGE)
APPENDIX B - TRENCH SAFETY STUDY
INDEX TO DRAWINGS
SHEET NO.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
Cover Sheet
Location Map
Paving & Bridge Quantities (6-Lane)
Paving & Bridge Quantities
(4-Lane Alternative)
Drainage Utility & Channel
Improvements Quantities
Right-of-Way Map
Right-of-Way Map
Construction Sequence (Stage I)
Construction Sequence
Construction Sequence
Construction Sequence
(Stage I)
(Stage II)
(Stage II)
Paving Sta. 89+13 to 90+00
Paving Sta. 90+00 to 95+00
Paving Sta.
Paving Sta.
Paving Sta.
Paving Sta.
95+00 to 100+00
100+00 to 105+00
105+00 to 110+00
110+00 to 115+00
Paving Sta. 115+00 to 120+00
Paving Sta.
Paving Sra.
Paving Sta.
120+00 to 125+00
125+00 to 130+34.29
130+34.29 to 136+00
Paving Sta. 136+00 to 140+00
Paving Sra. 140+00 to 145+00
Paving Sta. 145+00 to 150+00
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
Paving Sta.
Paving Sta.
Paving Sta.
Paving Meadow Creek
Typical Sections
Brick Paver Details
Traffic Button Layout and
Pavement Markings
Traffic Button Layout and
Pavement Markings
Traffic Button Layout and
Pavement Markings
Traffic Button Layout and
Pavement Markings
Traffic Button Layout and
Pavement Markings
Drainage
Drainage
Drainage
Drainage
Drainage
Drainage
Drainage
Drainage
Drainage
Drainage
Drainage
Drainage
Drainage
150+00 to 155+71.31
155+71.31 to 160+00
160+00 to 162+27.70
Area Map
Sta. 89+13 to 90+00
Sra. 90+00 to 95+00
Sta. 95+00 to 100+00
Sta. 100+00 to 105+00
Sra. 105+00 to 110+00
Sta. 110+00 to 113+50
Sta. 113+50 to 118+00
Sta. 118+00 to 120+00
Sta. 120+00 to 125+00
Sta. 125+00 to 130+34.29
Sra. 130+34.29 to 136+00
Sta. 136+00 to 140+00
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
68
69
7O
71
72
73
74
Drainage Sta. 140+00 to 145+00
Drainage Sta. 145+00 to 150+00
Drainage Sta.
Drainage Sta.
Drainage Sta.
150+00 to 155+71.31
155+71.31 to 160+00
160+00 to 162+02
Drainage Meadow Creek
Channel Improvements
Waterline/San. Sew. Relocations
San. Sew. Aerial Crossing
Bridge Layout
Foundation Layout
Quantities & Typ. Cross Section
(Bridge)
Construction Sequence (Bridge)
Abutments (1 of 3)
Abutments (2 of 3)
Abutments (3 of 3)
Bents
Beam Spans
Approach Slabs (1 of 2)
Approach Slabs (2 of 2)
Concrete Railing
Bridge Lighting Plan
Prestressed Concrete Beams - Beam
Details GpA
Prestressed Concrete Beams - Beam
Ends & Bearings GpB
Prestressed Concrete Beam Span Details -
Construction Details GpC
Armor Joint Details GpD
75
76
77
78
79
8O
81
82
83
84
85
86
87
88
89
9O
91
92
93
94
95
96
Prestressed Concrete Beams (MOD)
(Non-Standard Spans) Gp NS
Concrete Riprap RRB & RR9
Diafram Options for Prestressed
Beam Spans Gp DO
Prestressed Concrete Panels -
Optional Deck Details PCP
Prestressed Concrete Panels -
Optional Deck Details PCP
Permanent Metal Deck Forms PMDF
Permanent Metal Deck Forms PMDF
Prestressed Concrete Beams - Types
A, B, C, III, IV, & V - Minimum
Erection and Bracing Requirements -
PCB - MEBR (1)
Combination Rail - Type C201
Outfall Detail - Line A
Outfall Detail - Line B
Grapevine Creek Bridge - Reinforced
Concrete Box Culvert
Prop Junction Box Detail
Line "B" Sta. 122+45
Modification to Exist. Junction Box
Misc. Drainage Details
SD-1
SD-3
SD-8
SD-9
SD-15
SD-16
SD-17
97 SD-19
98
99
100
101
102
SD-20
Concrete Headwalls For Pipe Culverts
12 to 72 inches in Diameter CH-11
Trench & Slope Excavation Details
Concrete Barrier Rail CBR (P & p) - 83
THD Detail - Single Culverts - Normal
SECTION 00020 - ADVERTISEMENT FOR BID~;
Sealed proposals addressed to the CITY OF COPPELL, Texas for
DENTON TAP ROAD IMPROVEMENTS FROM BELT LINE ROAD TO SANDY LAKE
ROAD will be received at the City of Coppell Town Center, 255
Parkway Boulevard, until 10:00 a.m., February~f~9~.._ and hem
publicly opened and read aloud.
The Instructions to Bidders, Proposal Forms, Forms of
Contract, Plans, Specifications and Forms of Bid Bond,
Performance and Payment Bond, and other contract documents may be
examined at the following:
Ginn, Inc., Consulting Engineers
17103 Preston Road, Suite 100
Dallas, Texas 75248
(214) 248-4900
Texas Contractor
2510 National Drive
Garland, Texas 75041
(214) 271-2693
Dodge Reports
1111 W. Mockingbird,
#12oo
Dallas, Texas 75247
(214) 630-6111
Associated General Contractors
11111 Stemmons Freeway
Dallas, Texas 75229
(214) 358-5357
Copies may be obtained at the office
payment of $200.00 per set, non-refundable.
The Owner reserves the right to waive
to reject any or all bids.
of Ginn, Inc. for a
any informalities or
Each bidder must submit two Original Bid Proposals and
deposit with his bid, a security in the amount , form and subject
to the conditions provided in the Instructions to Bidders.
PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT ARE:
Approximately 7246 L.F. of six-lane divided thoroughfare
consisting of two - 34' b-b 8" thick concrete pavement sections
on 6" lime stabilized subgrade, 24' wide median, left turn lanes,
curb and gutter, brick pavers, and asphalt transitions. Major
bridge, channel, storm sewer and culvert construction consisting
of two bridge structures 204' long and 44'-2,, wide,approximately
7061 L.F. RCP (18" to 72"), 614 L.F. RCBC (6' x 6' to 6' x
lO')including headwalls, wingwalls. Major water line and
sanitary sewer line relocations and modifications consisting of
relocation of 320' of 16,, ductile water line with a creek
crossing, and 360' of 8" pvc water line with a creek crossing,
and modification of an existing 12', ductile iron sanitary sewer
aerial crossing.
CITY OF COPPELL
s/
Alan D. Ratliff, City Manager
Advertisement dates: January 29, 1988.
February 5 & 12, 1988.
1/19/88
Date
SECTION 00100 - INSTRUCTIONS TO BIDDERS
pART 1: GENERAL
A. Defined Terms: Terms used in these Instructions to Bidders
which are in the General Conditions of the Construction
Contract, have the meanings assigned to them in the General
Conditions.
Owner: Wherever the word ,,OWNER" is used in the
specifications and Contract Documents, it shall understood
as referring to the city of Coppell; Coppell, Texas.
Engineer: Wherever the word ,,ENGINEER" is used in the
specifications and Contract Documents, it shall be under-
stood as referring to Ginn, Inc.; 17103 Preston Road, suite
100, LB 118, Dallas, Texas 75248; phone (214) 248-4900.
Inspector: The authorized representative of the Engineer,
assigned to observe and inspect any or all parts of the work
and the materials to be used therein.
Be
Superintendent:
authorized to
Engineer and
construction.
Bidder: An individual, firm or corporation or any
combination thereof, submitting a proposal.
Contractor: The individual, firm or corporation or any
combination thereof, party of the second part, with which
the contract is made by the City of Coppell, Texas.
The representative of the Contractor
receive and fulfill instructions from the
who shall supervise and direct the
Documents: Complete sets of the Bidding Documents may
be obtained from the Engineer upon receipt of the required
payment stated in the Advertisement for Bids. The
~s .... ~-~. No Bidding Documents will be
payment is non-re~unua~ .
issued later, than two (2) days .prior to the date for
receipt of bids.. If requested, ~ldding Documents will be
mailed upon receipt of the required payment, plus a
$5.00 handling and shipping charge.
Plans and specifications may be examined at Ginn, Inc., and
copies may be obtained upon providing the required payment.
No partial sets of plans, specifications or proposal forms
will be issued.
sec. 00100
1
Complete sets of Bidding Documents shall be used in
preparing Bids; neither Owner nor Engineer assume any
responsibility for errors or misinterpretations resulting
from the use of incomplete sets of Bidding Documents.
Discrepanoiesz should a Bidder find any discrepancy,
ambiguity, inconsistency, error or omission from the
drawings, specifications or project manual or of the site
and local conditions, or be in doubt as to their written
meaning, it is requested that the Bidder promptly notify the
Engineer who then will send a written instruction or
interpretation to all known holders of the documents.
Neither the Owner nor the Engineer will be responsible for
any oral instructions.
A~4enda: Any addenda to the drawings, specifications, or
project manual issued before or during the time of bidding
shall be included in the proposal and become a part of the
contract.
Addenda will be mailed or delivered to all Bidders receiving
a complete set of Bidding Documents.
No Addenda will be issued later than four (4) days prior to
the date for receipt of bids except an Addendum, if
necessary, postponing the date for receipt of bids or
withdrawing the request for bids.
Each Bidder shall acknowledge on bid proposal that he has
received all Addenda issued.
Substitutions: The materials, products and equipment
described in the specifications and/or shown on the drawings
establish a standard or required function, dimension,
appearance and quality as required by the Engineer. NO
SUBSTITUTIONS WILL BE CONSIDERED DURING BIDDING.
A. Method of Bid4ing: The proposal provides for quotation of a
price, or prices, for one or more bid items, which may be
lump sum bid prices, alternate bid prices, or a combination
thereof. No payment will be made for items not set up on
the proposal, unless otherwise provided by contract
amendment. Ail Bidders are cautioned that they should
include in the prices quoted for the various bid items all
necessary allowances for the performance of all work
required for the satisfactory completion of the project.
Sec. 00100
2
Subcontracts= The bidder is specifically advised that any
person, firm or other party to whom it is proposed to award
a subcontract under this contract must be acceptable to the
Owner. It is further required that the name of the
mechanical and electrical subcontractors and any other
listed subcontractor be noted on the proposal form in the
blank space provided. Failure to list these will be
sufficient grounds to reject the proposal.
A. Bid Security shall be made payable to the City of Coppell in
an amount of five percent (5%) of the Bidder's maximum Bid
price and in the form of certified or bank check or a Bid
Bond issued by a Surety Company holding a permit from The
State of Texas to act as surety.
B. The Bid Security of the Successful Bidder will be retained
until such Bidder has executed the Agreement and furnished
the required Contract Security, whereupon it will be
returned; if the Successful Bidder fails to execute and
deliver the Agreement and furnish the required Contract
Security within fifteen (15) days of the Notice of Award,
Owner may annul the Notice of Award and the Bid Security of
that Bidder will be forfeited. The Bid Security of any
Bidder whom Owner believes to have a reasonable chance of
receiving the award may be retained by Owner until the
sixty-first day after the Bid Opening or until a contract is
awarded. Bid security of other Bidders will be returned
within thirty (30) days of the Bid Opening.
1.4
OUALIFICATION OF BIDDERS
A. To demonstrate qualifications to perform the Work, each
Bidder must be prepared to submit within five days of
Owner's request written evidence of the types set forth in
the Supplementary Conditions, such as financial data,
previous experience and evidence of Bidder's qualification
to do business in The State of Texas or covenant to obtain
such qualification prior to award of the contract.
B. Additionally, all Bidders shal{ be prepared to show that
they are skilled, experienced in, and have been regularly
engaged in the type of construction involved and that they
have the necessary financial resources to finish the Work in
a proper and satisfactory manner in the time specified.
C. The Engineer and Owner reserve the right to require
documented evidence of the foregoing from the Contractor
prior to award of the contract.
Sec. 00100
_ 3
1.5
EXAMINATION OF CONTRACT DOCUMENTS AND SITE
A. Conditions of Works Each Bidder must fully inform himself
of the conditions relating to construction of the project
and employment of labor thereon. Failure to do so will not
relieve a Successful Bidder of his obligation to furnish all
material and labor necessary to carry out the provisions of
his contract. Insofar as possible, the Contractor must
employ methods or means to cause no interruption of or
interference with the work of any other contractor.
B. Examination of Site: Ali Bidders, including the general
Contractor and subcontractors shall examine carefully the
site of the Work to acquaint himself with working conditions
and all difficulties that may be involved therein, and shall
examine carefully all drawings, specifications and other
Contract Documents to familiarize himself with all of the
requirements, terms and conditions thereof. Any information
relating to the Work furnished by the Owner or others., or
failure to make these examinations shall in no way relieve
any Bidder from the responsibility of fulfilling all of the
terms of the contract, if awarded a contract. Also, failure
to visit the site will in no way relieve the Successful
Bidder from furnishing any materials or performing any work
required to complete Work in accordance with drawings and
project manual without additional cost to the Owner.
C. Laws, Regulatlons, Permits and Taxes: The Bidder's
attention is directed to the fact that all applicable state
laws, municipal ordinances, rules and regulations of all
authorities having jurisdiction over construction of the
project shall apply to the contract throughout, and they
shall be deemed to be included in the contract the same as
though herein written out in full as a part of these
documents.
Contractor shall secure, and include compensation for, in
his proposal, all permits and all required taxes which are
levied by governing bodies and which are assessable upon
labor and materials entering into this Work.
D. Before submitting his Bid each Bidder may, at his own
expense, make such investigations and tests of the sight as
the Bidder may deem necessary to determine his Bid for
performance of the Work in accordance with the time, price
and other terms and conditions of the Contract Documents
E. On request, Owner will provide each Bidder access to the
site to conduct such investigations and tests as each Bidder
deems necessary for submission of his Bid.
F. The lands upon which the Work is to be performed, rights-of-
way for access thereto and other lands designated for use by
Contractor in performing the Work are identified in the
Supplementary Conditions, General Requirements or Drawings.
Sec. 00100
-- 4
1.6
The quantities of work or materials as set forth in the
proposal form or on the plans are a calculated approximation
and are for the purpose of comparing the Bids on a uniform
basis. Payment will be made by the Owner 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 materials to be furnished
may be increased or decreased as hereinafter provided.
Obligation of Bidderz At the time of opening of bids, each
Bidder will be presumed to have inspected the site and to
have read and be thoroughly familiar with the drawings,
specifications and the project manual, including all
addenda.
The submission of Bid will constitute an incontrovertible
representation by the Bidder that he has complied with every
requirement of this section, and that the Contract Documents
are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance
of the Work.
BID PROPOSALS
A. General: The Bidder shall submit two Original Bid
Proposals based exactly on the documents as issued. No
substitutions, revisions or omissions from the plans
and/or specifications will be accepted unless authorized in
writing by the Engineer.
The proposal form is attached hereto; additional copies may
be obtained from the Engineer.
Bid proposals must be completed in ink or by typewriter.
The' Bid price of each item on the form must be stated in
words and numerals; in case of a conflict, words will
take precedence.
The Bid proposal must be signed with the full name of the
Contractor and his address; if a partnership, by a member of
the firm with the name and address of each member; if a
corporation, by an officer thereof, the corporate name, and
have a corporate seal affixed.
B. Fo~: Make all proposals on forms provided and fill all
applicable blank spaces without interlineation, alteration
or erasure and must not contain recapitulation of the Work
to be done. No oral, telegraphic, or telephonic proposals
will be considered. Any addenda issued during the bidding
shall be noted on the proposal form.
C. Submittalz Each Bidder shall submit his Bid completely and
properly on proposal forms provided. Each Bid, without
the ,,Specifications and Contract Documents", shall be
Sec. 00100
5
enclosed in a separate sealed envelope, with the words "Bid
for" followed by the project title and the Bidder's name and
address, and accompanied by the Bid Security and other
required documents. 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" on
the face thereof.
Specifications and Contract Documents shall not be returned
with the Bids.
Telegraphic Modificatlons~ Any Bidder may modify his Bid by
telegraphic communication at any time provided such
communication is received by the Owner prior to the
scheduled closing time. Written confirmation must be
received within two days from the closing time or no
consideration will be given the telegraph modifications.
Withdrawal= If, within twenty-four hours after Bids are
opened, any Bidder files a duly signed written notice with
Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and
substantial mistake in the preparation of his Bid, that
Bidder may withdraw his Bid and the Bid Security will be
returned. Thereafter, that Bidder will be disqualified from
further bidding on the Work.
1.7 OPENING OF BIDS
A. The city of Coppell, Texas (herein called the "Owner")
invites all Bids on the form attached hereto, all blanks of
which must be appropriately filled in. Bids will be
received by the Owner at 10:00 AM, Thursday. February 18,
1988, at city of Coppell Town Center, 255 Parkway Blvd.,
(Post office Box 478~. and then at said location publicly
opened and read aloud. The envelopes containing the Bids
: must be sealed, addressed to the City of Coppell, and
designated as "Bid for Denton Tap Road Improvements From
Belt Line Road To Sandy Lake Road" (Request For Proposal No.
0012).
B. When Bids are opened publicly they will be read aloud, and
an abstract of the amounts of the base Bids and major
alternates (if any) will be made available after the opening
of Bids on a bid tabulation sheet sent to all bidders.
1.8
BIDS TO REMAIN OPEN
All Bids shall remain open for ninety (90) days after the
day of Bid Opening, but Owner may, in his sole discretion,
release any Bid and return the Bid Security prior to that
date.
Sec. 00100
_ 6
1.9 CONTRACT AWARD
ae
Owner reserves the right to reject any and all Bids, to
waive any and all informalities and to negotiate contract
terms with the Successful Bidder, and the right to disregard
all nonconforming, nonresponsive or conditional Bids.
Discrepancies between words and figures will be resolved in
favor of words. Discrepancies between the indicated sum of
any column of figures and the correct sum thereof will be
resolved in favor of the correct sum.
In evaluating Bids, Owner shall consider the qualifications
of the Bidders, whether or not the Bids comply with the
prescribed requirements, and alternates and unit prices if
requested in the Bid forms. It is the Owner's intent to
accept alternates (if any are accepted) in the order in
which they are listed in the Bid form, but Owner may accept
them in any order or combination.
Owner may consider the qualifications and experience of
subcontractors and other persons and organizations
(including those who are to furnish the principal items of
material or equipment) proposed for those portions of the
Work as to which the identity of subcontractors and other
persons and organizations must be submitted as provided in
the Supplementary Conditions. Operating costs, maintenance
considerations, performance data and guarantees of materials
and equipment may also be considered by Owner.
Owner may conduct such investigations as he deems necessary
to assist in the evaluation of any Bid and to establish
the responsibility, qualifications and financial ability of
Bidders, proposed subcontractors and other persons and
organizations to do the Work in accordance with the Contract
Documents to Owner's satisfaction within the prescribed
time.
E. Owner reserves the right to reject the Bid of any Bidder who
does not pass any such evaluation to Owner's satisfaction.
If the contract is to be awarded it will be awarded to the
lowest Bidder whose evaluation by Owner indicated to Owner
that the award will be in the best interests of the project.
If the contract is to be awarded, Owner will give the
Successful Bidder a Notice of Award within ninety (90) days
after the day of the Bid opening.
After award of contract to Successful Bidder, the Contractor
shall agree to begin work within ten (10) calendar days
after the date of "Notice to Proceed" of the Owner and to
fully complete the project within the stated number of
consecutive calendar days thereafter as stipulated on the
Sec. 00100
7
bid proposal and agreement between Owner and Contractor.
1.10 LIOUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT
In the event the Bidder's proposal is accepted, and he fails
or refuses to enter into the contract and 'furnish the
required Performance and Payment Bonds within fifteen (15)
days after he has received notice of the acceptance of his
Bid, unless given a written extension of time by the Owner,
then the Bidder will be considered as having abandoned his
proposal and his Bid Security will be retained by the Owner
as liquidated damages, IT NOW BEING AGREED that the
specified sum of the Bid Security is a fair estimate of the
amount of damages that the Owner will sustain in case the
Bidder fails to enter into the contract and furnish the
Performance and Payment Bonds within the time stated in the
proposal.
1.11 CONTRACT TIME
The number of days within which, or the date by which, the
Work is to be completed (the Contract Time) is set forth
in the Bid Form and will be included in the Agreement. The
Contract Time for this project is:
THREE HUNDRED BIXTY FIVE (365) CALENDAR DAYS
Extension of time of completion will be permissible in
accordance with Section 4.02 of General Conditions of
Agreement.
1.12 LIOUIDATED DAMAGES
Provisions for liquidated damages are set forth in the
Proposal. Liquidated damages for this project are:
ONE THOUSAND DOLLARS ($1,000.00) PER CALENDAR DAY
1.13 SUBCONTRACTORS. ETC.
ae
If the apparent Successful Bidder, and any other Bidder so
requested will within seven (7) days after the day of the
Bid Opening submit to the Owner a list of all the
subcontractors and other persons and organizations
(including those who are to furnish the principal items of
material and equipment) proposed for those portions of the
Work as to which such identification is so required. Such
list shall be accompanied by an experience statement with
pertinent information as to similar projects and other
evidence of qualification for each such Subcontractor,
person and organization if requested by the Owner. If Owner
or Engineer after due investigation has reasonable objection
to any proposed Subcontractor, other person or organization,
either may before giving the Notice of Award request the
Sec. 00100
8
apparent Successful Bidder to submit an acceptable
substitute without an increase to Bid price. If the
apparent Successful Bidder declines to make any such
substitution, the Contract shall not be awarded to such
Bidder, but his declining to make any such substitution will
not constitute grounds for sacrificing his Bid Security.
Any Subcontractor, other person or organization so listed
and to whom Owner or Engineer does not make written
objection prior to the giving of the Notice of Award will
be deemed acceptable to Owner and Engineer.
In contracts where the Contract Price is on the basis of
Cost-of-the-Work Plus a Fee, the apparent Successful Bidder,
prior to the Notice of Award, shall identify in writing to
Owner those portions of the Work that such Bidder proposes
to subcontract and after the Notice of Award may only
subcontract other portions of the Work with Owner's written
consent.
No Contractor shall be required to employ any Subcontractor,
other person or organization against whom he has reasonable
objection.
1.14 PERFORMANCE AND OTHER BONDS
A. Security for Faithful Performance: Simultaneously with his
delivery of the executed contract, the Contractor shall
furnish a surety bond or bonds as security for faithful
performance of this contract and for the payment of all
persons performing labor on the project under the contract
and furnish materials in connection with this contract. The
surety on such bond or bonds shall be by a duly authorized
surety company, satisfactory to the Owner, if requested by
the Bidder.
1.15 SIGNING OF AGREEMENT
When Owner gives a Notice of Award to the Successful Bidder,
it will be accompanied by at least six unsigned counterparts
of the Agreement and all other Contract Documents. Within
fifteen (15) days thereafter, Contractor shall sign and
deliver at least six counterparts of the Agreement to Owner
with all other Contract Documents attached. Within ten (10)
days thereafter, Owner will deliver all fully signed
counterparts to Contractor. Engineer will identify those
portions of the Contract Documents not fully signed by Owner
and Contractor and such identification shall be binding on
all parties.
Sec. 00100
9
1.16 CONTRACT PAYMENTS
The Bidder's attention is called to the fact that part
payment of the contract price shall be in the form of paving
assessment certificates. "Upon completion of a unit of work
the City shall issue to the Contractor the certificates in
part payment of its obligation, and Contractor shall assign
such certificates to the City and be paid in cash the face
value of such certificates without discount."
END OF SECTION
Sec. 00100
10
SECTION 00110 - GENERAL INSTRUCTIONS FOR BONDS
PART 1: GENERAL
1.1 GENERAL
ae
The surety on each bond must be a responsible surety
company which is qualified to do business in Texas and
satisfactory to the Owner.
The name, including full Christian name, and residence of
each individual party to the bond shall be inserted in
the body thereof, and each such party shall sign the bond
with his usual signature on the line opposite the scroll
seal, and if signed in Maine, Massachusetts or New
Hampshire, an adhesive seal shall be affixed opposite the
signature.
If the principals are partners, their individual names
will appear in the body of the bond, with the recital
that they are partners composing a firm, naming it, and
all the members of the firm shall execute the bond as
individuals.
The signature of a witness shall appear in the
appropriate place, attesting the signature of each
individual party to the bond.
If the principal or surety is a corporation, the name of
the state in which incorporated shall be inserted in the
appropriate place in the body of the bond, and said
instrument shall be executed and attested under the
corporate seal, the fact shall be stated, in which case a
scroll or adhesive seal shall appear following the
corporate name.
The official character and authority of the person or
persons executing the bond for the principal, 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.
H. Amounts of bonds shall be as set forth in Paragraph 3.10
of the General Conditions.
END OF SECTION
Sec. 00110
1
-- SECTION 0220 - SOIL INVESTIGATION DATA
1.1 GENERAL:
Soil investigation reports have been prepared for the
proposed improvements and obtained by the Engineer for
his own use in designing the project. Its accuracy or
completeness is not guaranteed by the Owner or the
Engineer and in no event is it to be considered as part
of the contract plans or specifications. Contractor
shall not rely on subsurface information obtained from
Engineer, or indirectly from Owner.
Bidder should visit the site and acquaint himself with
conditions prior to bidding. Additionally, the
Bidder/Contractor may make his own investigation of
existing subsurface conditions. Neither the Owner, nor
the Engineer will be responsible in any way for the
additional compensation for additional work performed
under the contract due to Contractor's assumptions
based on subsoil data prepared solely for Engineer's
use.
Copies of these soil investigation reports may be
inspected at the Engineer's office. It is available
for information only and is not a warranty of
subsurface conditions. The data is available for
review by bidding contractors upon written request.
Requests are required to be in the following form:
"Please forward copy of the soil investigation reports
for the subject project. The contracting firm herein
named releases the Owner and Engineer from any
responsibility or obligation as to its accuracy or
completeness or for any additional compensation for
work performed under the contract due to assumptions
based on use of such furnished information."
A copy of the "log of borings" for the paving,
drainage, and bridge improvements is in Appendix A.
A copy of the "Trench Safety Study Denton Tap Road
Paving and Drainage Improvements Belt Line Road to
Cottonwood Branch Creek" is in Appendix B.
END OF SECTION
Sec. 00220
1
SECTION 00300 - PROPOSAL AND BID FORM
FOR:
DENTON TAP ROAD IMPROVEMENTS FROM BELT LINE ROAD TO SANDY
LAKE ROAD
COPPELL, TEXAS
(Request For Proposal No. 0012)
TO: CITY OF COPPELL (hereinafter called "OWNER")
P. O. BOX 478
255 PARKWAY BOULEVARD
COPPELL, TEXAS 75019
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the
above referenced project, having examined the plans and specifi-
cations with related documents and the site of the proposed work,
and being familiar with all of the conditions surrounding the
construction of the proposed project including the availability
of materials and labor, hereby proposes to furnish all labor,
materials, and supplies, and to construct the project in
accordance with the Contract Documents, of which this proposal
is a part.
The undersigned, as BIDDER, declares that the only person or
parties interested in this proposal as principals are those named
herein, that this proposal is made without collusion with any
other person, firm or corporation; that he has carefully examined
the form of Contract, Notice to Bidders, Specifications, and the
Plans herein referred to and has carefully examined the
locations, conditions and classes of materials called for in the
Contract and Specifications in the manner prescribed and
according to the requirements of the Owner as herein set forth.
It is understood 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. Payments for such items
will be made on the basis of the actual quantity incorporated in
the work.
It is further agreed that the quantities of work to be done at
unit prices and material to be furnished may be increased or
diminished as may be considered necessary 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 below, except as provided for in the
Specifications.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the OWNER, but not shown on the
Plans or required by the Specifications, in accordance with the
provisions of the General Conditions. Similarly, they may be
decreased to cover deletion of work so ordered.
Sec. 00300
1
BIDDER hereby agrees to commence work under this Contract on or
before a date to be specified in written "Notice to Proceed" by
the OWNER and to fully complete the project within 365
consecutive calendar days thereafter as stipulated in the
Specifications. BIDDER further agrees to pay as liquidated
damages, the sum of $1,000.00 for each consecutive'calendar
day thereafter as hereinafter provided in Paragraph 1.4, E of
the Special Conditions.
Accompanying this proposal is a Certified or Cashier's Check
payable to the city of Coppell (Bid Bond) in the amount of
($ ), which is five percent (5%) of the greatest amount
bid.
BIDDER acknowledges receipt of the following
addendum:
ADDENDA #
ADDENDA #
ADDENDA #
ADDENDA #
(If non-issued, indicate N/A)
DATE
DATE
DATE
DATE
SUBCONTRACTORS:
BIDDER shall list below
use on this project:
NAME
Utility:
principal
ADDRESS
subcontractors
proposed for
PHONE NO.
Earthwork:
Pavement:
Bridge Construction:
BIDDER agrees to perform all the work described in the
Specifications as shown on the Plans for the following
unit prices:
(Amounts are to be shown in both words and figures. In case of
discrepancy, the amount shown in words will govern.)
Sec. 00300
2
I I I I I I I I I I I I I I I I I I I
BID FORM
DEN3'ON TAP ROAB IHPROVI~tENTS (BASE BID 6 LANE PAVF)~NT)
FROH BELT LINE. Re}Ali 'FO SANDY lAKE ROAD LO~ATION~ COPPELL, TEXAS
ITEM DESCRIPTION APPROX. U NIT 'ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
100 Prepare Right-of-lqa? 74.9!
Sawcut Existim:
104.1 Conc./Asph. 1020 .LF
104.2 Remove Old Conc./hsph. 317 SY
110 Benched Excavation 5,200 Ch'
110.1 Roadway Excavat ion 19,105 . (Tv
Borrow (Del iv. ) (Dens.
131 Cont.) Type B,Class 2 1,000 CY
Select Borrow (Deliv.)
131.1 (Dens. Cont.) Type C, 15,038 (.~
Class 3
Remove and Replace 600
133 Unstable qaterial
Place Topsoil-
160 qedian ( 6" thick) 14,022 SY
Sec. 00300
3
I I I I I I I I I I I I I I I I I I I
BID FORM
DENTON TAP ROAD IMPRINTS (BASF, BID 6 LAN~, PAV~NT)
PROJECT: FRC~ BELT LINE, ROAD T~ SANDY LAKE ROAD LOCATION: COPPELL, TEX~S
IT E M APPROX, U N IT 'ITEM
NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Broadcast Seeding
164 (Co. non Berm) 33,732 SY
Flexible Base
249 (Delivered) 1,228 CY
Lime Treatment for
260 Materials in Place 61,611 SY
Lim~ Slurry, Type A,
264 5%, 22.5 LBS./SY 693.1 TON
340.1 ~ACP, Type B, Class A 230 TO~
340.2 ~ACP, Type D, Class A 904 TOb
8" Concrete Pavement
360.1 S7,925 S¥
(3000 PS~)
Sec. 003o0
4
I I I I I I I I I I I I I I I I I I ~
BID FORM
DE~rl~ TAP ROAD 1HPR~S (BASE BID 6 LANE. PAVEmEnt)
PROJECT: FROM BELT LINE. ROAD TO .SANDY LAKE ROAD LOCATION: COPFELL, TEXAS
ITEM DESCRIPTION APPROX. UNIT 'ITEM
NO OUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
6" Monolithic Curb
360.2 (3000 PSI) 22,523 LF
360.3 Concrete Street Header 104 LF
8" Concrete Pavement
360.4 (Intersecting Streets) 1,647 SY
360.5' Railroad Header 191 LF
504 Field Office 1 LS
Portable Concrete
512.1 Traffic Barrier 3,050 LF
Port. Conc. Traffic 1,300
512.2 Barrier 0~ove ~ Reset) LF
Port. Conc. Traffic
512.3 Barrier (Remove) 3,050 LF
6" Concrete (Driveways
530.1 § Hedian Noses) 2,449 SY
Sec. 00300
5
! I I I I I I I I I I I I I I I I I I
BID FORM
DENTON TAP ROAD IMPR~ (B~qE BIB 6 LANE PAVFNNJ~)
F'**R(~ BELT LINE ROAB TO SANDY LAKE, ROAD LOCATioN:COPPELL, TFY~q
ITEM DESCRIPTION APPROX.. UNIT ITEM
NO GUANTITY ~UNIT PRICE UNIT PRICE WRITTEN PRICE
6" Concrete Drives
530.1] (Beyond R.O.W.) 295 SY
530.2 Brick Pavers Oki-Decor 1,585 SY
Brick Pavers
530.3 (Iblland I) 157 SY
540 Metal Beam Guard Fence 947 LF
540.1 Terminal-Anchor Section 2 FA,
666 Railroad Crossing 2 FA
Pavement Markings
666.1 18" Stop Bar 274 LF
6" x 6" Jiggle Bar
672 (Refl.) (Type 1-C) 152 FA
4" TrafFic Button, 1,450
676.1 White(Non-Reft. ) (P-7-W) FA
Sec. 00300
6
I I I I I I I I I I I I I I I I I I I
BID FORM
DENTON TAP ROAD IMPROVBHHNTS (BASE BID 6 LANE PAV~,~N'r)
PRO4ECT: FROH BELT LINE ROAD TO SANDY LAKE ROAD LOCATION: COPPELL, TEXAS
ITEM DESCRIPTION APPROX. UNIT 'ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
4" Traffic Button,
White (Sing. -Refl. ) 1,444 FA.
676.2 (P-1S-W)
Sub Total Base Bid 6 Lane Pavin~
Sec. 00300
7
I I I I I I I I I I I I I I i I ! I I
BID FORM
DENTON TAP ROAD IHPROV~NTS {AL'I'ERMATE BID 4 LANE. PAVE~.~IT)
PROJECT: FROH BELT LINE. ROAD TO SANDY LAKE ROAD LOCATION: COPPELL, TEXA.q
ITEM DESCRIPTION APPROX. UNIT ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
100 Prepare Right-of-Way 74.91 STA.
Sawcut r~istiny.
104.1 Conc./Asph. 1020 LF
104.2 Remove Old Conc./Asph. 317 SY
110 Benched Foccavat ion 5,200 CY
110.1 Roadway F~cavation 14,937 Cv
Borrow (Deliv.) (Dens.
131 Cont.) Type B,Class 2 1,000 CY
Select Borrow(Deliv. ) 15,038 CY
131.1 fJ3ens..Cont.)Type C,
t, lass 3
133 Remove and Replace 600 CY
Unstable ~aterial
Place Topsoil-
160 ~edian (14" thick) 21,963 SY
.%c. 00300
8
I I I ! I I I I I I I I I I I I I I I
BID FORM
DF~TFON TAP ROAD IMPR~S (ALTERNAT~ BID 4 LANE PAVEmeNT)
PROJECT: FR~I BELT LINE ROAD TO SANDY LAKE ROAD LOCATION: COPPELL TEXAS
ITEM DESCRIPTION APPROX. UNIT ~TEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
164 Broadcast Seeding 41,914 SY
(Comm ~em)
249 Flexible Base 1,062 CY
(Delivered)
260 Lime Treatment for 53,382 SY
Materials in Place
264 Lime Slurry, Type A, 600.5 TON
5%, 22.5 LBS./SY
340.1 FFt~CP, Type B, Class A 40 TON
340.2 t~WACP, Type D, Class A 796 TON
8" Concrete Pavement
360.1 49,450 S~
(3000 PSI)
Sec. 00300
9
I I I I I I I I I I I I I I I i I I I
BID FORM
DENTON TAP ROAD IMPELS (ALTERNATE BID 4 LANE PAVEMENT)
PROJECT: FRO~ BELT LINE ROAD TO SANDY LAKE ROAD LOCATION: COPPELL, TEXAS
ITEM DESCRIPTION APPROX. UNIT "ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
6" ~onolithic Curb
360.2 {3000 PSI) 22,S23 LF
360.3 Concrete Street Header 104 LF
8" Concrete Pavement
360.4 {Intersecting Streets) 1,647 SY
360. Si Railroad tMader 1S1 LF
504 Field Office 1 LS
Portable Concrete
512.1 Traffic Barrier 1,.400 LF
Port. Conc. Traffic
512.2 Barrier 0Wove 8 Reset) 300 LF
Port. Conc. Traffic
512.3 Barrier {Remove} 1,400 LF
6" Concrete {Driveways
530.1 ~ Median Noses) . 2,449 SY
Sec. 00300
10
I I I I I I I I I I I I ! I I I I ~ I
BID FORM
DI~F~ TAP 1~O/~ IMP~ (AL'rldI~IATE BID 4 LANE PAVt~-~T)
PROJECT.' FRO~ BELT LINE ROAD TO ~ IAKE. ROAD LOCATiON:O'iPPELL, TF3~
ITEM DESCRIPTION APPROX. UNIT ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
6" Concrete Drives
;30.11 (Beyond R.O.W.) 295 SY
530.2 Brick Pavers 0lni-Decor 1,585 SY
Brick Pavers
530.5 0tolland I) 157 SY
540 I ~etal Bea~ Guard Fence 947 LF
540.1 Terminal-Anchor Section 2 FA,
Railroad Crossing
666 Pavement ~arkings 2 FA
666.1 18" Stop Bar 274 LF
6" x 6" Jiggle Bar
672 (RET']. ) Cl~pe l-C) 152 FA
4" Traffic Button,
676.1 White (Non-Refl.) (P- 7-~0 725 ~d~,
Sec, 00~00
I I i I I I I I I I I I I I I ! I I I
BID FORM
DENTON TAP ROAD I~ROV~I~NTS (ALTERNATE BID 4 LANE. PAVFNEN~)
. PROJECT: ~ BELT LINE ROAD TO SANDY LA~ ROAD LOCATION: COPPELL, TE)~S
TEM DESCRIPTION APPROX. UNIT ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
4" Traffic Button,
676.2 White (Sing. -Refl. ) 722 FA
(P-15-W3
8" Traffic Button,
676.6 l~hite (Non Refl. ) 229 FA
Sub Total Alternate Bid 4 Lane Paving
Sec, 00300
12
I I I I I I I I I I I I I I ! I I I I
BID FORM
DENTON TAP ROAD I~ROV~ (DRAINAGE,)
PROJECT: FRCH BELT LINE ROAD TO SANDY LAK~ ROAD LOCATION: COPPELL, TEX~q
ITEM APPROX. U N IT 'ITEM
NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
432.1 Concrete Rip-Rap Fltane 12 CY
462.1 6' x 6' RCBC 524 LF
462.2 6' x 10' RCBC 80 LF
6' x 6' tO 6' X 10'
462. $ RCBC Transition - 1 LS
Sra. llT+12-LN. "B"
464.1 18" RCP, Class III S LF
464.2 21" RCP, Class III 702 LE
464.3 24" RCP, Class III 1,526 LF
464.4 27" RCP, Class III 497 LF
464.5 30" RCP, Class III 250 LF
Sec. 00300
13
I ! I I I I I i I I I I I I I I ! I I
BID FORM
DENTON TAP ROAD IMPRCrv~4ENTS (DRAINAGE)
PROJECT: FROM BELT LINE ROAD TO SANDY LAKE ROAD LOCATION: COPPELL, TEXAS
ITEM DESCRIPTION APPROX. U N IT 'ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
464.6 36" RCP, Class III 1,203 LF '
464.7 42" RCP, Class III 590 LF
464.8 48" RCP, Class III 404 LF
464.§ 54" RCP, Class III 1~699 LF
464.1~ 66" RCP, Class III 110 LF
464.11 72" RCP, Class III 78 LF
Removal of Drop Inlet/
464.12 Replacement of 66" RCP 1 LS
475.1 5' Rec'd Inlet 1 FA,
475.11 5' Curb Inlet 2 EA.
Sec. 00300
lA
I I I ! I I I I I ! I ! ! I I I I I I
BID FORM
DENTON TAP ROAD IHPR(Bf[IqEMTS (DRAINAGE)
PROJECT: FR(N BELT LINE ROAD TO SANDY LAKE, ROAD LOCATION: COPPELL~ TEXAS
ITEM DESCRIPTION APPROX. U NIT iTEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
475.12 5' Curb Inlet (Nod.) 2 EA.
475.2 10' Rec'd Inlet 35 FA.
475.21! 10' Rec'd Inlet (Mod.) 4 FA.
475.22 10' Curb Inlet 2 EA.
475.23 10' Curb Inlet 0~od.) 1 EA.
475.3 12' Rec'd Inlet 5 EA.
475.4 14' Rec'd Inlet 1 EA.
475.5 4' Drop Inlet, Type 2 EA.
"x" (SD-I~)
4' Drop Inlet, Type 1 FA,
475.51 '~' (SD-11, Mod.)
Sec. 00300
15
I I 1 I I ! I I I I ! I I I I I ! I I
BI D FORM
DENTON TAP ROAD IMPROVEMENTS (DRAINAGE)
PROJECT: FRCN BF'LT LINE ROAD TO SANDY LAKE ROAD LOCATION:COPPF, LL, TEXAS
ITEM APPROX. U N IT ITEM
NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Ty~e "B" Store Sewer
475.6 H.H., Sta. 157+38-* 1
Type "B" Storm Sewer
475.61 M.H., Sta. 162+02.+ 1 FA.
475.7 Junction Box,
Sta. 122+45_+ 1 FA.
Modify Exist. Junction
475.71 Box 1 FA.
Sanitary Sewer Manhole,
475.8 4' Dia. 2
'175.9 Type "A" 24,, Headwall 2 FA.
A~ljust Sanitary Sewer
179 Manhole 5 FA.
179.1 Adjust/Modify Exist. 2 FA.
Structures
~82.1 Adjust Water Valve 9 EA.
Sec. 00300
16
I I I I I I I I I I I I I I I I I I I
BID FORM
PEK]ON TAP ROAD ~P,~S
FROM BELT LIN~ ROAD TO SANDY LAKE ROAD COPPELL,
PROJECT: LOCAT ION:
ITEM APPROX. U N IT 'ITEM
NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Relocate/Adjust Water
582.2 Meter 5 EA.
Relocate fi Adjust Fire
582.$ Hydrant fi Water Valve 8 ~A.
6" F.H. Stub Out w/
582.4 Gate Valve 12 FA.
582.5 Lower 8" Water Line 265 LF
582.6 Lower 12" Water Line 20 LF
582.7 Fire Hydrant Assembly 4 EA.
582.8 Relocate 8" Water Line 1 LS
582.9 Relocate 16" Water Line 1 LS
Irrigation Connection
582.10 (8" Water) 12 FA.
Sec. 00300
I i I I ! I I I I I I I I I I I ! I t
BID FORM
DENTON TAP ROAD IMPR~S (DRAINAGE)
LOCATION:
~MUOI:.~ !. FR(~ R'F;T.T 1.T1~ ROAD TO RACY T.~ ~OAT ~, ,yin. cdPP~I I ~6R
ITEM DESCRIPTION APPROX. UNIT 'ITEM
NO QUANTITY' UNIT PRICE UNIT PRICE WRITTEN PRICE
I 8" S~ita~ ~wer
;82.11 (SDR-3S) 3~ LF
Conc. ~cas~nt Class
582.13 B-2000 PSI 43 ~
~tend ~ist. 12" S~.
582.14 Sew. Aerial Crossing 1 LS
S18.1 2" ~C Conduit (S~.40) 14,016 LF
~18.2 3" ~C C~duit (~.40) 1,801 LF
624 ~11 ~xes 78 ~.
120 ~el ~ca~tion 13,777 ~
6" 3000 ~I Reinf. Conc.
432.2 ~p ~p ~el Lining 183 ~
432.3 12" Stone Rip ~p 435 ~
Sec. 00300
18
I I I I I I I I I I I I ! I I I I I I
BID FORM
DENTON TAP ROAD I~{PROVM~NTS' (DRAIb[~GE)
PROJECT: F~CH BELT LINE ROAD TO SANDY ~ ROAD LOCATION: COPPELL, TEXAS
ITEM DESCRIPTION APPROX. UNIT 'ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Broadcast Seeding
164 (Common Bermuda) 7,905 SY
Sub Total Drainage
Sec. 00300
I I I I I I I I I I I I I I I I I I I
BID FORM
DENTON TAP ROAD IMPROVEMFAFFS (BASE BID TRENCH AND SLOPE EXCAVATION - TRENCH SAF~'tY)
PROJECT: FROM BELT LINE ROAD TO SANDY LAKE ROAD LOCATION: COPPELL TEXAS
iTEM DESCRIPTION APPROX. UNIT 'ITEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Open Cut Simple Slope
1500.1 in Clay H= S' - 10' 4~218 LF
Open Cut Simple Slope
1500.2 in Clay H= 10' - 15' 405 LF
Open Cut Simple Slope
1500.3 in Clay H= 1S' - 20' * LF
Open Cut Simple Slope
in Sand & Clay 705 LF
1501.1 H= S' - 10'
Open Cut Simple Slope
1501.2 in Sand & Clay 210 LF
H= 10' - 15'
Open Cut Simple Slope
1501.3 in Sand & Clay * LF
H= 15' - 20'
Comp. Protec. w/Slope
1502.1 in Clay Cond. A * LF
H= 5' - 10'
Comp. Protec. w/Slope
1502.2 in Clay Cond. A * LF
H= 10' - 15'
Comp. Protec. w/Slope
1502.3 in Clay Cond. A * LF
H= iS' - 20'
Note: ~ No quantity has been estimated for this item. However, the Contractor shall
furnish a unit price for this item in case field conditions require its use.
Sec. 00300
20
I I I I I I I I I ! I I I ! I I I I
BID FORM
DEaN TAP ROAD IMPROVISES (BASE BI!] TRENCH AN~ SLOPE EXCAVATION - TRENC]~ SA~'~T¥)
PROJECT: FR(~ BELT LINE ROAD TO SANDY LAKE ROAD LOCATION: COPPELL, TF2(kq
IT E M APPROX U N IT ITEM
NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Comp. Prot. w/Slope
1503.1 in Sand'18 ~Clay Cond. A * LF
H= S' - 0
Comp. Prot. w/Slope
1503.2 in Sand ~ Clay Cond. A * LF
It= 10' - 15'
~Comp. Prot. w/Slope
1503.3 in .Sand ~ Clay Cond. A *
H= 15' - 20'
1504.1[SI°pe fi Bench in Clay * LF
Il= 5' - 10'
Slope 8 Bench in Clay
1504.2 257 LF
H = 10' - 15'
1504.3 Slope ~ Bench in Clay * LF
H= 15' ' 20'
1505. l Timber Shoring System * LF
H= S' - 10'
1505.2 Timber Shoring System * LF
H= 10' - 15'
1505.3 Timber Shoring System * LF
H~ 15' - 20'
Sub Total Base B~d Trench F~ Slope Fxcavation - Trench Safety
I
Note:
No quantity has been estimated For this item. Nowever, the Contractor shall Furnish
a unit price For this item in case field conditions require its use.
Sec. 00300
I I I I I I I I I I I I I I I I I I I
BID FORM
DENTON TAP ROAD IMPR~2qTS (ALTERNATE BID TRENCH ANB SLOPE EXCAVATION - TRENCH SAFELY)
LOCAT ION:
ITEM DESCRIPTION APPROX. UNIT UNIT ITEM
NO QUANTITY PRICE UNIT PRICE WRITTEN P~ICE
Contr. Prop. Alt.
1506. l Shoring Method ** LF
H= S' 10'
Contr. Prop. Alt.
1S06.2 Shoring Method *~ LF
H= 10' - 15'
Contr. prop. Alt.
1S06.~ Shoring Method
H= 1S' 20' ** LF
Sub Total Alternate Bid Trench and Slope Fxcavation - ~rench Safety
Note:
Contractor shall include estimated quantity for this alternate bid item in his bid proposal.
Sec. 00300
I I I I I I I I I I I I I I I I I I
BID FORM
DENTON TAP ROAD I~PROVEMEMrs {MINE CREEK BRIDGE)
PROJECT: ~(:~ BELT LINE ROAD TO SANDY LAKE ROAD LOCATIONiCOPPELL, TEXA~
IT E M APPROX, U N IT 'ITEM
NO DESCRIPTION OUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Unclassified Structural
400 Elevation 1S2.0 CY
416 18" Dia. Drilled Shaft 238.4 LF
416 30" Dia. Drilled Shaft S48.2 LF
421 Abutment Conc. [Class C~ 106.0 CY
421 Bent Conc. {Class C) 100.6 CY
421 Slab Conc. {Class S) 567.6 CY
App. Slab Conc.
421 {Class A) 238.3 CY
425 Type C Prestressed
2,436.0 LF
Beams
428 Conc. Surface Treatment 1,940.8 ST
Sec. 00300
23
I I I I I I I I I I I I I I ! I I I I
BID FORM
DENTON TAP ROAD IMPR~S (GRAPEVINE, CREEK BRIIXTE,)
PROJECT: FROM BELT LINE ROAD TO SANDY LAKE LOCATION: COPPELL, TEXAq
ITEM DE SCRIPTION APPROX. U N IT tTEM
NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
432 Concrete Rip .Rap (RR 8) 577.2 CY
Elastomeric Bearing
435 Pads 72.0 FA
440 Reinforcing Steel 181,168.0 LB
442 Steel Armor Joint, HYC 9,864.0 LB
450 "C-201" Railing 904.0 LF
450.1 Rip Rap Handrail 121.0 LF
496 Removing Old Structures 1.0 FA
540 Metal Beam Guard Fence 387 LF
540.1 Terminal-Anchor Section 4 FA
Sec. 00300
24
I ! I I I I I I I I I I I ! I I I I I
BID FORM
DENTON TAP ROAD IMPROV~EMrs' (GRAPEVINE CREEK BRIDGE)
PROJECT: FROM BELT LINE ROAD TO SANDY LAKE ROAD LOCATION: COPPELL, TEXAS
ITEM APPROX. UNIT iTEM
NO DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
Temp. Ret. Wall at
S95 Grapevine Creek Bridge 525 LF
611.1 Bridge Lighting 1 LS
* Alternate Decorative
540.2 Concrete Bridge Rail 904 LF
* De not include in Sub Total Sub Total Base Bid Bridge
Base Bid Bridge
Sec. 00300
?g
BID SUMMARY
BASE BID $ L~NE PAVEMENT:
Sub Total Base Bid 6 Lane Paving
(Sec. 00300 page 7)
Sub Total Drainage
(Sec. 00300 page 19)
Sub Total Base Bid Trench and
Slope Excavation - Trench Safety
(Sec. 00300 page 21)
Sub Total Base Bid Bridge (Sec. 00300 page 25)
$
$
$
$
$
$
$
$
$
$
TOTAL BASE BID (6 LANE)
ALTERNATE BID 4 LANE PAVEMENT:
Sub Total Alternate Bid
4 Lane Paving
(Sec. 00300 page 12)
Sub Total Drainage
(Sec. 00300 page 19)
Sub Total Base Bid Trench and
Slope Excavation - Trench Safety
(Sec. 00300 page 21)
Sub Total Base Bid Bridge
(Sec. 00300 page 25)
TOTAL ALTERNATE BID (4 LANE)
Sec. 00300
26
The above unit prices shall include all labor, materials,
overhead, profit, insurance, etc., to cover the finished work of
the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject
any or all bids and to waive any informalities in the bidding.
BIDDER also understands that a unit price must be included in his
bid for each item shown on the Bid Forms included herewith, with
the exception of the BIDDER proposed alternate Trench and Slope
Excavation - Trench Safety bid items (1506.1, 1506.2, and
1506.3). Consideration for selection of the successful
BIDDER will be as follows:
Either Total Base Bid (6-lane) or Total Alternate Bid (4-
lane), both including Drainage and Base Bid Trench and Slope
Excavation - Trench Safety bid items.
The BIDDER agrees that this bid shall be good and may not be
withdrawn for a period of ninety (90) calendar days after the
scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid,
BIDDER will execute the formal Contract attached within ten (10)
days and deliver a Surety Bond or Bonds as required by the General
Conditions. The Bid Security attached in the sum of
($ )
is to become the property of the OWNER in the event the Contract
and Bond are not executed within the time above set forth, as
liquidated damages for the delay and additional expense to the
OWNER caused thereby.
Respectfully submitted,
(Firm)
By:
Title:
(Business Address)
(Telephone Number)
(SEAL-if bid is by a
corporation)
END OF PROPOSAL
Sec. 00300
27
SECTION 00400 - BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
the undersigned,
as Principal, and
as Surety, are hereby held and firmly bound unto
as Owner in the
penal sum of
for payment of which, well and truly to
jointly and severally bind ourselves, our
administrators, successors and assigns.
SIGNED, this day of
be made, we hereby
heirs, executors,
, 19 .
The Condition
of the above obligation is such that whereas
the Principal has submitted to a
certain Bid, attached hereto and hereby made a part hereof to
enter into a contract in writing, for the
NOW, THEREFORE,
a. If said Bid shall be rejected, or in the alternate,
If said Bid shall be accepted and the Principal
shall execute and deliver a contract in the Form
of Contract attached hereto (Properly completed in
accordance with said Bid) and shall furnish a bond
for the payment of all persons performing labor or
furnishing materials in connection therewith, and
shall in all other respects perform the agreement
created by the acceptance of said Bid,
then this obligation shall be void, otherwise and same shall
remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
Sec. 00400
-- 1
The Surety, for value received, hereby stipulates and agrees
that the obligations of said Surety and its bond shall be in no
way impaired or affected by any extension of the time within
which the Owner may accept such Bid; and said Surety does
hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have
hereunto set their hands and seals, and such of them as are
corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers,
the day and year first set forth above.
Principal
(L.S.)
Surety
Date:
By:
IMPORTANT - Surety companies executing bonds must appear
on the Treasury Department's most current list
(Circular 570, as amended) and be authorized to
transact business in the state where the project
is located.
END OF SECTION
Sec. 00400
-- 2
TABLE OF CONTENTS
FOR
GENERAL CONDmON$ OF AGREEMENT
1. Definition of Terms Page
G-1
1.01 Owner, Contractor and Engineer .............
G-1
1.02 Contract Document- ............
G-1
1 03 Sub-Contractor .....
G-1
1.04 Written Notice .....................
G-1
1.05 Work ...........................
G-1
1.0~ Extra Work .........................
1.07 Working Day .......................... G-1
G-1
1.08 Calendar Day ....................
G-1
1.09 Substantially Completed ....................
2.01
2.02
2.03
2.04
2.05
2.06
2.07
2.08
2.09
2.10
2.11
2.12
2.13
2.14
.2.15
3.01
8.02
3.03
8.05
8.07
a.08
2. Responsibilities of the Engineer and the Contractor
Owner-Engineer Relationship ............... G-2
. . G-2
Professional Inspection by Engineer .............
G-2
Payment- for Work ......................
G-2
Initial Determinations .......................
G-2
Objections ............................
G-2
Li.es and Grades .............
Contractor's Duty and Superintendence . . .
Contractor's Understanding...
Character of Workmen
Contractor's Buildings . .
Sanitation .....
Shop Drawings . .
Preliminary Approval . . .
Defects and Their Remedies
Changes and Alterations . .
3. General Obligations and Responsibilities
Keeping of Plans and Specifications Accessible
Ownership of Drawings ....
Adequacy of Design .....
Right of Entry .........
Collateral Contracts .......
Discrepancies and Omissions .....
Equipment, Materials and Construction Plant .
Damages .........
G-2
G-3
G-3
G-3
G-4
G-4
G-4
G-4
G-5
G-5
G-5
G-5
G-5
G-5
0-5
G-5
0-6
3.09
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
3.18
3.18.1
Protection Against Accident to Employees and the Public ............
Performance and Payment Bonds .........................
Losses from Natural Causes ............................
Protection of Adjoining Property .........................
Protection Against Claims of Sub-Contractors, Etc .................
Protection Against Royalties or Patented Invention ................
Laws and Ordinances ...............................
Assignment and Subletting ............................
Indemnification .................................
Contractor's Liability Insurance .........................
Certificate of Insurance .............................
4. Prosecution and Pro~'ess
4.01 Time and Order of Completion ..........................
4.02 Extension of Time ................................
4.03 Hindrances and Delays ..............................
5. Measurement and Payment
5.01 Quantities and Measurements ...........................
5.02 Estimated Quantities ...............................
5.03 Price of Work ...................................
5.04 Partial Payment ................................
5.05 Use of Completed Portions ..........................
5.06 Final Completion and Acceptance ......................
5.07 Final Payment ................................
5.08 Payments Withheld ..............................
5.09 Delayed Payments ..............................
6. Extra Work and Claims
6.01 Change Orders ...................................
6.02 Minor Changes ..................................
6.03 Extra Work ....................................
6.04 Time of Filing Claims ..............................
6.05 Arbitration .....................................
7. Abandonment of Contract
7.01 Abandonment by Contractor ...........................
7.02 Abandonment by Owner .............................
G.6
0-6
0-6
G-6
G-6
G-7
G-7
G-7
G.7
0-8
G-9
G-9
G-9
G-9
G-9
G-10
G.10
G-10
G.10
G-10
G-11
G,11
G-11
G-11
G.12
G-12
G.13
G-14
GENERAL CONDITIONS OF AGREEMENT
1. DEFINITIONS OF TERMS
1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and
the ENGINEER are those persons or organizations identified es such in the Agreement and are
referred to throughout the Contract Documents as if singular in number and masculine in gender.
The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGI-
NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the
Contract Documents shall create any contractual or agency relationship between the ENGINEER
and the CONTRACTOR.
1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to
Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed
Agreement, Performance and Payment Bonds (when required), Special Bonds (when required),
General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof
incorporated in any of the documents before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict between any of the Contract Documents, priority
of interpretation shall be in the following order: Signed Agreement, Performance and Payment
Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors,
Technical Specifications, Plans, and General Conditions of Agreement.
1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only'
those having a direct contract with the CONTRACTOR and it includes one who furnishes material
worked to a special design according to the plans or specifications of this work, but does not
include one who merely furnishes material not so worked.
1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if
delivered in oerson to the individual or to a member of the firm or to an officer of the corporation
for whom it is intended, or if delivered at or sent by registered, mail to the last busines~ address
known to him who gives the notice.
1.05 WORK. The CONTRACTOR shall provide and pay for all materials, supplies, machin-
ery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel,
transportation and other facilities necessary for the execution and completion of the work covered
by the contract 'documents. Unles~ otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required,
furnish satisfactory evidence as to the kind and quality of materials. Material~ or work described
in words which so applied have a well known technical or trade meaning shall be held to refer to
such recognized standards.
1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall be understood
to mean and include all work that may be required by the ENGINEER or OWNER to be done by
the CONTRACTOR to accomplish any change, alteration or addition to the work shown upon the
plans, or reasonably implied by the specifications, and not covered by the CONTRACTOR'S
Proposal, except ns provided under "Changes and Alterations", herein.
1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays,
Sundays or any legal holidays, in which weather or other conditions, not under the control of
the CONTRACTOR, will permit construction of the principal units of the work for a period of
not less than seven (7) hours between 7:00 a.m. and 6:00 p.m.
1.08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being
excepted.
1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant
that the structure has been made suitable for use or occupancy or the facility is in condition to
s~rve its intended purpose, ~ut still may require minor miscellaneous work and adjustment.
2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR
2.01 OWNER-ENGINEER RELATIONSHIP. The I~NGINEER will be the OWNER'S
representative during construction. The duties, responsibilities and limitations of authority of the
ENGINEER as the OWNER'S representative during construction are as set forth in the Contract
Documents and shall not be extended or limited without written consent of the OWNER and
ENGINEER. The ENGINEER will advise and consult with the OWNER, and all of OWNER'S
instructions to the CONTRACTOR shall be issued through the ENGINEER.
2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make
periodic visits to the site to familiarize himself generally with the progress of the executed work
and to determine if such work generally meets the essential performance and design features and
the technical and functional engineering requirements of the Contract Documents; provided and
except, however, that the ENGINEER shall not be responsible for making an~' detailed, exhaus.
t~ve, comprehensive or continuous on-site inspection of the quality or quantity of the work or be in
any way responsible, directly or indirectly, for the construction means, methods, techniques, se-
quences, quality, procedures, programs, safety precautions or lack of same incident thereto or in
connection therewith. Notwithstanding any other provision of this agreement or any other Contract
Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors,
omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S
or subcontractor's agents, servants or employees or any other person, firm or corporation perform.
lng or attempting to perform any of the work.
2.03 PAYMENTS FOR WORK. The ENGINEER shall review CONTRACTOR'S applications
for payment and supporting data, determine the amount owed to the CONTRACTOR and approve,
in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC-
TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the
work has progressed, to the point indicated to the best of his knowledge, information and belief,
but such approva, l of an application for payment to CONTRACTOR shall not be deemed as a
representatio~ by ENGINEER that ENGINEER has made any examination to determine how or
for what purpose CONTRACTOR has used the moneys paid on account of the Contract price.
2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all claims,
disputes and other matters in question between the CONTRACTOR and the OWNER relating to
the execution or progress of the work or the interpretation of the Contract Documents and the
ENGINEER'S decision shall be rendered in writing within a reasonable time. Should the ENGI-
NEER fail to make such decision within a reasonable time, appeal to arbitration may be taken
as if his decision had been rendered against the party appealing.
2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract,
either party may file with the ENGINEER within thirty days his written objection to the decision,
and by such action may reserve the right to submit the question so raised to arbitration as
hereinafter provided.
2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be
furnished by the ENGINEER or his representative. Whenever necessary, construction work shall
be suspended to permit performance of this work, but such suspension will be as brief as practicable
and the CONTRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR
shall give the ENGINEER ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in case of careless
destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the
CONTRACTOR'S expense.
2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give
adequate attention to the faithful prosecution and completion of this contract and shall keep on
the work, during its progress, a competent superintendent and any necessary assistants. The
superintendent shall represent the CONTRACTOR in his absence and all directions given to him
shall be as binding as if given to the CONTRACTOR.
The CONTRACTOR is and at all times shall remain an independent contractor, golely
responsible for the manner and method of completing his work under this contract, with full
power and authority to select the means, method and manner of performing such work, go long as
such methods do not adversely affect the completed improvements, the OWNER and ENGINEER
being interested only in the result obtained and conformity of such completed improvements to
the plans, specifications and contract.
Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ-
ecs and other persons, as well as for the protection of the safety of the improvements being erected
and the property of himself or any other person, as a result of his operations hereunder. Engineer-
ing construction drawings and specifications as well as any additional information concerning the
work to be performed passing from or through the ENGINEER shall not be interpreted as
requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of
such drawings, specifications and any other such instructions being to define with particularity the
agreement of the parties as to the work the CONTRACTOR is to perform. CONTRACTOR shall be
fully and completely liable, at his own expense, for design, construction, installation and use, or
non-use, of all items and methods incident to performance of the contract, and for all loss, damage
or injury incident thereto, either to person or property, including, without limitation, the adequacy
of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precau-
tions or devices, and similar items or devices used by him during construction.
Any review of work in process, or any visit or observation during ~:onstruction, or any
clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen-
tative of either of them, whether through personal observation on the project site or by means of
approval of shop drawings for temporary construction or construction processes, or by other means
or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and
nature of work completed or being performed, as measured against the drawings and specifications
constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand
the plans and specifications so that the completed construction work will conform thereto, and
shall in no way relieve the CONTRACTOR from full and complete responsibility for the proper
performance of his work on the project, including but without limitation the propriety .of means
and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs,
plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR
from plans and specifications that may have been in evidence during any such visitation or
observation by the ENGINEER, or any of his representatives, whether called to the CONTP~,C-
TOR'S attention or not shall in no way relieve CONTRACTOR from his responzibility to complete
all work in accordance with said plans and specifications.
2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON-
TRACTOR has, by careful examination, satisfied himself as to the nature and location of the work,
the conformation of the ground, the character, quality and quantity of the materials to be encoun-
tered, the character of equipment and facilities needed preliminary to and during the prosecution of
the work, the general and local conditions, and all other matters which can in any way affect the
work under this contract. No verbal agreement or conversation with any officer, agent or employee
of the OWNER or ENGINEER either before or after the execution of this contract, shall affect or
modify any of the terms or obligations herein contained.
2.09 CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly
and competent men, skillful in the performance of the type of work required under this contract,
to do the work; and agrees that whenever the ENGINEER shall inform him in writing that any man
or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men
shall be discharged from the work and shall not again be employed on the work without the
ENGINEER'S written consent.
2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the
erection of tents or other forms of protection, will be permitted only at such places as the
ENGINEER shall direct, and the sanitary conditions of the 'grounds in or about such structures
shall at all times be maintained in a manner satisfactory to the ENGINEER.
2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work,
properly secluded from public observation, shall be constructed and maintained by the CONTRAC-
TOR in such manner and at such points as shall be approved by the ENGINEER., and their use
shall be strictly enforced.
2.12 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such
promptness as to cause no delay in his own work or in that of any other Contractor, four checked
copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for
the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt-
ness, making desired corrections. The CONTRACTOR shall make any corrections required by the
ENGINEER, file with him two corrected copies and furnish such other copies as may be needed.
The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR
from responsibility for deviations from drawings or specifications, unless he has in writing called
the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him
from responsibility for'errors of any sort in shop drawings or schedules. It shall be the CONTRAC-
TOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on
his ability to perform the required contract work in accordance with the plans and specifications
and within the contract time.
Such review by the ENGINEER shall be for the sole purpose of determining the sufficiency
of said drawings or schedules to result in finished improvements in conformity with the plans and
specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor
as previously set forth, it being expressly understood and agreed that the ENGINEER does not
essume any duty to pass upon the propriety or adequacy of such drawings or schedules, or
any means or methods reflected thereby, in relation to the safety of either person or property
during CONTRACTOR'S performance hereunder.
2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the
obligations of this contract for the furnishing by the CONTRACTOR of good material, and of
his performing good work as herein described, and in full accordance with the plans and specifica-
tions. No failure or omission of the ENGINEER to discover, object to or condemn any defective
work or material shall release the CONTRACTOR from the obligations to fully and .properly
perform the contract, including without limitations, the obligation to at once tear out, remove and
properly replace the same at any time prior to final acceptance upon the discovery of said defective
work or material; provided, however, that the ENGINEER shall, upon request of the CONTRAC-
TOR, inspect and accept or reject any material furnished, and in event the material has been once
accepted by the ENGINEER, such acceptance shall be binding on the OWNER, unless it can be
clearly shown that such material furnished does not meet the specifications for this work.
Any questioned work may be ordered taken up or removed for re-examination, by the
ENGINEER, prior to final acceptance, and if found not in accordance with the specifications for
seid work, all expense of removing, re-examination and replacement shall be borae by the
CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and
shall be paid for by the OWNER; provided that, where inspection or approval is specifically
required by the specifications prior to performance of certain w~rk, should the CONTRACTOR
proceed with such work without requesting prior inspection or approval he shall bear all expense of
taking up, removing, and replacing this work if so directed by the ENGINEER.
2.14 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part
thereof, or any material brought on the site of the work for use in the work or selected for the
same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci-
fications, the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER,
forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in
full accordance with this contract.
2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER
may make such changes and alterations as the OWNER may see fit, in the line, grade, form,
dimensions, plans or materials for the work herein contemplated, or any part thereof, either before
or after the beginning of the construction, without affecting the validity of this contract and the
accompanying Performance and Payment Bonds.
If such changes or alterations diminish the quantity of the work to be done, they shall not
constitute the basis for a claim for damages, or anticipated profits on the work that may be
dispensed with, except as provided for unit price items under Section 5 "Measurement and Pay-
ment.'' If the amount of work is increased, and the work can fairly be classified under the speci-
fications, such increase shall be paid for according to the quantity actually done and at the unit
price, if any, established for such work under this contract, except as provided for unit price
items under Section 5 "Measurement and Payment;" otberwise, such additional work shall be paid
for as provided under Extra Work. In case the OWNER shall make such changes or alterations as
shall make useless any work already done or material already furnished or used in said work,
then the OWNER shall recompense the CONTRACTOR for any material or labor so used,
and for any actual loss occasioned by such change, due to actual expenses incurred in preparation
for the work as originally planned.
3. GENERAL OBLIGATIONS AND RESPONSIBILITIES
3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall
furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and
specifications without expense to him, and the CONTRACTOR shall keep one copy of the sa. ~e
constantly accessible on the work, with the latest revisions noted thereon.
3.02 OWNERSHIP OF DRAWINGS. All drawings, specific~tio~s and copies thereof furnished
by the ENGINEER shall not be reused on other work, and, with the exception of the signed
contract sets, are to be returned to him on request, at the completion of the work. All models are
the property of the OWNER.
3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed
competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for
the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and
the practicability of the operations of the completed project; provided the CONTRACTOR has
complied with the requirements of the seid Contract Documents, all approved modifications
thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of
proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the
said requirements of the Contract Documents, approved modifications thereof and all approved
additions and alterations thereto.
3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location
on which the works herein contracted for are to be constructed or installed, by such agent or agents
as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or
installing such collateral work as said OWNER may desire.
3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or
otherwise, all labor and material essential to the completion of the work specifically excluded from
this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC-
TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents.
3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this
contract that alt work must be done and all material must be furnished in accordance with the
generally accepted practice, and in the event of any discrepancies between the separate contract
documents, the priority of interpretation defined under "Contract Documents" shall govern. In
the event that there is still any doubt as to the meaning and intent of any portion of the contract,
specifications or drawings, the ENGINEER shall define which is intended to apply to the work.
3.07 EQUIPMENT, MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR
shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction,
and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not
paid for such work, until the entire work is completed and accepted.
3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the comple-
tion of the work by the act, neglect, omission, mistake or default of the OWNER, or of the
ENGINEER. or of any other CONTRACTOR employed by the OWNER upon the work. thereby
causing loss to the CONTRACTOR, the OWNER agrees that he will reimburse the CONTRACTOR
for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence,
omission, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably
delay the progres~ of the work being done by others on the job so as to cause loss for which the
OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss.
3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The
CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and
others on or near the work and shall comply with all applicable provisions of Federal, State, and
Municipal safety laws and building and construction codes. All machinery and equipment and
other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of the Associated General Contractors of America except where incompatible with
Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery
guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions
actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at
his discretion as an independent contractor.
3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further
agreed by the parties to this Contract that the CONTRACTOR will execute separate performance
and payment bonds, each in the sum of one hundred (100) percent of the total contract price, in
standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment
of any guarantees required, and further guaranteeing payment to all persons supplying labor and
materials or furnishing him any equipment in the execution of the Contract, and it is agreed that
this Contract shall not be in effect until such performance and payment bonds are furnished and
approved by the OWNER.
Unless otherwise approved in writing by the OWNER, the surety company underwriting the
bonds shall be acceptable according to the latest list of companies holding certificates of authority
from the Secretary of the Treasury of the United States.
Unless otherwise specified, the cost of 'the premium for the performance and payment bonds
shall be included in the CONTRACTOR'S proposal.
3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to
the CONTRACTOR arising out of the nature of the work to be done, or from the action of the
elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be
sustained and borne by the CONTRACTOR at his own cost and expense.
3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take
proper means to protect the adjacent or adjoining property or properties in any way encountered,
which might be injured or seriously affected by any process of construction to be undertaken under
this Agreement, from any damage or injury by reason of said process of construction; and he shall
be liable for any and all claims for such damage on account of his failure to fully protect all
adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OWNER
and ENGINEER against any claim or claims for damages due to any injury to any adjacent or
adjoining property, arising or growing out of the performance of the contract; but any such
indemnity shall not apply to any claim of any kind arising out of the existence or character
of the work.
3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER-
IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC-
TOR agrees that he will indemnify and save the OWNER and ENGINEER harmless from all claims
growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, materialmen
and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including
commissary, incurred in the furtherance of the performance of this contract. When so desired by
the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails
so to do, then the OWNER may st the option of the CONTRACTOR either pay directly any
unpaid bills, of which the OWNER has written notice, or withhold from the CONTRACTOR'S
unpaid compensation a sum of money deemed reasonsbly sufficient to liquidate any and all such
lawful claims until satisfactory ,evidence is furnished that all liabilities have been fully discharged,
whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms
of this contract, but in no event shall the provisions of this ~ntence be construed to impose any
obligation upon the OWNER by either the CONTRACTOR or his Surety.
3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CON.
TRACTOR shall pay all royalties and liceme fees, and shall provide for the u~ of any d~ign,
device, material or process covered by letters patent or copyright by suitable legal ~eement
with the patentee or owner. The CONTRACTOR shall defend ali suits or claims for infringement of
any patent or copyright rights and shall indemnify and save the OWNER and ENGINEER harmlaas
from any loss on account thereof, except that the OWNER shall defend all such suits and claims
and shall be responsible for all such loss when a particular design, device, material or proce~ or
the product of a particular manufacturer or manufacturers is spec!fled or required by the ~)WNER;
provided, however, if choice of alternate design, device, material or process is allowed to the
CONTRACTOR, then CONTRACTOR shall indemnify and asve OWNER harmless from any loss
on account thereof. If rue material or process specified or required by the OWNER is an infringe-
ment, the CONTRACTOR shall be responsible for such loss unless he promptly gives such
information to the OWNER.
3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at all timas observe and comply
with all Federal, State and local laws, ordinances and regulations, which in any manner affect the
contract or the work, and shall indemnify and save harmless the OWNER and ENGINEER against
any claim arising from the violation of any such laws, ordinances, and regulatinns whether by the
CONTRACTOR or his employees, except wl~ere such violations are called for by the provisions
of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are
at variance therewith, he shall promptly notify the ENGINEER in writing, and ~ny necessary
changes shall be adjusted as provided in the contract for changes in the work. If the CONTRAC-
TOR performs any work knowing it to be contrary to such laws, ordinances, rulas and regulations,
and without such notice to the ENGINEER, he shall bear all costs ~rising therefrom. In case the
OWNER is a body politic and corporate, the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the
OWNER may enter into contract, shall be controlling, and ~hall be considered as part of this
contract, to the same effect as though embodied herein.
3.1/; ASSIGNMENT AND SUBLETTING. The CONTRACTOR further Mrees that he will
retain personal control and will g/ye his personal attention to the fulfillment of this contract and
that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the
written consent of the ENGINEER, and that no part or feature of the work will be sublet to
anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further ~grees
that the subletting of any portion or feature of the work, or materials required in the performance
of this contract, shall not relieve the CONTttACTOR from his full obligstions to the OWNER, as
provided by this Agreement.
3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmle~
the OWNER and the ENGINEER and their respective officers, agents and employees, from and
against all damages, claims, losses, demands, suits, judgments and costs, including reasonable
attorneys' fees and expenses, arising out of or resulting from the performance of the work,
provided that any such damages, claim, loss, demand, suit, judgment, cost or expense:
Is attributable to bodily injury, sickness, disease or death or to injury
to or destruction of tangible property (other than the work itself)
including the loss of use resulting therefrom; and,
(2)
Is caused in whole or in part by any negligent act or omission of the
Contractor, any Subcontractor, anyone directly or indirectly employed
by any one of them or anyone for whose acts any of them may be
liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability
of the ENGINEER, his agents or employees arising out of the preparation or approval of mal~,
drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the
failure to give directions or instructions by the ENGINEER, his agents or employees, provided
such giving or failure to give is the primary cause of the injury or damage.
3.18 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and
keep in force such insurance as will protect him from claims set forth below which may arise out
of or result from the CONTRACTOR'S operations under the Contract, whether such operations
be by himself or b~ any Subcontractor or by anyone directly or indirectly employed by any of
them, or by anyone for whose acts any of them may be liable:
(1) Workmen', ~ompensation claims, disability benefits and other similar
employee benefit acts;
(2)
Claims for damages because of bodily injury, occupational sickness or
disease, or death of his employees, and claims insured by usual bodily
injury liability coverages;
Claims for damages because of bodily injury, sickness or disease, or death
of any person other than his employees, and claimi insured by usual
bodily injury liability coverages; and
(4) Claims for damages because of injury to or destruction of tangible
property, including loss of use resulting therefrom.
3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC-
TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and the
ENGINEER. Such Certificates shall contain a provision that coverages afforded under the policies
will not be cancelled until at least fifteen days' prior written notice has been given to the OWNER.
The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering
all sub-contractors.
4. PROSECUTION AND PROGRESS
4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract,
unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute
his work at such times and seasons, in such order of precedence, and in such manner as shall be
most conducive to economy of construction: provided, however, that the order and the time of
prosecution shall be such that the work shall be substantially completed as a whole and in part, in
accordance with this contract, the plans and specifications, and within the time of completion
designated in the Proposal; provided, also, that when the OWNER is having other work done, either
by contract or by his own force, the ENGINEER may direct the time and manner of constructing
the work done under this contract, so that conflict will be avoided and the construction of the
various Works being done for the OWNER shall be harmonized.
The CONTRACTOR shall submit, at such times as may reasonably be requested by the
ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to
carry on the work, with dates at which the CONTRACTOR will start the several parts of the work,
and estimated dates of completion of the several parts.
G-8 o., ,.,- ,.,,.- ,~
?. 4;02 1 EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion
of the work 4)y any act or neglect of the OWNER or ENGINEER, or of any employee of either,
or by other contractors employed by the OWNER, or by changes ordered in the work, or by
atrikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes
beyond the CONTRACTOR'S control, or by any cause which the ENGINEER shall decide justifies
the-delay, then an exter~ion .of time shall be allowed for completing the .work, sufficient to
compensate for the delay, the amnunt'of the extension to be determined bY the ENGINEER,
provided, however, that the CONTRACTOR shall give the ENGINEER prompt notice in writing
of the cause of such delay.
· . 4.03 HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for
damages resulting from hindrances or delays from any cause (except where the work is stopped by
Order of the OWNER) during the progress of any portion of the work embraced in this contract.
In' ca~e ~aid work shall be stopped by the act of the OWNER, then such expense as in the judgment
of the ENGINEER is caused by such stoppage of said work shall he paid by the OWNER to the
CONTRACTOR.
5. MEASUREMENT AND PAYMENT
· . 5.0i QUANTITIES AND MEASUREMENTS. No extra or customary measurements of
any kind will be allowed, but the actual measured and/or computed length, area, solid contents,
number and weight only shall be considered, unless otherwise specifically provided.
' 5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and
estimate, is intended to show clearly all work to be done and material to be furnished hereunder.
Where the estimated quantities are shown for the various classes of work to be done and material
to b~ furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing the proposals offered for the work.
]t is understood ~nd agreed that the actual amount of work to be done and material to be furnished
under this contract may differ somewhat from these estimates, and that where the basis for
payment under this contract is the unit price method, payment shall be for the actual amount of
such work done and the material furnished.
' Where payment is based on the unit price method, the CONTRACTOR agrees that he will
n~ake no Claim for damages, anticipated profits or otherwise on account of any differences which
t~ay be found between the quantities of work actually done, the material actually furnished
t~nder this contract and the estimated quantities contemplated and contained in the proposal;
~rovided, however, that in case the actual quantity of any maior item should become as much
'as 20% more than, or 20% less than the estimated or contemplated quantity for such items, then
'either party to this Agreement, upon demand, shall be entitled to a revised consideration upon the
portion of the work above or below 20% of the estimated quantity.
~" A "Major Item" Shall be Construed to be any individual bid item incurred in the proposal that
'has a total cost equal to or greater than five (5) per cent of the total contract cost, computed on the
'basis of the proposal quantities and the contract unit prices.
~:~! ~ . .
AnY revised consideration is to be determined by agreement between the parties, otherwise
il~'.y.'{~e term~ of this Agreement, as provided under "Extra Work.".
· '?' '~5'.03 .'PRICE OF WORK. 'In consideration of the furnishing of all the necessary labor,
eqmpment ~,nd material,', and the completion of all work by the CONTRACTOR, and on the
completion of all work and of the delivery of all material embraced in this Contract in full
i~onformity with the specifications and stipulations herein contained, the OWNER agrees to pay
the CONTRACTOR the price~ set forth in the Proposal hereto attached, which has been made a
part of this 'contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing
all material and all labor required for the aforesaid work, also for all expense incurred by him, and
for well and truly performing the same and the whole thereof in the manner and according to
this Agreement.
5.04 PARTIAL PAYMENTS. On Or before the 10th day of each month, the CONTRACTOR
shall prepare and submit to the ENGINEER for approval or modification a statement showing as
completely as practicable the total value of the work done by the CONTRACTOR up to and
including the last day of the preceding month: ~id statement shall also include the value of all
sound materials delivered on the site of the work that are to be fabricated into the work.
The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current
month the total amount of the approved statement, less I0 per cent of the amount thereof,
which 10 per cent shall be retai~led until final payment, and further less all previous payments
and all further sums that may be retained by the OWNER under tile terms of this Agreement.
It is understood, however, that ill case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the
OWNER may--upon written recommendation of tile ENGINEER-pay a reasonable and equitable
portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S
option, may be relieved of the obligation to fu!ly complete the work and, thereupon, the CON-
TRACTOR shall receive payment of the balance due him under the contract subject only to the
conditions stated under "Final Payment."
5.05 USE OF COMPLETED PORTIONS. Tile OWNER shall have tile right to take possession
of and use any completed or partially completed portions of the work, notwithstanding the time
for completing the entire work or such portions may not have expired but such taking possession
and use shall not be deemed an acceptance of any work not completed in accordance with the
Contract Documents. If such prior use increases the cost of or delays the work, the CONTRACTOR
shall be entitled to such extra compensation, or extension of time, or both, as the ENGINEER may
determine.
The CONTRACTOR shall notify the ENGINEER when, in the CONTRACTOR'S opinion,
tile contract is "substantially completed" and when so notifying tile ENGINEER, the CONTRAC-
TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. Tile ENGINEER
will review the CONTRACTOR'S list of unfinished work and will add thereto such items as the
CONTRACTOR has failed to include. The "substantial completion" of tile structure or facility shall
not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or
major nature, and thereby completing the structure or facility in accordance with the Contract
Documents.
5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CON-
TRACTOR has given the ENGINEER written notice that the work has been completed, or
substantially completed, the ENGINEER and tile OWNER shall inspect the work and within
said time, if the work be found to be completed or substantially completed in accordance with
the Contract Documents, tile ENGINEER shall issue to the OWNER and the CONTRACTOR his
Certificate of Completion, and thereupon it shall be the duty of the OWNER within ten (10) days
to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC-
TOR in writing of the reason for non-acceptance.
5.07 FINAL PAYMENT. Upon the issuance of the Certificate of Completion, the ENGI-
NEER shall proceed to make final measurements and prepare final statement of the value of all
work performed and materials furnished under the terms of the Agreement and shall certify same
to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day. and before the
35th day, after the date of the Certificate of Completion, the balance due the CONTRACTOR
under the terms of this Agreement, provided he has fully performed his contractual obligations
under the terms of this contract; and said payment shall become due in any event upon said
performance by the CONTRACTOR. Neither tile Certificate of Acceptance nor the final payment,
nor any provision in thq Contract Documents, shall relieve the CONTRACTOR of the obligation for
fulfillment of any warranty which may be required.
5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently discovered
evidence, withhold or nullify the whole or part of any certificate to such extent as may be
necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating probable filing of claims.
(c) Failure of the CONTRACTOR to make payments properly to sub-
contractors or for material or labor.
(d) Damage to another contractor.
(e) Reasonable doubt that the work can be completed for the unpaid
balance of the contract amount.
(f) Reasonable indication that the work will not be completed within
the contract time.
When the above grounds are removed or the CONTRACTOR provides a Surety Bond
satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment
shall be made for amounts withheld because of them.
5.09 DELAYED PAYMENTS, Should the OWNER fail to make payment to the CONTRAC-
TOR of the sum named in any partial or final statement, when payment is due, then the OWNER
shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest
thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as
provided under "Partial Payments" and "Final Payments," until full/ paid, which shall fully
liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the right
is expressly reserved to the CONTRACTOR in the event payment~ be not promptly made,
as provided under "Partial Payments," to at any time thereafter treat the contract as abandoned
by the OWNER and recover compensation, as provided under "Abandonment of Contract," unless
such payments are withheld in accordance with the provisions of "Payments Withheld."
6. EXTRA WORK AND CLAIMS
6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any
time or from time to time, order additions, deletions or revisions to the work; such changes will
be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER
end the CONTRACTOR. The Change Order shall set forth the basis for any change ir, contract
price, as hereinafter set forth for Extra Work, and any change in contract time which may result
from the change.
In the event the CONTRACTOR shall refuse to execute a Change Order which has been
prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing
instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the
CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as herein-
after provided.
6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not
incons~tent with the overall intent of the Contract Documents and not involving an increase in
Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized
by the ENGINEER involves Extra Work and entitles him to an increase in the Contract Price,
the CONTRACTOR shall make written request to the ENGINEER for a written Field Order.
In such case, the CONTRACTOR by copy of his communication to the ENGINEER or
otherwise in writing shall advise the OWNER of his request to the ENGINEER for a written
Field Order and that the work involved may result in an increase in the Contract Price.
Any request by the CONTRACTOR for a change in Contract Price shall be made prior to
beginning the work covered by the proposed change.
~6.03 EXTRA WORK: It is agreed that the basis of compensation to the CONTRACTOR for
work either added or deleted by a Change Order or for which a claim for Extra Work is made shall
be determined by one or more of the following methods:
Method (A)--By agreed unit prices; or
Method (B)--By agreed lump sum; or
Method (C)--If neither Method (A) nor Method (B) be agreed upon before
the Extra Work is commenced, then the CONTRACTOR shall
be paid the "actual field cost" of the work, plus fifteen (15)
percent.
In the event said Extra Work be performed and paid for under Method (C), then the pro-
visions of this paragraph shall apply and the "actual field cost" is hereby defined to include the
cost to the CONTRACTOR of all workmen, such as foreman, timekeepers, mechanics and
laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time
actually employed or used on such Extra Work, plus actual transportation charges necessarily
incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all
necessary incidental expenses incurred directly on account of such Extra Work, including Social
Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on
Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage
·nd Workmen's Compensation, and all other insurance as may be required by any law or ordinance,
or directed by the OWNER, or by them agreed to. The ENGINEER may direct the form in which
accounts of the "actual field cost" shall be kept and the records of these accounts shall be made
available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the
work commences, .the method of doing the work and the type and kind of machinery and equip-
mznt to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by
using 100 per cent, unlesz otherwise specified, of the latest schedule of Equipment Ownership
Expense adopted by the Associated General Contractors of America. Where practicable the
terms and prices for the use of machinery and equipment shall be incorporated in the Written
Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to be paid the CONTRAC-
TOR shall cover and compensate him for his profit, overhead, general superintendence and field
office expense, and all other elements of cost and expense not embraced within the "actual field
cost" as herein defined, save that where the CONTRACTOR'S Camp or Field Office must be
maintained primarily on account of such Extra Work; then the cost to maintain and operate the
same shall be included in the "actual field cost."
No claim for Extra Work of any kind will be allowed unle~ ordered in writing by the
ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRAC-
TOR to involve Extra Work for which he should receive compensation or an adjustment in the
construction time, he shall make written request to the ENGINEER for written order authorizing
such Extra Work. Should a difference of opinion arise as to what does or does not constitute
Extra Work, or as to the payment therefor, and the ENGINEER insists upon its performance,
'the CONTRACTOR shall proceed with the work after making written request for written order
and shall keep an accurate account of the "actual field cost" thereof, as provided under Method
(C). The CONTRACTOR will thereby preserve the right to submit the matter of payment to
arbitration, as hereinbelow provided.
6.04 TIME OF FILING CLAIMS. It is further agreed by both parties hereto that all
questions of dispute or adjustment presented by the CONTRACTOR shall be in writing and
f'ded with the ENGINEER within thirty (30) days after the ENGINEER has given any directions,
order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER
shall reply within thirty (30) days to such written ~xceptions by the CONTttACTOR and render
his final decision in writing. In case the CONTRACTOR ~hould appeal from the ENGINEER'S
decision, any demand for arbitration shall be filed with the ENGINEER and the OWNER in
writing within ten (10) days afb. er the date of delivery to CONTRACTOR of the ENGINEER'S
fmai decision. It is further agreed that final acceptance of the work by the OWNER and the
acceptance by the CONTRACTOR of the final payment shall be a bar to any claims by either
party, except where noted otherwise in the Contract Documents.
6.05 ARBITRATION. All questions of dispute under, this Agreement shall be submitted
to arbitration at the request of either party to the dispute. The parties may agree upon one
arbiter, otherwise, there shall be three, one named in writing by each party, and the third chosen
G-12
by the two ~rbiters so selected; or if the arbiters fail to select s third within ten (10) days,
he shall be chosen by · District Judge serving the County in which the major portion of the
project is Iocsted, unless otherwise specified. Should the party demanding arbitration fail to
name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the
decision of the ENGINEER shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the ENGINEER shall ·ppoint such arbiter. Should either
party refuse or neglect to supply the arbiters with any papers or information demanded in
writing, the arbiters are empowered by both parties to take ex parte proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both
parties to the contract. The decision of the arbiters upon any question submitted to arbitration
under this contract shall be a condition precedent to any right of legal action. The decision of
the arbiter or arbiters may be filed in court to carry it into effect.
The arbiters, if they deem the case demands it, are authorized to award the party whose
contention is sustained, such sums as they deem proper for the time, expense and trouble incident
to the appeal, and if the appeal was taken without reasonable cause, they may sward damages for
any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise
provided by agreement, and shall ~ssess the cost ·nd charges of the arbitration upon either or both
parties. The award of the arbiters must be made in writing.
7. ABANDONMENT OF CONTRACT
7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon
and fail or refuse to resume work Within ten (10) days after written notification from the OWNER,
or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER,
when such orders are consistent ~with the Contract Documents, then, and in that case, where
performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and
directed to complete the work, and · copy of said notice shall be delivered to the CONTRACTOR.
After receiving said notice of abandonment the CONTRACTOR shall not remove from the
work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under contract for the work, may be held for use on the
work by the OWNER or the Surety on the performance bond, or another contractor in completion
of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when
used in connection with Extra Work, where credit shall be allowed as provided for under Section 6,
Extra Work and Claims), it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
Where there is no performance bond provided or in ease the Surety should fail to commence
compliance with the notice for completion hereinbefore provided for, within ten (10) days after
service of such notice, then the OWNER may provide for completion of the work in either of the
following elective manners:
7.01.1 The OWNER may thereupon employ such force of men and use such machinery,
equipment, tools, materials end supplies as said OWNER may deem necessar~ to complete the
work and charge the expense of such labor, machinery, equipment, tools, materials and supplies
to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out
of such moneys as may be due, or that may thereafter at any time become due to the CONTRAC-
TOR under and by virtue of this Agreement. In case such expense is less than the sum which would
have been payable under this contract, if the same had been completed by the CONTRACTOR,
then said CONTRACTOR shall receive the difference. In case such expense is ~'eater than the sum
which would have been payable under this contract, if the same had been completed by s~id
CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such
excess to the OWNER; or
7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more
times in · newspaper having general circulation in the county of the location of the work, may
let the contract for the completion of the work under substantially the same terms and conditions
which are provided in this contract. In case any increase in cost to the OWNER under the new
contract as compared to what would have been the cost under this contract, such increase shall be
charged to the CONTRACTOR and the Surety shall be and remain bound therefor. However,
should the cost to complete any such new contract prove to be less than what would have been
the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited
therewith. G-13 ® ~ '~ ~ .... · ~
When the work shall have been substantially completed the CONTRACTOR and his Surety
shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06
hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified to
by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR
and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER as the case may
be, shall pay the balance due as reflected by said statement, within fifteen (15) days after the date
of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work is less
than that which would have been the cost to the OWNER had the work been completed by the
CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety
shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment,
tools, materials or supplies left on the site of the work shall be turned over to the CONTRACTOR
and/or his Surety. Should the cost to complete the work exceed the contract price, and the
CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies
on the site of the work, notice thereof, together with an itemized list of such equipment and
materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses
designated in this contract, provided, however, that actual written notice given in any manner will
satisfy this condition. After mailing, or other giving of such notice, such property shall be held at
the risk of the CONTRACTOR and his Surety subject only to the duty of the OV~,NER to exercise
ordinary care to protect such property. After fifteen (15) days from the date of said notice the
OWNER may sell such machinery, equipment, tools, materials or supplies and apply the net sum
derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made
at either public o~ private sale, with or without notice, as the OWNER may elect. The O~,.NER
shall release any machinery, equipment, tools,' materials, or supplies, which remain on the work,
and belong to persons other than the CONTRACTOR or his Surety, to their proper owners.
The books on all operations provided herein shall be open to the CONTRACTOR and his Surety.
7.02 ABANDONMENT BY OWNER. In case the OWNER shall fail to comply with the
terms of this contract, and should fail or refuse to comply with said terms within ten (10) days
after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or
wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and
all materials on the site of work that have not been included in payments to the CONTRACTOR
and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate
of the total amount earned by the CONTRACTOR, which estimate shall include the value of all
work actually completed by said CONTRACTOR (at the prices stated in ~he attached proposal
where unit prices are used), the value of all partially completed work at a fair and equitable
price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the
CONTRACTOR to carry the whole work to completion and which cannot be utilized. The
ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting
from the above estimate all previous payments by the OWNER and all other sums that may be
retained by the OWNER under the terms of this Aereement and shall certify same to the OWNER
who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification
by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR,
under the terms of this Agreement.
STANDARD FORM OF AGREEMENT
As Adopted By
THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS
October 7, 1971
Revised November 17, 1928
Revised April 15, 1932
Revised October 27, 1934
Revised October 19, 1945
Revised April 8, 1954
Revised April 21, 1960
Revised October 7, 1971
Approved as to Legal Form by
Legal Counsel
STATE OF TEXAS
COUNTY OF
THIS AGREEMENT, made and entered into this
A. D. 19 , by and between
day of.
of the County of
and State of Texas, acting through
Party of the First Part, hereinafter termed OWNER, and
.thereunto duly authorized so to do,
of the City of. ., County of.
and State of , Party of the Second Part, hereinafter termed
CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements herein-
after ~nentioned, to be made and performed by the Party of the First Part (OWNER), and under
the conditions expressed in the bond bearing even date herewith, the said Party of the Second
Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to
commence and complete the construction of certain improvements described as follows:
and all extra work in connection therewith, under the terms as stated in the General Conditions
of the Agreement and at his (or their) own proper cost and expense to furnish all the materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories
and services necessary to complete the said construction, in accordance with ~che conditions and
prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors,
General and Special Conditions of Agreement, Plans and other drawings and printed or written
explanatory matter thereof, and the Specifications and addenda therefor, as prepared by.--
herein entitled the ENGINEER. each of which has been identified by the CONTRACTOR and
the ENGINEER. together with the CONTRACTOR'S written Proposal. the General Conditions
of the Agreement. and the Perf, rmance and Payment Bonds hereto attached; all of which are made
a part hereof and collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within ten (10) days after the date
written notice to do so shall have been given to him, and to substantially complete the same
calendar days
within working days after the date of the written notice to commence work, subject
to such extensions of time as are provided by the General and Special Conditions.
THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in
the preposal, which forms a part of this contract, such payments to be subject to the General
and Special Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in
the year and day first above written.
P&r~y of the First Part (OWNER)
A~rEST:
Party of the Second Part, CONTRACTOR)
By:
ATTEST:
SF-2
I~ERFORMANCE BOND
STATE OF TEXAS
COUNTY OF
KNOW ALL MEN BY THESE PRESENTS: That
of the City of.
County of , and State of~
principal, and
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto (Owner),
in the penal sum of Dollars ($ .)
for the payment whereof, the said Principal and Surety bind themselves, and their heirs,
administrators, executors, successors and asalgus, jointly and severally, by these presents:
WHEREAS, the l°rincipa] has entered into a certain written contract with the Owner,
dated the day of ,19__, to
which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully
observe and perform all and singular the covenants, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans and Specifications hereto annexed,
then this obligation shall be void; otherwise to remain in full force and effect;
"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article
5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as
~,nended and all liabilities on this bond shall be determined in accordance with the provisions of
said Article to the same extent as if it were copied at length herein."
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci-
fications, or drawings accompanying the same, shall in anyway affect its obligation on this
*Not applicable for federal work. See '"I'he Miller Act," 40 U.S.C. S270.
bond, and it does hereby waive notice of any such change, extension of time. ~ltemtion or ~ddltion
to the terms of the contract, or to the work to be performed thereunder.
I~ WITNESS WHEREOF, the said Princil~ ~nd Surety have si~ned and sealed this instru-
ment this day of. ., 19 .
Prin¢lpll
]~y By.
Title_ Title
Address Address
The name and address of the Resident Agent of Surety is:
PB-2
PAYMENT BOND
STATE OF TEXAS
COUNTY OF.__
KNOW ALL MEN BY THESE PRESENTS: That_
of the City of
County of , and State of , as
principal, and
authorized under the laws of the State of Texas to act as surety on bonds for principals, are held
and firmly bound unto (Owner),
in the penal sum of Dollars ($ )
for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis-
trators, executors, successors and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner,
dated the day of_ , 19__, to
which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a subcontractor
in the prosecution of the work provided for in said contract, then, this obligation shall be void;
otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of
the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings accompanying th~ same, shall in anywise affect its obligation on this
bond, and it does hereby waive notice of any such change, extension of time, alteration or addition
to the terms of the contract, or to the work to be performed thereunder.
LN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instru-
ment this day of. , 19 .
Principal Surety
By -._ By.
Title Title
Address__ Address
The name and address of the Resident Agent of Surety is:
PB-4
SECTION 00630 - CERTIFICATE OF INSURANCE
After award of contract, Contractor will
Certificate of Insurance which will be
here with final documents.
provide Owner with
executed and bound
Sec. 00630
1
SECTION 00650 - SPECIAL CONDITIONS
1.1 INDEX TO SPECIAL CONDITIONS
PARAGRAPH
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10
1.11
1.12
1.13
1.14
1.15
1.16
1.17
1.18
1.19
1.20
1.21
1.22
1.23
GENERAL
DEFINITION OF TERMS
MODIFICATIONS OF GENERAL CONDITIONS
OF AGREEMENT
coNTRACT EXECUTION & ISSUANCE OF
WORK ORDER
STATE & CITY SALES TAX
EXISTING STRUCTURES
PROTECTION & RESTORATION OF PROPERTY
REFERENCE SPECIFICATIONS
SUBSURFACE CONDITIONS
SERVICE OF MANUFACTURER'S
REPRESENTATIVE
PLANS AND SPECIFICATIONS AVAILABILITY
SUBCONTRACTORS
CONTRACTOR'S RESPONSIBILITY FOR
UTILITIES & SERVICES
MANUFACTURER'S DIRECTIONS
SANITARY FACILITIES
GUARANTEE OF WORK
FINAL INSPECTION
PERMITS & LICENSES
NOTICE OF REQUIREMENT FOR CERTIFICATION
OF NON-SEGREGATED FACILITIES
TESTING
COORDINATION WITH THE RAILROAD
SUGGESTED SEQUENCE OF CONSTRUCTION
00650-1
00650-1-3
00650-3-9
00650-10
00650-10
00650-10
00650-11
00650-11-12
00650-12
00650-12
00650-12
00650-12
00650-13
00650-13
00650-13
00650-13
00650-14
00650-14
00650-14
00650-14
00650-14
00650-15
SECTION 00650 - SPECIAL CONDITIONS
1.24 TEXAS STATE DEPARTMENT OF HIGHWAYS AND
PUBLIC TRANSPORTATION SPECIFICATIONS
1.25 GENERAL NOTES
Page 2
00650-15
00650-15-17
SECTION 00650 - SPECIAL CONDITIONS
1.2 GENEP~_L
These Special Conditions supplement, modify, change,
delete from and/or add to the Specifications and the
"General Conditions of Agreement". Where any Article of
the General Conditions is modified or any Paragraph,
subparagraph or Clause thereof is modified or deleted by
these supplements, the unaltered provisions of that Arti-
cle, Paragraph, Subparagraph or Clause shall remain
in effect.
1.3 DEFINITION OF TERMS
Wherever the words, forms or phrases defined herein or
pronouns used in their place occur in these Specifications,
in the Contract, in the Bonds, in the advertisement, or any
other document or instrument herein contemplated, or to which
these Specifications apply or may apply, the intent and
meaning shall be interpreted as follows:
Owners Wherever the word "OWNER" is used in the
Specifications and the Contract Documents, it shall be
understood as referring to the City of Coppell.
Ce
Engineers Wherever the word "ENGINEER" is
Specifications and the Contract Documents,
understood as referring to Ginn, Inc.; 17103
Suite 100, LB 118, Dallas, Texas 75248.
used in the
it shall be
Preston Rd.,
~dvertlsement~ Ail of the legal publications pertaining
to the work contemplated or under Contract.
Bidders Any person, persons, partnership, company, firm,
association, or corporation acting directly or through a
duly authorized representative submitting a Proposal for
the work contemplated.
Contract: The written agreement covering the performance
of the work. The Contract includes the advertisement,
Proposal, Specifications, including special provisions,
Plans or working drawings and any supplemental changes or
agreements pertaining to the work or materials therefore,
and bonds.
Contractors The person, persons, partnership, company,
firm, association, or corporation entering into Contract
for the execution of the work, acting directly or through
a duly authorized representative.
Sec. 00650
1
G. Payment Bond= The approved form of security furnished by
the Contractor and his surety as a guaranty for the
protection of all claimants supplying labor and material
in the prosecution of the work provided for in this
Contract; said security shall be in accordance with the
provisions of Article 5160, Revised civil statutes of
Texas, as amended by Acts of the Regular Session of the
Legislature, 1959.
H. Performance Bond~ The approved form of security
furnished by the Contractor and his surety as a guarantee
of good faith on the part of Contractor to execute the
work in strict accordance with the Plans, Specifications
and terms of the Contract, and that the Contractor will
maintain the work constructed by him in good condition
for the period of time required; said security shall be
in accordance with the provisions of Article 5160,
Revised Civil Statutes of Texas, as amended by Acts of
the Regular Session of the Legislature, 1959.
I. Plan or Plans: All the Drawings pertaining to the
Contract and made a part thereof, including any
supplementary drawings or addenda as the Engineer may
issue in order to clarify other drawings, or for the
purpose of showing changes in the work hereinafter
authorized, or for showing details not shown thereon.
J. Proposal~ The written statement or statements duly filed
with the City of Coppell of the person, persons,
partnership, company, firm, association, or corporation
proposing to do the work contemplated, including the
approved form on which the formal bids for the work are
to be prepared.
K. Proposal Guaranty: The security designated in the
advertisement and Proposal, to be furnished by each
bidder as a guaranty of good faith to enter into a
Contract with the city of Coppell and execute the
required bonds for the work contemplated after the work
is awarded to him, and payment of damages upon his
failure to enter into the Contract.
special Provisions~ The special clauses setting forth
conditions or requirements peculiar to the specific
project involved, supplementing the standard
Specifications, and taking precedence over any conditions
or requirements of the standard Specifications with which
they are in conflict.
Speoifioations~ The directions, provisions, and
requirements contained herein, together with the special
provisions, supplemental hereto, pertaining to the method
and manner of performing the work or to the qualities or
quantities of the materials to be furnished under the
Contract.
Sec. 00650
2
Ne
sureties: The corporate bodies which are bound by such
bonds as are required with and for the Contractor. Said
sureties engaged to be responsible for the entire and
satisfactory fulfillment of the Contract, and for any and
all requirements as set out in the Specifications,
Contract or Plans.
The Work: All work, including the furnishing of labor,
materials, tools, equipment, and incidental, to be
performed by the Contractor under the terms of the
Contract.
Working Day: A working day is defined as: a calendar
day including Saturdays, Sundays, or legal holidays in
which weather or other conditions not under the control
of the Contractor will permit the performance of the
principal units of work underway for a continuous period
of not less than 7 hours between 8 a.m. and 6 p.m. One
day will be charged against the Contract working time
when weather conditions will permit 7 hours of work as
delineated above. A principal unit of work shall be that
unit which controls the completion time of the Contract.
Nothing in this definition shall be construed as
prohibiting the Contractor from working on Saturdays if
he so desires and has the approval of the Engineer. Work
on Sundays will not be permitted (except in cases of
extreme emergency and then only with the written
permission of the Engineer).
1.4 MODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT
The following designated items of the General Conditions of
Agreement are modified as follows:
A. Paragraph 2.06 - Lines and Grades is deleted in its
entirety and the following substituted therefore .
"The Engineer will establish bench marks and horizontal
control points in close proximity to the Work. From
these control points, the Contractor shall provide all
surveying necessary to lay out the Work. Contractor
shall be responsible for establishing all lines and
grades necessary to control the Work and shall be
responsible for the precise location of all 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 Contract
Specifications and Drawings. Such checking by the
Engineer shall not relieve the Contractor of his
responsibility to perform all Work in connection with
the Contract Drawings and Specifications and the lines
and grades given therein.
Sec. 00650
-- 3
Paragraph 3.09 - Protection Against Accident to Employees
and the Public is modified by adding the following:
"Contractor's attention is specifically directed to the
Texas Occupational Safety Law."
"The Contractor shall so conduct his operations as to
offer the least possible obstruction and inconvenience to
public traffic. After the "Notice to Proceed" is issued,
the Contractor shall notify the Engineer, at the earliest
possible date, of the starting of hauling of materials
and any construction work which might in any way
inconvenience or endanger traffic."
"The Contractor shall provide and maintain flagmen at all
points where his operations interfere in any manner with
traffic flow. Flagmen shall be English speaking,
courteous, well informed, physically and mentally able
effectually to perform their duties in safeguarding and
directing traffic and protecting the Work, and shall be
neatly attired and groomed at all times when on duty.
Flagmen, when directing traffic, shall use standard
flagging procedures set forth in the ,Instructions to
Flagmen' published by the Texas State Department of
Highways and Public Transportation."
"The Contractor shall provide, construct and maintain
suitable barricades as shown on the Plans and elsewhere
when directed by the Engineer. The Contractor shall
provide and maintain such standard barricades or special
barricades, signs, lights and flags at points along the
project as may be necessary to protect the Work and
safeguard all traffic. Ail signs, barricades and working
area layouts shall be provided and maintained in
accordance with requirements of Part VI of the Manual on
Uniform Traffic Control Devices, ~Traffic Controls for
Street and Highway Construction and Maintenance
Operations.' Signs and barricades to facilitate the flow
of traffic will be the responsibility of the Contractor.
The use of sufficient vertical panels with flashers in
conjunction with necessary warning signs and barricades
will be required to direct traffic."
"No direct payment will be made for the work involved in
carrying out the public safety measures herein provided,
the cost thereof being included in the prices paid for
the various Contract items of work and no additional
allowance will be made therefore."
Sec. 00650
-- 4
Paragraph 3.10 -
modified as follows:
Performance and Payment Bonds is
with the execution and delivery of the Contract, the
Contractor shall execute and furnish separate
Performance and Payment Bonds on the forms' provided
as follows:
a. Performanoe Bond: A Performance Bond in the
amount of one hundred percent (100%) of the
Contract price, or only increases or deletions
therefrom due to Contract modifications,
guaranteeing faithful performance of the work and
fulfillment of the obligations of the Contract.
The Performance Bond shall guarantee that the
Contractor shall repair and/or replace any
defects in the work arising from defective or
inferior workmanship or materials used therein,
for a period of one (1) year from date of final
acceptance of the work by the Owner.
b. payment Bond: A Payment Bond in the amount of
one hundred percent (100%) of the Contract price,
or any increases or deletions therefrom due to
Contract modifications, guaranteeing payment to
all persons supplying labor and materials or
furnishing equipment in the execution of the
Contract·
Performance and Payment bonds shall be from an
approved surety company holding a permit from The
State of Texas to act as surety or other surety or
sureties acceptable to the Owner.
Paragraph 3.18 - Insurance is modified by the addition of
the fo. llowing
Contractor shall comply with each and every condition
contained herein. The Contractor shall provide and
maintain, until the work covered in the contract is
completed and accepted by the City of Coppell, the
minimum insurance coverages as follows:
commercial General Liability insurance at minimum
combined single limits of $1,000,000 per-occurrence
and $2,000,000 general aggregate for bodily injury
and property damage, which coverage shall include
products/completed operations, and XCU hazards.
Coverage for products/completed operations must be
maintained for at least two years after the
construction work is completed. Coverage must be
written on an occurrence form.
Sec. 00650
_ 5
e
Workers ~ompensatioD
including employers'
limits of $500,000·
insurance at statutory limits,
liability coverage at minimum
Commercial ~utomobile Liability insurance at minimum
combined single limits of $1,000,000 per-occurrence
for bodily injury and property damage, including
owned, non-owned, and hired-car coverage.
All-Risk Builders' Risk insurance at completed value
if the contract is for the construction of a
structure or building.
*Note that the general aggregate limit must be at least
two times the per-occurrence limit.
A comprehensive general liability insurance form may be
used in lieu of a commercial general liability insurance
form. In this event, coverage must be written on an
occurrence basis, at limits of $1,000,000 per-occurrence
combined single limit, and coverage must include a broad
form comprehensive general liability endorsement,
products/completed operations and XCU hazards.
With reference to the foregoing insurance requirement,
Contractor shall provide the following endorsements:
Named insured wording which includes the Contractor,
the City of Coppell and Ginn, Inc., with respect to
General Liability, Automobile Liability, and
Builders' Risk.
All liability policies shall contain cross liability
and severability of interest clause.
A waiver of subrogation in favor of the City of
Coppell and Ginn, Inc. with respect to the Builders'
Risk Workers Compensation insurance.
The policy shall be endorsed to require the insurer
to immediately notify the City of Coppell and Ginn,
Inc. of any material change in the insurance coverage.
Ail insurance shall be purchased from an
company that meets the following requirements:
1. A Best financial grading of A:X or better.
insurance
2. Licensed and admitted to do business in the State of
Texas.
Sec. 00650
6
Ail insurance must be written on forms filed with, and
approved by, the Texas State Board of Insurance.
Certificates of Insurance shall be prepared and executed
by the insurance company or its authorized agent and
shall contain provisions representing and warranting the
following:
1. The company is licensed and admitted to do business
in the State of Texas.
2. The company's forms have been approved by the Texas
State Board of Insurance.
Sets forth all endorsements as required above.
The City of Coppell and Ginn, Inc. will receive at
least sixty (60) days notice prior to cancellation or
termination of the insurance.
Upon request, Contractor, shall furnish the Owner with
certified copies of all insurance policies. The
Contractor shall also file with the Owner valid
Certificates of Insurance covering all subcontractors in
accordance with the insurance requirements set forth
herein for Contractor.
Beotion 4 - PROSECUTION AND PROGRESS is deleted in its
entirety and the following substituted therefore:
4. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
4.01 TIME FOR COMPLETION: The time allotted for com-
pletion of all items of work for this project
shall be 365 consecutive calendar days. It is
hereby understood and mutually agreed, by and
between the Contractor and the Owner, that the
date of beginning and the time for completion
as specified in the Contract of the work to be
done hereunder are ESSENTIAL CONDITIONS of this
Contract; and it is further mutually understood
and agreed that the work embraced in this
Contract shall be commenced on a date to be
specified in the Notice to Proceed.
The Contractor agrees that said work shall be
prosecuted regularly, diligently, and uninter-
ruptedly at such a rate of progress as will
insure full completion thereof within the time
specified. It is expressly understood and
agreed by and between the Contractor and the
Owner, that the time for the completion of the
work described herein is a reasonable time for
the completion of same, taking into considera-
tion the average climatic range and usual
conditions prevailing in this locality.
Sec. 00650
-- 7
4.02
LIQUIDATED DAMAGES: If the said Contractor
shall neglect, fail or refuse to complete the
work within the time herein specified or any
proper extension thereof granted by the Owner,
then the Contractor does hereby agree, as a
part consideration for the awarding of this
Contract, to pay to the Owner ONE THOUSAND
DOLLARS ($1,000.00) FOR EACH CALENDAR DAY, not
as penalty, but as liquidated damages for
such breach of Contract as hereinafter set
forth, for each and every calendar day
that the Contractor shall be in default
after time stipulated in the Contract for
completing the work.
The said amount is fixed and agreed upon by and
between the Contractor and Owner because of the
impracticability and extreme' difficulty of
fixing and ascertaining the actual damages the
Owner would in such event sustain, and said
amount shall be retained from time to time by
the Owner from current periodical estimates.
It is further agreed that time is of the
essence of each and every portion of this
Contract and of the Specifications wherein a
definite and certain length of time is fixed
for the performance of any act whatsoever; and
where under the Contract an additional time is
allowed for the completion of any work, the new
time limit fixed by such extension shall be of
the essence of this Contract. provided, that
the Contractor shall not be charged with
liquidated damages or any excess cost when the
Owner determines that the Contractor is without
fault and the Contractor's reasons for the time
extension are acceptable to the Owner; Provided
urt~ that the Contractor shall not be
charged with liquidated damages or any excess
cost when the delay in completion of the Work
is due:
To any preference, priority or allocation
order duly issued by the Government;
To unforeseeable cause beyond the control
and without the fault or negligence of the
Contractor, including but not restricted
to, acts of God, or of the public enemy,
acts of the Owner, acts of another
contractor in the performance of a Contract
with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight
embargoes, and severe weather: and
Sec. 00650
8
To any delays of subcontractors or
suppliers occasioned by any of the causes
specified in subsections (a) and (b) of
this article; Provided further, that the
Contractor shall within ten (10) days from
the beginning of such delay, unless the
Owner shall grant a further period of time
prior to the date of final settlement of
the Contract, notify the Owner, in writing,
of the causes of the delay, who shall
ascertain the facts and extent of the delay
and notify the Contractor within a
reasonable time of its decision in the
matter.
Paragraph 5.04 - Partial Payments, is deleted in its
entirety and the following substituted therefore:
"On or before the tenth of the month, the Contractor
shall prepare and submit to the Engineer for approval a
statement showing as completely as practicable the total
value of the work done by the Contractor up to the last
day of the previous month; said statement shall also
include the value of all sound materials delivered and
stored on the job site of the work that are to be
fabricated into the work.
"The Owner shall then pay the Contractor after the fourth
(4th) Tuesday after receiving City Council Approval. The
amount paid shall be the total amount less five (5)
percent of the amount if total project estimated cost
exceeds $400,000 or ten (10) percent of the amount if the
estimated project cost is less than $400,000, which
percent retained shall be held until final payment, and
further less all previous payments and all further sums
that may be retained by the Owner under the terms of this
agreement.
"It is understood, however, that in case the whole work
be near to completion and some unexpected and unusual
delay occurs due to no fault or neglect on the part of
the Contractor, the Owner may---upon written
recommendation of the Engineer--- pay a reasonable and
equitable portion of the retained percentage to the
Contractor, or the Contractor at the Owner's option, may
be relieved of the obligation to fully complete the work
and, thereupon, the Contractor shall receive payment of
the balance due him under the Contract subject only to
the conditions stated under ~Final Payment'."
-- Sec. 00650
9
1.5 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER
It is the intention of the Owner to notify the Successful
Bidder in writing, within ninety (90) days after receiving
bids, of his acceptance of the Proposal. The Contractor
shall complete the execution of the required Bonds and
Contract within ten (10) days of such notice. Upon
completion of the execution of the Contract Documents, the
Owner will issue a "Notice to Proceed with Construction."
1.6 STATE AND CITY SALES TAX
The Contractor's attention is directed to Amendment No. 7
to Section 6a, Article 20.01, Chapter 20, Title 122A,
Taxation-General of the Revised civil Statutes of Texas.
This amendment provides that all items used or consumed
by a contractor, whether incorporated into the project or
not, can be purchased free of State and City sales tax
when the project is being performed for an exempt agency.
Included are equipment rentals and other items which are
consumed by the contractor but are not incorporated into
the project.
This Contract is issued by an organization which quali-
fies for exception pursuant to the provisions of Article
20.04 (F) of the Texas Limited Sales, Excise and Use Tax.
Ce
The contractor performing this Contract may purchase,
rent or lease all materials, supplies, and equipment used
or consumed in the performance of this Contract by
issuing to his supplier an exemption certificate in lieu
of the tax, said exemption certificate complying with
State Comptroller's ruling No. 95-0.07. Any such
exemption certificate issued by the contractor in lieu of
the tax shall be subject to the provisions of the State
Comptroller's ruling No. 95-0.09 as amended to be
effective October 2, 1968.
1.7 EXISTING STRUCTURES
The Plans show the locations of all known surface and
sub-surface structures believed to be involved in this
proposed construction. However, the Owner assumes no
responsibility for failure to show any or all of these
structures on the Plans, or to show them in their exact
location. It is mutually agreed that such failure shall not
be considered sufficient basis for claims for additional
compensation for extra work, unless the obstruction
encountered is such as to necessitate changes in.the lines
or gra~es, or requires the building .of special work,
provisions for which are not made in the Plans and
Specifications, in which case the provisions in the General
Conditions of Agreement for extra work shall apply.
-- Sec. 00650
10
1.8 PROTECTION AND RESTORATION OF PROPERTY
The Contractor shall be responsible for the preservation
from injury and damage, resulting directly or indirectly
from the execution of the work under this Contract, of all
public and private property adjacent to the work. 'He shall
use every precaution to prevent the damage or destruction of
buildings, poles, trees, shrubbery and lawns. Also,
underground structures such as wires, cables, etc.; within
or without the work area. He shall protect and
carefully preserve all official survey monuments, properties
and section markers or other similar markers until an
authorized agent has witnessed or otherwise referenced their
location and shall not remove them until directed.
When or where direct or indirect damages or injury is done
to public or private property by or on account of any
act, omission, neglect or misconduct in the execution of
the work or in consequences of the nonexecution of same on
the part of the Contractor, such property shall be
restored at the Contractor's expense to a condition similar
or equal to that existing before such damage or injury was
done, he shall make good such damage or injury in an
acceptable manner.
In case of failure on the part of the Contractor to
restore such property, or make good such damage, or injury,
the Engineer may upon twenty-four (24) hours written notice,
proceed to repair, rebuild or otherwise restore such
property as may be deemed necessary and the cost thereof
shall be deducted from any moneys due the Contractor under
the Contract.
1.9 REFERENCE SPECIFICATIONS
Reference to ASTM, or ~thers as listed below, shall
be considered as referring to the Specifications or
Method of Test as set forth by those various organizations
and shall be considered as part of these Specifications when
designated as such. Abbreviations and meanings are as
follows:
A.S.A ............. American Standards Association
A.S.T.M ........... American Society of Testing Materials
A.A.S.H.T.O ....... American Association of State Highway
& Transportation officials
A.C.I ............. American Concrete Institute
A.W.S ............. American Welding Society
A.W.W.A ........... American Water Works Association
S.S.P.C ........... Steel Structures Painting Council, Federal
Specifications Treasury Department
Procurement Division, United States Government
(CONTINUED ON NEXT PAGE)
Sec. 00650
11
U.L ............... Underwriters Laboratories
N.E.M.A ........... National Electrical Manufacturers Association
W.P.C.F.. ......... Water Pollution Control Federation
T.S.D.H.P.T ....... Texas State Department of Highways and
Public Transportation
C.D.G.S ........... City of Dallas General Specifications
S.S.P.W.C.N.C.T...Standard Specifications for Public Works
Construction North Central Texas
1.10 SUBSURFACE CONDITIONS
Contractor shall make his own investigation of subsurface
conditions. No claims for extra compensation due to unusual
soil conditions that are found to exist will be allowed.
1.11 SERVICE OF MANUFACTURER'S REPRESENTATIVE
The Contract price for the project shall include the cost of
furnishing competent and experienced engineers or
superintendents who shall represent the manufacturers and
shall assist the Contractor, when required, to install,
adjust and test the equipment in conformity with the
Contract Documents. After the equipment is placed in
permanent operation by the Owner, such engineer or
superintendent shall make all adjustments and tests required
by the Engineer to prove that such equipment is in proper
and satisfactory operating condition, and shall instruct the
Owner's representatives in the proper operation and
maintenance of such equipment or system.
1.12 PLANS AND SPECIFICATIONS AVAILABILITY
The Engineer will provide the Contractor with six (6)
copies of Plans and Specifications in addition to the
Contract Sets provided for use on the project. Additional
copies may be purchased by the Contractor for the
cost of printing. Reproducibles required for as-builts
will be paid for by the Contractor. Engineer will provide
the original Drawings.
1.13 SUBCONTRACTORS
The name and address of each supplier, manufacturer
and subcontractor which the Contractor proposes to use on
work under this Contract shall be submitted in writing
to the Engineer for approval.
-- Sec. 00650
12
1.14 CONTRACTOR'S RESPONSIBILITY FOR UTILITIES AND SERVICES
The Contractor shall make his own investigations and be
fully responsible for locating and taking care not to
damage any gas, water, sewer, or telephone lines. The
Contractor shall not begin any operations which may
interfere with or impair the normal service being rendered
by public utility operators. The Contractor will be held
responsible for the protection of the property or service of
public utilities within the limits of the Work. In case
that such physical properties conflict with the performance
of the Contract, it shall be the Contractor's responsibility
to anticipate such conflicts and to give advance notice
thereof to the owners of the utility.
The Contractor will be responsible for any damages done by
him to any utility structure whether owned by a public or
private agency. Damage of whatever nature to the existing
facilities shall be repaired immediately at the Contractor's
own expense as directed by the Engineer.
Contractor shall be responsible for the relocation of any
water, sewer, gas, telephone or other utility which inter-
feres with the performance of the Contract. No extra claims
for compensation will be allowed for any utility relocation,
unless approved in writing by Engineer, prior to relocation.
1.15 MANUFACTURER'S DIRECTIONS
Ail manufactured articles, materials and equipment shall
be applied, installed, connected, erected and used as
directed by the manufacturers, unless herein
specified to the contrary. Contractor shall furnish
copies of all printed directions with the material.
1.16 SANITARY FACILITIES
The Contractor shall provide at his own expense field
toilets for the use of the employees and contractor
forces. The facilities shall conform to the requirements
of the Texas State Health Department and those of any
other agencies having jurisdiction herewith. The field
toilets shall be cleaned and scrubbed with a disinfectant
at least once per day.
1.17 GUARANTEE OF WORK
Ail work shall be guaranteed against defects resulting
from the use of inferior materials, equipment or
workmanship for one year from date of final completion and
acceptance of the project.
-- Sec. 00650
13
1.18 FINAL INSPECTION
When the work is completed, the Contractor shall notify
the Owner in writing on which date he will be ready for
final test and inspection. Notice shall be given seven (7)
days in advance and verified by telephone twenty-four
(24) hours prior to the time set for inspection. After
the Owner and Engineer are completely satisfied with the
work, the Engineer shall make final measurements of all
items and approve final estimate and advise the Owner to
make final payment to the Contractor.
1.19 PERMITS AND LICENSES
Ail permits and licenses of a temporary nature necessary
for the prosecution of the work shall be secured and paid
for by the Contractor. Building permit fees shall be waived
for this work.
1.20 NOTICE-OF-REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED
FACILITIES
Bidders are cautioned as follows: By signing the Contract
for which these bids are solicited, the bidder will be
deemed to have signed and agreed to the provisions
of the "Certificate of Non-segregated Facilities" as
contained in the Specifications for this project.
1.21 TESTING
Ail required testing will be paid for by the City of
Coppell. Any retesting required will be at the
expense of the Contractor. Testing requested by the
Contractor for his own use to ascertain whether or
not complying with the Specifications will be paid for by
the Contractor.
1.22 COORDINATION WITH THE RAILROAD
The Contractor shall be responsible
coordination with the railroad, if
securing permits, right-of-way entry
to the railroad as work begins.
for all construction
involved, including
form and notification
Sec. 00650
-- 14
1.23 SUGGESTED SEOUENCE OF CONSTRUCTION
The sequence of construction shall conform to that which is
shown on the project Plans.
The Contractor may submit a revised sequence of
construction for review by the Engineer. The proposed
revision must be approved in writing by the Engineer to
modify the project Plans. The Contractor will be required
to submit a timetable, prior to the beginning of
construction, addressing when the principal items of work
shall be conducted.
1.24 TEXAS STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION
SPECIFICATIONS
This project is to be constructed in accordance with
the Contract documents, these Specifications, construction
Plans and the Texas State Department of Highways and
Public Transportation Standard Specifications for
Construction of Highways, Streets and Bridges, September
1, 1982 edition, Part II, Construction Details, and as
amended herein. Said Standard Specifications (as
amended) are a part of the Contract Documents.
Parts I and III of the above Standard Specifications
are hereby deleted and replaced with Division 0 -
Bidding and Contract Requirements of these documents.
~.25 GENERAL NOTES
1. The Contractor shall plan his work sequence in a
manner that will cause the minimum interference with
traffic during construction operation. Access to
facilities must be maintained at all times throughout
the duration of the construction. Before beginning
work on the project, the Contractor shall submit for
approval by the Engineer a plan of Construction
Operations. which may vary in detail but shall meet
specific requirements set forth in Suggested Sequence of
Construction, Special Condition 1.23 of these Contract
documents.
2. If, at any time during construction, the Contractor's
proposed plan of operation for handling traffic does
not provide for safe and comfortable movement, the
Contractor shall change his operation to the extent
necessary to correct unsatisfactory conditions. Any
major correction must be approved by the Engineer.
3. Part VI, "Traffic Controls for Street and Highway
Construction and Maintenance Operations" of the "Manual on
Uniform Traffic Control Devices" shall be adhered to
throughout the duration of this project. ,'Construction
Ahead" and "End Construction" signs, with the barricades
_ Sec. 00650
15
shall be installed at the beginning and end of the
project. These signs shall be considered incidental work
and will not be paid for as a separate pay item.
4. Pri~r. to the start of construction, it is the
responsibility of the Contractor to determine the location
of all utilities, whether or not shown on the Plans.
The Contractor shall also become familiar with any
proposed adjustments to be made by the utility owners and
extend full cooperation. Under no circumstances will a
claim for extras, due to delay caused by various utility
companies be allowed.
5. Any costs resulting from Contractor damages to
utilities shall be the responsibility of the Contractor.
6. Ail water and sanitary sewer facilities that
interfere with construction shall be relocated
adjusted by the Contractor with the Engineer's approval.
may
and
7. The Contractor shall notify the Engineer prior to
any construction of drainage facilities and paving.
8. In the adoption of the Texas State Department of
Highways and Public Transportation Standard
Specifications, it is understood that any reference
made to the Texas State Department of Highways and
Public Transportation shall be taken to include the city of
Coppell, as applicable.
9. The items under which payment is to be made are as
listed in the Summary of Quantities. Any reference
to other items in the standard specifications as pay items
is hereby deleted. Only the provisions for construction
requirements of such items are to be complied with.
10. All elevations are based on Reference Mark RM 9200 on
the National Flood Insurance Program Flood Insurance Rate
Map (Community Panel Number 480170-005 C Revised February
15, 1984) described as:
Reference Mark
Elevation
RM 200 510.71
Description of Location
Chiseled square on top of
wheel guard at Southeast
corner of bridge on Coppell
Road over Grapevine Creek.
11. Ail conduit installed must be left with pull string
between pull boxes with end plugged.
_ Sec. 00650
16
12. The Contractor will be held responsible for placing
and maintaining all necessary barricades, vertical panels
with flashers and signs to provide maximum safety to the
motorist. All barricades and signs shall be kept clean and
broken ones will be replaced. The Contractor should use
good judgment when considering the safety for motorists.
Barricades and signs will not be a direct pay item on this
project.
13. All storm sewers shall be excavated and backfilled
in accordance with Special Specification 401 and 464. On
street crossings, the top six inches shall be filled
with Type D Asphalt and
the pipe (Not separate
on Plans as PAY ITEM).
14. Precast
project.
15. Prior to
have laid out
be considered as part of laying of
pay item, unless specifically noted
inlets will not he permitted on this
start of any excavation, Contractor shall
(horizontally and vertically) all components
of the project, and have them reviewed by the Engineer
before proceeding. The Contractor shall be responsible
for all alignment and elevation control. The
Contractor shall provide the Engineer a "cut sheet"
prior to beginning any excavation or embankment, indicating
all "cuts and fills" as required on the project.
Sec. 00650
17
SECTION 07000 - STANDARD SPECIFICATIONS
pART 1 :_____GENERAL
1.1 GENERAL:
A. Ail specifications and special provisions applicable
to this project are identified as follows:
STANDARD SPECIFICATIONS: The 1982 Edition of the
Texas State Department of Highways and Public
Transportation Standard Specifications for Construction
of Highways, Streets and Bridges as adopted by the
State Department of Highways and Public
Transportation, September 1, 1982, Part II, Construction
Details.
B. The following items are specifically hereby included:
ITEM NO.
DESCRIPTION
100
104
110
120
131
132
140
160
164
166
168
210
249
260
264
30O
302
310
340
3'60
40O
401
420
421
425
426
427
430
432
435
439
440
441
448
Preparing Right-of-Way
Removing Old Concrete
Roadway Excavation
Channel Excavation
Borrow (delivered)
Embankment
Overhaul
Furnishing and Placing Topsoil
Seeding for Erosion Control (Hydro-Mulching)
Fertilizer
Sprinkle Irrigation
Rolling (Flat Wheel)
Flexible Base (Delivered)
Lime Treatment for Materials in Place
Hydrated Lime & Lime Slurry
Asphalt, Oils, Emulsions
Aggregate for Surface Treatment
Prime Coat
Hot Mix Asphaltic Concrete Pavement (C1.A)
Concrete Pavement (Water Cement Ratio)
Structural Excavation
Excavation and Backfill for Sewers
Concrete Structures
Concrete for Structures
Prestressed Concrete Structures
Prestressing
Surface Finishes for Concrete
Extending Concrete Structures
Rock Riprap
Elastomeric Materials
Concrete Overlay
Reinforcing Steel
Steel Structures
Structural Welding
Sec. 07000
1
450
452
460
462
464
470
471
475
479
481
496
5O2
504
5O8
512
520
522
53O
582
618
662
666
672
674
676
Railing
Removing Railing
Corrugated Metal Pipe
Reinforced Concrete Box Culverts
Reinforced Concrete Pipe Culverts
Manholes and Inlets
Frames, Grates, Rings & Covers
Headwalls, Wingwalls, Inlets & Manholes
Adjusting Manholes & Inlets
PVC Pipe
Removing Old Structures
Barricades, Signs and Traffic Handling
Field office
Constructing Detours
Portable Concrete Traffic Barrier
Weighing & Measuring Equipment
Ready-Mix Plants
Concrete Curb, Gutter, Curb & Gutter,
Sidewalks & Driveways
Water Mains & Drains
Conduit and Pullboxes
Construction Pavement Markings
Thermoplastic Pavement Markings
Jiggle Bar Tile
Pavement Markings
Traffic Buttons
C. In addition to the above Standard Specifications, the
August 28, 1986 Edition of the North Central Texas Council of
Governments Standard Specifications for Public Works
Construction, Part II, Materials, and Part III, Construction
Methods, where not in conflict with the Highway Department
Standards, shall be applicable to this project. If a
conflict should occur, the Highway Department Specifications
shall govern, unless stated otherwise.
Sec. 07000
SECTION 07500 - SPECIAL PROVISIONS
PART 1: GENERAL
1.1
GENERAL:
A. The following Special Provisions shall govern
and take precedence over the aforementioned
Standard Specifications enumerated herein whenever
they are in conflict.
B. Mention herein or indication on the drawings of
items, materials, operations or methods,
requires that the Contractor provide and/or
install each item mentioned or indicated of
quality or subject to qualification noted; perform
according to conditions stated each operation
prescribed; and provide all necessary labor,
equipment, supplies and incidentals.
C. Requirements of the General Conditions, Special
Conditions and Addenda, if issued, shall apply as if
herein written.
D. Separation of these specifications into items and
sections is for convenience only and is not intended
to establish limits of work.
ITEM NO.
DESCRIPTION
100
104
110
120
131
132
133
140
160
164
166
168
210
249
260
264
310
340
360
40O
401
420
421
425
Preparing Right-of-Way
Removing Old Concrete
Roadway Excavation
Channel Excavation
Borrow (delivered)
Embankment
Remove and Replace Unstable Material
Overhaul
Furnishing and Placing Topsoil
Seeding for Erosion Control (Hydro-Mulching)
Fertilizer
Sprinkle Irrigation
Rolling (Flat Wheel)
Flexible Base (Delivered)
Lime Treatment for Materials in Place
Hydrated Lime & Lime Slurry
Prime Coat
Hot Mix Asphaltic Concrete Pavement (Cl.A)
Concrete Pavement (Water Cement Ratio)
Structural Excavation
Excavation and Backfill for Sewers
Concrete Structures
Concrete for Structures
Prestressed Concrete Structures
Sec. 07500
_ 3
426
427
430
432
435
439
440
441
448
450
452
460
462
464
470
471
475
496
5O2
5O4
5O8
512
530
582
611
618
662
666
672
674
676
Prestressing
Surface Finishes for Concrete
Extending Concrete Structures
Rock Riprap
Elastomeric Materials
Concrete Overlay
Reinforcing Steel
Steel Structures
Structural Welding
Railing
Removing Railing
Corrugated Metal Pipe
Reinforced Concrete Box Culverts
Reinforced Concrete Pipe Culverts
Manholes & Inlets
Frames, Grates, Rings and Covers
Headwalls, Wingwalls, Inlets & Manholes
Removing Old Structures
Barricades, Signs and Traffic Handling
Field office
Constructing Detours
Portable Concrete Traffic Barrier
Pavers
Water Mains & Drains
Bridge Electrical
Conduit and Pullboxes
Construction Pavement Markings
Thermoplastic Pavement Marking
Jiggle Bar Tile
Pavement Markers
Traffic Buttons
NOTE:
The following Special Provisions are provided for
clarifiCation or reference where required and shall govern if
applicable to the project, or a specific portion of the
project.
Sec. 07500
_ 4
SPECIAL PROVISION TO ITEM 100 - PREPARING RIGHT-OF-WAY
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.1)
Article 100.3 MEASUREMENT.
and replace with the following:
Delete the second paragraph
Measurement for payment will be made between the limits of
construction. Measurement will be parallel and adjacent to
the centerline of the right-of-way along the centerline of
the improvement. Separate measurements will be made
parallel and adjacent to the centerlines of intersecting
streets, starting at the Denton Tap Road right-of-way limit
as extended through the intersection.
The limits of construction will be the width of the
established right-of-way throughout the entire project, along
with any additional areas as indicated on drawings.
Article 100.4 PAYMENT.
replace with the following:
Delete the third paragraph and
No payment will be made for this item until the Contractor
has verified the locations of all underground utilities which
affect the work included in the scope of this Contract, and
has submitted to the Engineer drawings detailing all
conflicts between existing utilities and the work included in
the scope of this Contract. The total payment for this item
will not exceed 50 percent of the original contract
remaining amount for this item prior to the final estimate.
The portion of the contract amount for this item in excess
of 50 percent of the total contract amount for this item
will be paid on the final estimate.
SPECIAL PROVISION TO ITEM 102 -- CLEARING AND GRUBBING
(RE~ERENCE: NCTCOG SPECIFICATIONS, ITEM 3.2 CLEARING
GRUBBING)
AND
Article 102.3 MEASUREMENT. Delete the second, third, fourth,
fifth, and sixth paragraphs.
Article 102.4 PAYMENT. Delete in its entirety and replace with
the following:
Ail work performed and measured as provided under
"Measurement" will not be paid for directly but shall be
considered as subsidiary to work pertaining Item 100
"Preparing Right-of-Way."
Sec. 07500
5
SPECIAL PROVISION TO ITEM 104 - REMOVING OLD CONCRETE/OLD ASPHALT
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 8.8 SAWING)
Article 104.1 DESCRIPTION. Delete in its entirety and replace
with the following:
Removing old concrete or old asphalt shall consist of all
sawed break-out grooves for full depth of existing
concrete, breaking up, removing and satisfactorily storing
or disposing of old concrete or asphalt street or driveway
pavements, curb and gutter and parking lots only where shown
on plans as Pay Items 104.1 and 104.2. All other old
concrete or old asphalt within the limits of the public
rights-of-way such as foundations, reinforced concrete pipe,
curbs, driveways, or curb and gutter, not specifically
provided for here or elsewhere by the plans and/or
specifications shall be paid for under Pay Item 100-Preparing
Right-of-Way.
Article 104.2 CONSTRUCTION METHODS. Add the following to the
second paragraph of this article:
The existing concrete shall be cut to the full depth
encountered for the entire length as required.
Article 104.3 MEASUREMENT. Delete and replace with the
following:
All sawed break-out groove required on this project will be
measured by the linear foot, where shown on the plans.
Whenever a straight, clean sawed line is required on concrete
or asphalt it shall be paid for under Pay Item 104.1,
Sawcut Existing Concrete/Asphalt.
Ail existing concrete or asphalt pavement, pavement, median
strips, sidewalks, slabs 6" or thicker (is. driveways)
removed as prescribed above; and specifically indicated on
plans as Pay Item 104.2 shall be measured by the
square yard in its original position, regardless of its
thickness or the depth of covering. It shall be paid for
under Pay Item 104.2, Remove Old Concrete/Asphalt. The
removal of concrete or asphaltic surfaces, cement treated
bases or other objectionable materials within the limits of
the public right-of-way shall be measured and paid for under
Item 100, Preparing Right-of-Way.
SPECIAL PROVISION TO ITEM 110 - ROADWAY EXCAVATION
CONTROL)
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.3)
(DENSITY
Article
110.1 DESCRIPTION. Add and "Benched Excavation" to the
Sec. 07500
6
first sentence of the first paragraph after "Roadway Excavation."
Article 110.2 CONSTRUCTION METHODS. Delete the third paragraph.
Article 110.4 MEASUREMENT. Add "Benched Excavation to the
first sentence of the first paragraph after "Roadway Excavation",
and add the following paragraph:
Contractor may provide "before and after" cross sections with
all calculations for volume computed in cubic yards by the
method of average end areas, or payment will be based upon
plan quantities, as shown.
Article 110.5 PAYMENT. Delete the first paragraph and replace
it with the following:
Ail work performed as required herein and in the Item
"Embankment" and measured as provided under "Measurement"
will be paid for at the applicable unit price bid under the
"Density Control" method of compaction.
Delete the last paragraph and replace with the following:
The hauling of materials, including waste, will not be
measured for separate payment, but will be considered
subsidiary to the item to which the work applies.
SPECIAL PROVISION TO ITEM 120 - CHANNEL EXCAVATION
(DENSITY CONTROL)
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.5)
Article 120.2 CONSTRUCTION METHODS.
entirely.
Delete the third paragraph
Article 120.4 MEASUREMENT. Add the following paragraph:
Contractor may provide "before and after" cross
sections with all calculations for volume computed in cubic
yards by the method of average end areas, or payment will be
based upon plan quantities, as shown.
Article 120.5 PAYMENT.
with the following:
Delete the last paragraph and replace
The hauling of materials, including waste will not be
measured for separate payment, but will be considered
subsidiary to the item to which the work applies.
Sec. 07500
7
SPECIAL PROVISION TO ITEM 120 -- CHANNEL EXCAVATION
(DENSITY CONTROL)
(REFERENCE: NCTCOG SPECIFICATIONS, ITEM 3.5)
Article 120.2 CONSTRUCTION METHODS. Delete the
paragraph entirely.
Article 120.4 MEASUREMENT. Add the following paragraph:
third
Contractor may provide "before and after" cross sections with
all calculations for volume computed in cubic yards by the
method of average end areas, or payment will be based upon
plan quantities, as shown.
Article 120.5 PAYMENT. Delete the last paragraph and replace
it with the following:
The hauling of materails, including waste will not be
measured for separate payment, but will be considered
subsidiary to the item to which the work applies.
SPECIAL PROVISION TO ITEM 131 - BORROW (Delivered)
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.7)
Article 131.1 DESCRIPTION. Add the following:
"Density Control" shall be the method of compaction required.
Article 131.2 TYPES. Delete Type A (Select Borrow) and replace
Type C with the following:
Type C (Select Borrow). This material shall conform to the
specification requirements shown on the plans.
Article 131.3 CONSTRUCTION METHODS.
paragraphs, and insert the following:
Delete the third
The engineer shall be notified in writing 48 hours in advance
of opening any borrow source. Contractor shall submit
acceptable documentation to prove right-of-entry to borrow
sources and shall submit certified test results showing
conformance to Item 131.2.
Testing of borrow delivered to the site will be provided by
the Engineer, if required, and paid for by the Owner.
The Engineer shall be notified in writing 24 hours in advance
of delivery to the site. No payment will be made for placing
borrow in areas not shown on the plans or approved by the
Engineer.
Sec. 07500
_ 8
Article 131.5 PAYMENT. Add the following:
When Class 2 measurement is specified, the Contractor shall
provide the Engineer load tickets at time of delivery of
materials to the site prior to placing the material on the
site. Tickets shall indicate the volume in cubic 'yards as
delivered on the road and shall be the basis for which
payment is made.
SPECIAL PROVISION TO ITEM 132 - EMBANKMENT
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.7)
Article 132.2 CONSTRUCTION METHODS, (1) GENERAL. Delete the
second, third, and fourth paragraphs and insert the following:
The surface of the ground of all unpaved areas which are to
receive embankment shall first be stripped of the top 6" of
organic topsoil, all vegetation and any objectionable
materials as required by the Engineer. The new surface of
ground, with the exception of the areas in which "Select
Embankment" shall be placed, shall then be scarified to a
depth of not less than 6 inches, and recompacted with the new
"Select Embankment." The areas shown on the plans as
"Benched Excavation" which will receive "Select Borrow" shall
be proof rolled as as specified on the Drawings to determine
areas of weakness. Areas of weakness shall be undercut to
firm soil then backfilled with suitable onsite or offsite
materials in 8" lifts (loose measure) and recompacted to a
minimum 95% Standard Proctor density with a moisture content
within plus five (5) to minus three (3) percentage points of
optimum moisture.
Undercutting and replacing unsuitable materials shall be in
accordance with Special Item 133, "Remove and Replace
Unstable Materials." The particular area to receive
embankment shall then be scarified to a depth of 6". The
loosened material shall then be recompacted as hereinafter
specified.
Where embankments are to be placed adjacent to or over
existing roadbeds, the roadbed shall be plowed or scarified
to a depth of not less than 6" and the embankment built up in
successive layers, as hereinafter specified, to the level of
the old roadbed before its height is increased. Then the top
of the old roadbed shall be scarified and recompacted with
the next layer of the new embankment. The total depth of the
scarified and added material shall not exceed the permissabel
depth of layer.
Sec. 07500
_ 9
The scarified materials, in each case, shall be recompacted
to a minimum 95% Standard Proctor density. The moisture
content at the time of compaction shall be from plus five to
minus three percentage points of the optimum moisture value.
Article 132.2 CONSTRUCTION METHODS, (2) EARTH EMBANKMENTS.
Delete the seventh and eighth paragraphs and insert the following:
The method of compaction shall be by Density Control.
Add the following to paragraph nine after the second sentence:
Under no circumstances, however, shall the depth of layer
exceed 8" (loose measure).
Delete the tenth paragraph and replace it with the following:
Each layer of earth embankment shall be compacted to 95% of
Standard Proctor density. The moisture content of the fill
at the time of compaction shall be from plus five (5) to
minus three (3) percentage points of optimum moisture
content.
Delete paragraph twelve and replace it with the following:
The Engineer may order proof rolling to test the uniformity
of compaction of the embankment layers. All irregularities,
depressions, weak or soft spots which develop shall be
corrected immediately by the Contractor at no additional
compensation.
SPECIAL PROVISION TO ITEM 133 - REMOVE AND REPLACE UNSTABLE
MATERIALS
133.1 DESCRIPTION. "Remove and Replace Unstable Materials"
shall consist of undercutting to firm soil, removing, hauling,
and disposing of all unsuitable and objectionable materials,
utilizing the backfill, as hereinafter specified, to the original
lines and grades.
Only existing onsite materials that are unstable in their
original position shall be applicable to this item.
Remove and replace unstable materials will only be resorted to
when directed by the Engineer.
133.2 MATERIALS. Suitable onsite or offsite materials shall be
defined as inorganic materials meeting the following
requirements:
The liquid limit shall not exceed 66
The plasticity index shall not be less than nor 4
more than 35
sec. 07500
10
133.3 CONSTRUCTION METHODS. Areas of weakness shall be undercut
to firm soil then backfilled with suitable materials in 8" lifts
(loose measure) and recompacted to a minimum 95% Standard Proctor
density. The moisture content at the time of compaction shall be
from plus five (5) to minus three (3) percentage points of the
optimum moisture content.
It shall be the responsibility of the contractor to notify the
Engineer of possible areas of unstable soils prior to the
contractor placing fill, laying storm sewer, or setting form work
for structures. Failure to notify the Engineer shall not relieve
the contractor of his responsibilities and no additional
compensation shall be warranted for any removal of fill
materials, pipe, box culverts, structures or forms to be able to
rework and/or remove and replace the soil to achieve a stable
foundation.
133.4 MEASUREMENT. Remove and replace unstable materials will
only be measured for payment if such work is authorized by the
Engineer.
The method of measurement shall be by the cubic yard of materials
in their original position.
It shall be the contractor's option to either: (1) furnish
"before and after" cross sections of the applicable areas with
all calculations for volume computed in cubic yards by the method
of average and areas or (2) the applicable areas shall be
measured by the contractor while witnessed by the Engineer and a
volume agreed upon in the field after undercutting the soil but
prior to backfilling the excavation.
133.5 PAYMENT. Ail work performed as required herein and
measured as provided under "Measurement" will be paid for at the
unit price bid for "Remove and Replace Unstable Material."
The. price bid shall be full compensation for furnishing all
labor, tools, equipment, incidentals, any excavation to acquire
suitable materials, compaction and sprinkling in order to
complete the work as required herein. Payment for unauthorized
work will not be made. Hauling and disposing of all unsuitable
and objectionable materials will not be paid for directly but
shall be considered sumsidiary to the various contract items, and
such costs shall be included in the unit prices bid.
SPECIAL PROVISIONS TO ITEM 140 - OVERHAUL
Article 140.2 MEASUREMENT and 140.3 PAYMENT. Delete the items
in their entirety and substitute the following:
There will be no separate payment for work under this item.
Work under this item shall be considered subsidiary to other
work items.
Sec. 07500
_ 11
SPECIAL PROVISION TO ITEM 160 - FURNISHING AND PLACING TOPSOIL
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.8. TOPSOIL~
Article 160.1 DESCRIPTION. Delete in its entirety and replace
with the following:
This item shall consist of stripping and removing the top 6"
of topsoil from within the right-of-way limits, temporarily
stockpiling the material, then placing it in the medians to a
minimum 6" uniform thickness.
Article 160.2 MATERIAL. Delete in its entirety and replace with
the following:
The topsoil shall be free of objectionable materials and be
able to support the growth of seeding (hydro-mulching).
Article 160.4 CONSTRUCTION METHODS.
Add the following:
(1) RIGHT-OF-WAY SOURCES.
Adequate drainage of surface runoff must be maintained
throughout the duration of the project regardless of how the
material is stockpiled.
Article 160.5 MEASUREMENT.
with the following:
Delete in its entirety and replace
Furnishing and placing topsoil shall be measured by the
square yard complete in place.
SPECIAL PROVISION TO ITEM 164 - SEEDING FOR EROSION CONTROL
HYDRO-MULCH NG
(REFERENCE: NCTCOG-SPECIFICATIONS. ITEM 3.10)
Articles 164.1 thru 164.11. Delete these articles entirely and
substitute with the NCTCOG Specifications Item 3.10, Articles
3.10.1 thru 3.10.8. The type seed to be used on this project
will be Common Bermuda Grass.
Note: If any reference to -"Sprinkling for Dust Control" in
NCTCOG Specifications, Item 3.10 conflicts with the TSHPT
Specifications, for clarification the TSHPT Specifications shall
govern and take precedence.
Article 3.10.0 DESCRIPTION. Add the following:
This item shall also consist of providing all "Fertilizer'
and "Sprinkle Irrigation," in accordanc? with the Special
Provisions to Items 166 and 168 respectively, needed for a
complete in place installation consistent with normal
industry practices.
Sec. 07500
_ 12
Article 3.10.8 MEASUREMENT AND PAYMENT. Delete the last
sentence in the first paragraph and insert the following:
All "Fertilizer" and "Sprinkle Irrigation," in accordance
with the Special Provisions to Items 166 and 168 respectively
shall be incidental to this item and shall not be'measured
separately for payment.
SPECIAL PROVISION TO ITEM 166 - FERTILIZER
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.11)
Article 166.1 DESCRIPTION. Delete in its entirety and replace
with the following:
"Fertilizer" shall consist of providing and distributing
fertilizer in accordance with these specifications.
Article 166.4 and 166.5 MEASUREMENT AND PAYEMENT.
paragraphs and substitute with the following:
Delete both
Ail fertilizers shall not be measured for separate payment
but shall be considered subsidiary to Item 164 "Seeding."
SPECIAL PROVISION TO ITEM 168 -- SPRINKLE IRRIGATION
Article 168.3 CONSTRUCTION METHODS. Delete the first paragraph
of the paragraph.
Article 168.4 MEASUREMENT and Article 168.5 PAYMENT are hereby
deleted and replaced with the following:
"Sprinkle Irrigation" shall not be measured for separate
payment but shall be considered subsidiary to Item 164
"Seeding."
SPECIAL PROVISION TO ITEM 210 - ROLLING (FLAT W~EEL)
Article 210.4 MEASUREMENT. and 210.5 PAYMENT.
and insert the following:
Delete entirely
"Rolling (Flat Wheel)" shall not be measured separately for
payment but shall be considered subsidiary to the various
items of work to which it applies.
Sec. 07500
-- 13
SPECIAL PROVISION TO ITEM 249 -- FLEXIBLE BASE (DELIVERED)
~REFERENCE: NCTCOG SPECIFICATIONS, ITEM 4.5~
Article 249.1 DESCRIPTION. Add the following:
Flexible base delivered shall conform to the requirements for
"Density Control."
Article 249.3 TYPES and 249.4 GRADES. Insert the following:
Type A, Grade 2 is specified.
Article 249.7 MEASUREMENT. Delete the first paragraph and add
the following:
Work and material as prescribed for this item of will be
measured by the Class 1 method.
Article 249.8 PAYMENT. Delete the last paragraph and add the
following:
There shall be no separate payment for excavation and
subgrade preparation required by this item, but they shall be
considered subsidiary to this item.
SPECIAL PROVISION TO ITEM 260 -- LIME TREATMENT FOR
MATERIALS IN PLACE
(REFERENCE: NCTCOG SPECIFICATIONS, ITEM 4.6~
Article 260.2 MATERIALS. Type A hydrated lime shall be used for
treatment of roadway subbase and subgrade at a maximum rate of
22.5 #/square yard (5% by weight). Type A hydrated lime shall be
used for treatment for the subgrade of the bridge approach slabs
at a maximum rate of 27#/square yard, (6% by weight).
Article 260.4(4) COMPACTION of the lime treated roadway subbase
or subgrade shall be 95% AASHTO T99 for the top six inches.
Compaction for the lime treated subgrade for the bridge approach
slabs shall be 98% Standard Proctor density. Density Control
shall be required for the method of compaction.
Article 260.6 MEASUREMENT. Type A hydrated lime will be measured
by the ton of 2,000 pounds dry weight. Roadway subbase
preparation (Density Controlled) will be measured by the
square yard. (The subbase and subgrade are six inches thick).
There will be no measurement or separate payment for the lime
treatment of the subgrade for the bridge approach slabs which
shall be considered subsidiary to construction of the approach
slabs.
Sec. 07500
_ 14
Article 260.7 PAYMENT. Add the following:
There will be no separate payment for the lime treatment of
the subgrade for the bridge approach slabs which shall be
considered subsidiary to construction of the approach slabs.
SPECIAL PROVISION TO ITEM 264 - NYDRATED LIME AND LIME SLURRY
Article 264.2 TYPE. Type A, hydrated lime shall be used and
applied in the form of a Lime Slurry.
SPECIAL PROVISION TO ITEM 310 - PRIME COAT (ASPHALTIC
Article 310.2 MATERIALS. Add the following: Prime coat shall
be MC-30 applied at a uniform rate of 0.10 gallons per square
yard.
Article 310.4 MEASUREMENT AND 310.5 PAYMENT.
articles entirely and insert the following:
Delete these
"Prime Coat (Asphaltic Material Only)" shall not be paid for
separately but shall be included in Pay Item 340.2 "HMACP,
Type D, Class A." See the Special Provisions to Item 340,
"Not Mix Asphaltic Concrete."
SPECIAL PROVISION TO ITEM 340 - HOT MIX ASPHALTIC CONCRETE
pAVEMENT
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 5.7 & 2.4)
Article 340.1 DESCRIPTION. Add the following:
This item shall also include a prime coat as specified in the
Special Provision to Item 310, "Prime Coat (Asphaltic
Material Only)."
Article 340.2 MATERIALS.
(1) Mineral aggregate - pea aravel will not be allowed. All
aggregate shall be crushed stone.
(2) Asphaltic material: Tack coat shall be RC-250.
Article 340.3 PAVING MIXTURE. Add the following paragraph:
Type B (fine graded base course) and Type D (fine graded
surface course) shall be used on this project where indicated
on the plans. A maximum of two inch compacted lifts will be
permitted to Obtain the total thickness indicated.
Sec. 07500
-- 15
Article 340.7 MEASUREMENT. Delete and replace with the
following:
Type B and Type D asphaltic concrete will be measured by the
Ton of 2,000 pounds, calculated in place. The weight will be
figured based upon the calculated volume called for on plans
and using unit weight of (110#/square yard per inch of
depth).
Tack coat will not be a separate pay item, but shall be
considered subsidiary to the item to which the work applies.
Article 340.8 PAYMENT. Delet the last paragraph of Subarticle
(1) and replace it with the following:
The unit price bid shall be full compensation for
quarrying, furnishing all materials, freight involved, for
all heating, mixing, hauling cleaning the existing base
course or pavement, tack coat, placing asphaltic concrete
mixture, rolling and finishing; and for all manipulations,
labor, tools, equipment and incidentals necessary to complete
the work and shall also include all maintenance required for
the temporary detours used during construction, as directed
by the Engineer.
~PECIAL PROVISION TO ITEM 360 - CONCRETE PAVEMENT
(Water Cement Ratio)
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 5.8)
Article 360.2 MATERIALS, Subarticle (1) Cement, is supplemented
by the following:
When the cement is to be used in concrete with aggregates
that may be deleteriously reactive, the alkali content (Na0 +
0.658K20) of the cement shall not exceed 0.60%.
Article 360.2 MATERIALS. Subarticle (2) Admixtures, is
supplemented by the following:
Mix designs with fly ash admixtures will not be accepted.
Article 360.4 PROPORTIONING CONCRETE, Subarticle (1) Proportions
is supplemented by the following:
Where curbs are to be placed separately they shall conform to
the applicable requirements of the Items for "Concrete Curb"
or "Machine Laid Curb" and in addition 1/2" diameter by 8"
dowels on 12" centers and a 1/2" diameter horizontal bar tied
to the dowels shall be provided. An approved epoxy resin
shall be applied to the pavement to receive curb after the
pavement surface has been thoroughly cleaned with high-
pressure water or other approved method. Curbs shall be
grooved at transverse joints by use of hand tools. Methods
for placing of curb, concrete mix design and equipment to be
used shall be approved by the engineer prior to commencing
curb work.
Sec. 07500
16
Article 360.4 PROPORTIONING CONCl~ETE, Subarticle (2) Concrete is
hereby deleted in its entirety and replaced by the following:
CONCRETE STRENGTH. The concrete mix will be designed with
the intention of producting a concrete having a specified
minimum average compressive strength in pounds per square
inch at the age of 28 days and having the corresponding
minimum average flexural strength (modulus of rupture) in
pounds per square inch at 7 days indicated below.
The flexural test beams will be tested with a standard
testing machine in which the load is applied at the center of
the beam span in accordance with ASTM Designated C 293. For
the specified strength the concrete mix shall comply with the
following maximum allowable water content and minimum cement
content requirements.
Compressive Flexural Water-Cement Sacks of
Strength Strength Ratio Cement
(psi) (psi) (max.gal./sack) (min./c.y.)
3000 500 6.5 5.0
The COarse aggregate factor (dry, loose volume of coarse
aggregate per unit volume of concrete) shall not exceed 0.85.
PENALTY FOR DEFICIENT CONCRETE STRENGTH. It is the intent of
this specification that all concrete construction covered by
this specification be constructed in strict conformity with
the plans and these specifications. Where any work is found
to be constructed of concrete with strength values of less
than the specified minimum strength, the following rules
relative to adjustment of payment for acceptable work and to
replacement of faulty work shall govern.
'(a) If the results of the compressive cylinder tests
indicate a deficient strength and the Contractor does not
elect to drill cores for a final compressive strength test,
adjustments will be made on the basis for the compressive
strength value for the particular area concerned as
determined from the cylinders cast for compressive tests as
herinafter specified.
(b) If the Contractor elects to take cores for a final
compressive strength test, the compressive strength value as
determined by the core tests shall be conclusive. If the
results of the core tests indicate a deficient strength,
adjustment will be made on the basis of the compressive
strength value as determined by the core tests.
-- Sec. 07500
17
(c) If the concrete compressive strength is less than the
minimum required strength, the amount of penalty per square
yard of concrete having a deficient strength shall be in
accordance with the following table:
PERCENT DEFICIENT
AMOUNT OF PENALTY
O% TO 5%
Greater than 5--not more than 10%
.Greater than 10-not more than 15%
$2.00/S.Y.
$5.oo/s.Y.
NO Payment*
The amount of Penalty shall be deducted from payment due or
to become due to the Contractor; such penalty deducted is to
defray the cost of extra maintenance. *If, in the judgment
of the Engineer, the area of deficiency should not be removed
and replaced, there will be no payment for the area retained.
(d) All concrete having a strength more than 15 percent
deficient shall be removed and replaced with concrete meeting
the requirements of these specifications at the entire cost
and expense of the Contractor.
(e) The area of concrete concerned in the adjustment or
removal shall be the designated area represented by the com-
pressive strength values determined as hereinabove specified.
Measurement for adjustment or removal shall be made to points
equidistant between acceptable and unacceptable test points
(points at which a compressive strength value was
determined).
Article 360.4 PROPORTIONING CONCRETE,Subarticle (5) Mix Design,
is hereby deleted in its entirety and replaced by the following:
MIX DESIGN. It is the intent of this specification to
develop and use the most economical mix design possible which
will fulfill all requirements of this specification when
using acceptable materials as furnished by the Contractor.
Prior to the beginning of concrete placements, and thereafter
before any change in source or characteristics of any of the
ingredients except mineral filler, mix design tests shall be
performed using the cement and aggregates proposed for use.
The Contractor will be required to furnish the Engineer with
all concrete batch designs necessary to produce the required
strength as specified in the contract and specifications.
All designs must be submitted by the Contractor and approved
by the Engineer before the placing of concrete will be
permitted. At any time when any change in source or charac-
teristics of any of the ingredients except mineral filler is
expected, results of the mix design tests required above
shall be submitted to the Engineer in order that he may
determine whether a change in the approved mix design is
required.
Sec. 07500
18
Concrete mixes will be designed and made in sufficient number
to represent a wide range of water-cement ratios; these mixes
shall comply with the requirements therein prescribed for
workability. The water-cement ratio is defined as the total
U.S. gallons of water (weight 8.33 pounds) including the
moisture content of all aggregates per sack of cement (weight
94 pounds net). From the concrete of each mix design test
beams will be made, cured and tested to determine the
flexural strength of the concrete at 7 days. From these
preliminary tests, the water-cement ratio required to produce
concrete of the specified strength will be selected.
Prior to placing of any concrete, the Contractor, will be
required to furnish and operate the specified mixer approved
for use on the project and shall produce batches of the size
to be used in the concreting operations. From these batches,
pilot beams will be made and tested in order to determine if
the designs submitted comply with the strength requirements.
No additional compensation will be paid for equipment,
materials, and labor for making these preliminary test
specimans. Such tests may be waived upon submission of
approved independent laboratory design or previous
satisfactory tests obtained from materials of the same
sources.
After the mix proportions and water-cement ratio required to
produce concrete of the specified strength have been
determined and after the Engineer has approved the mix
design, placing of concrete may be started.
Concurrence on the part of the Engineer in any proposed
mixing or placing methods or approval of any proposed mix
design shall not relieve the Contractor of the responsibility
of furnishing concrete in place conforming to the
requirements of these specifications.
Changes in the water-cement ratio and the mix design shall be
made when the strength of the concrete departs from the
specified minimum strength as indicated by the strength
values obtained from tests of specimens made from concrete
being placed.
CONCRETE DESIGN FOR INTERSECTIONS. When the paving and
finishing of street intersections and left-turn lanes are
accomplished by hand methods, the concrete used shall conform
to the following special requirements: (No fly ash admixture
will be allowed in the mix design.)
LOCATION
MINIMUM CEMENT CONTENT MAX. SLUMP
Major Thoroughfares
Secondary.Thoroughfares
Residential Streets
6 sacks per cubic yard 4 inches
5.75 sacks per cubic yard 4 inches
5 sacks per cubic yard 4 inches
These special conditions will not be required when the
intersection or left-turn lane will be placed and finished by
Sec. 07500
19
mechanical methods. If the plans or special provisions
indicate that traffic will be routed over the new concrete
Surface prior to the normal 7-day waiting period, the use of
high-early strength portland cement will be required. When
high-early strength portland cement is used, traffic will not
be allowed on the surface for a minimum period of 72 hours
after placing of the concrete.
Article 360.4 PROPORTIONING CONCRETE, Subarticle (6) Test
Specimens, is hereby deleted in its entirety and replaced by the
following:
TEST SPECIMENS AND OUALITY CONTROL. During the progress of
the work the Engineer will cast test cylinders and beams for
testing to maintain a check on the compressive and flexural
strengths of the concrete actually being placed. Concrete
failing to meet the specifications for materials,
proportions, construction methods, strength or dimensions may
be required to be removed and replaced with concrete meeting
the specified requirements.
Not less than 3 test cylinders for a compressive strength
value and 2 test beams for a flexural strength value will be
taken from the concrete for each 450 square yards or less of
concrete pavement placed each day. A compressive or flexural
strength value shall be the average of the strengths of the
three cylinders or two beams as the case may be.
Additional cylinders or beams may be made by the Engineers as
required by concrete placing conditions, or for adequately
determining the strength of the concrete where the early use
of the base or pavement is dependent upon the concrete
strength tests. No extra compensation will be paid the
Contractor for materials and labor involved in fulfilling
these requirements.
.Beam boxes shall be furnished by the Contractor. Beam boxes
shall be as specified or as directed by the Engineer.
Furnishing of beam boxes will not be paid for as a separate
contract pay item, and the costs thereof shall be included in
such pay items as are provided in the proposal and contract.
Beam boxes shall be maintained by the Contractor withour cost
to the Owner.
The test beams shall be tested at the age of 7 days in order
to determine the flexural strength. Should the average 7 day
flexural strength value, as determined by the average of the
last 10 flexural strength values obtained from test of beams
made from concrete of the same water-cement ratio, fail to
meet the strength requirement, the Contractor shall modify
the Mix design to obtain additiona~ strength in order to
fulfill the requirements for compressive strength at 28 days.
The test cylinders from those specific areas where individual
test beams were below required strength shall be tested at
the age of 28 days in order to determine the compressive
strength of these areas. Should any set of test cylinders
Sec. 07500
2O
representing a given area where an individual test beam has
failed to meet strength requirements, that area shall be
considered to be composed of concrete having deficient
Strength.
The Engineer, at his option, may reject 'as non-
represenatatlve any individual flexural strength value in
each group of ten where strengths more than 10 percent above
or below the'average for the group are indicated, and compute
the average flexural strength on the basis of the remaining
values.
Article 360.5 SUBGRADE AND FORMS, Subarticle (2) Placing and
Removing Forms. Delete the third paragraph in its entirety and
replace with the following:
Forms shall be leveled using material approved by the
Engineer.
Article 360.6 CONCRETE MIXING AND PLACING, Subarticle (1) Mixing
Methods is voided and replaced by the following:
The concrete shall be mixed in a mixer conforming to the
requirements of Subarticle 360.3 (4) of this item. Ready-mix
concrete, conforming to the requirements of the Item, "Ready
Mix Plants", may be used for mixing concrete for pavement
only when specifically permitted by the Engineer, except that
ready-mix concrete may be used for curbs, irregular sections
and/or small placements such as turnouts and leaveouts. (A
six (6) sack mix will be rec~ired at these locations.)
Article 360.12 MEASUREMENT. Delete the second paragraph in its
entirety.
Article 360.13 PAYMENT. Delete the second and third paragraphs
and replace with the following:
Payment will be made on concrete which has been completed and
accepted as described in Article 360.12, as herein amended.
Payment will be made only on that concrete which reaches the
compressive strength specified within the 28 days or if any
concrete is found to have strength values of less than the
specified minimum strength at 28 days then the adjustment as
determined in Section 07500 of these specificiations shall
apply. Under no circumstances will any payment be made on
concrete that is less than seven (7) days old.
Sec. 07500
21
SPECIAL PROVISION TO ITEM 400 -- STRUCTURAL EXCAVATION
Article 400.1 DESCRIPTION. Delete the first sentence of the
first paragraph and insert the following:
This item shall govern for all excavation required for the
construction of all structures, except sewers, sewer
structures and appurtenances, water lines, water structures
and appurtenances; for the disposal of all excavated
material; and for backfilling around completed structures to
the original ground level or as required by the plans.
Article 400.2 CONSTRUCTION METHODS. Delete the second
paragraph. Delete the last sentence in the sixth paragraph.
Delete the seventh paragraph and replace with the following:
Unstable materials encountered during the excavation shall be
handled in accordance with Special Provision to Item 133,
"Remove and Replace Unstable Material."
Article 400.3 COFFERDAMS. Omit the last sentence in the first
paragraph and insert the following:
The cost of cofferdams shall be incidental to the item(s) to
which the work applies and therefore shall not be measured
separately for payment.
Delete the second paragraph entirely and replace with the
following:
The design and construction of any and all cofferdams shall
be the sole responsibility of the Contractor. Any tests or
investigations needed to complete such a design of any type
of cofferdam shall be paid for by the Contractor.
Article 400.5 BACKFILLING (1) General. Delete paragraphs
two through five entirely and replace with the following:
Backfilling shall conform to the same requirements as that
for culverts and storm sewers. See plan sheet SD-8 for
details.
Delete the ninth and tenth paragraphs in their entirety.
Article 400.7 PAYMENT. Delete the article in its entirety and
replace with the following:
The various types of construction and items described herein
shall not be measured for separate payment but shall be
subsidiary to the items to which the work applies, with the
exception of Structural Excavation of the bridge abutments,
which shall be measured in accordance with Article 400.6
"Measurement" of the Standard Specifications, and paid for at
the unit price bid for Pay Item 400 Structural Excavation.
_ Sec. 07500
22
SPECIAL
PROVISION TO ITEM 401 -- EXCAVATION AND BACKFILL
SEWERS
(RERFERENCE: NCTCOG SPECIFICATIONS. ITEM 6.2~
FOR
Article 401.1 DESCRIPTION. Delete the second sentence of the
first paragraph and replace it with the following sentence:
This item shall also govern for any necessary pumping or
bailing and drainage.
Article 401.2 CONSTRUCTION METHODS, Subarticle (1) Excavation,
is hereby deleted in its entirety and replaced with the
following:
Prior to beginning any excavation, the Contractor shall read,
and familiarize himself with the "TRENCH SAFETY STUDY, DENTON
TAP ROAD PAVING AND DRAINAGE IMPROVEMENTS, BELT LINE ROAD TO
COTTONWOOD BRANCH CREEK, COPPELL, TEXAS" which is included in
Appendix B of this document. The Contractor shall perform
the work of excavation in strict accordance with the
requirements shown on sheet 100 of 102 of the Drawings,
entitled "Trench & Slope Excavation Details".
Delete the sixth paragraph in its entirety.
Subarticle
State in the
referring to
(6) Protection of Utilities. The reference to the
last sentence of the second paragraph shall read as
both the Owner and the Engineer.
Subarticle
the State in
as referring
(7) Surplus Excavated Materials. The reference to
the second sentence of this Subarticle shall be read
to both the Owner and the Engineer.
Subarticle (8) Backfill. Add to the first paragraph the
following: Backfill shall be in accordance with the standard
construction details included in the plans.
Omit the second paragraph entirely.
Article 401.3 MEASUREMENT. and Article 401.4 PAYMENT. Delete
these articles completely and replace with the following:
Measurement and payment for excavation and backfill under
this item will not be paid for separately, except as herein
specified, but shall be considered incidental to the item to
which the work applies. Such payment will include full
compensation for excavation, backfilling, and all incidentals
to Complete the work as required herein.
Measurement for Trench and Slope Excavation-Trench Safety
Items will be made on the basis of the actual measured
quantity for each item complete in place. Payment for these
items will be made upon completion of backfilling of the
trench and removal of any sheeting, shoring.
Sec. 07500
23
SPECIAL PROVISION TO ITEM 420 - CONCRETE STRUCTURES
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 7.6)
Article 420.3 GENERAL REQUIREMENTS.
and replace with the following:
Delete the first paragraph
The Contractor shall be responsible for the adequacy of all
construction' equipment and methods used on the project and
compliance of such with these Specifications and all Local,
State and Federal building codes and safety standards.
Forms, falsework, and bracing shall be designed by the
Contractor for all loads and pressures and prescribed by
these Specifications, local building codes, ACI 347, or as
anticipated for the job conditions, whichever is most severe.
Article 420.8 FALSEWORK. Revise the first paragraph to read:
It shall be the responsibility of the Contractor to insure
that all falsework is designed and constructed to safely
carry the maximum anticipated loads and to provide the
necessary rigidity.
Article 420.9 FORMS. Revise as follows:
Subarticle (1) General. Third paragraph:
It shall be the responsibility of the Contractor to insure
that studs, joists, wales or other devices used for form
supports are of sufficient section and rigidity to withstand
undue bulging or settling of the forms.
Subarticle (1) General. Delete the sentence in the fourth
paragraph that reads:
'Forming plans shall be submitted for approval subject to the
requirements of Article 420.3.'
Article 420.22 REMOVAL OF FORMS AND FALSEWORK. Add the
following paragraphs:
No backfill is to be replaced behind or on top of any
structure prior to the structure attaining its specified 28-
day compressive strength.
When tests are performed to determine flexural strengths of
the concrete as the basis for removal of forms or shoring, or
support of forms or elements on previously placed portions of
the structure, it shall be done at the expense of the
Contractor. Specimens shall be field cured, under the same
conditions as the actual structure, in accordance with ASTM
C-31. Flexural tests shall be performed in accordance with
ASTM C-78. The average strength, based on a minimum of two
tests on two beam specimens, will be the basis for
evaluation.
Sec. 07500
24
In lieu of flexural tests, the Contractor may use the
required 28 day strength as the basis for formwork or shoring
removal. The concrete shall obtain its 28 day strength,
prior to removal of forms or falsework or support of forms or
elements on previously placed portions of the structure.
When 28 day compressive strengths are used as the basis for
formwork or shoring removal, the Contractor may either;
At his own expense, have an independent laboratory make
samples in accordance with ASTM C-31 and conduct compressive
strength tests in accordance with ASTM C-39. The samples
shall be field cured in accordance with ASTM C-31. A minimum
of two cylinders will be made for each element to he
evaluated or 100 C.Y. maximum. The average strength of the
two will be the basis for evaluation of the 28 day strength.
Utilize the compressive strength tests conducted by the
Owner, as specified herein, on laboratory cured samples.
When formwork removal is based on the concrete reaching its
specified 28-day strength, the concrete shall be presumed to
have reached this strength in accordance with the following:
When test cylinders, field cured under the most unfavorable
conditions prevailing for any portion of the concrete
represented, have reached the required strength. Except for
the field curing and age at test, the Cylinders shall be
molded and tested as specified in ASTM C-31.
SPECIAL PROVISION TO ITEM 421 - CONCRETE FOR STRUCTURES
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 7.4)
Article 421.2 MATERIALS, (2) Cement. The first paragraph of
this Subarticle is hereby revised to read as follows:
(2) Mixing Water. Water for use in concrete and for curing
shall be potable and be free from oils, acids, organic matter
or other deleterious substances and shall not contain more
than 1000 parts per million of chlorides as Cl nor more than
1000 parts per million of sulfates as SO4. Mixing water used
on the site will be subject to sampling and testing by the
Owner to assure compliance with this specification.
Delete the second paragraph that requires submittal of water
samples for testing.
Article 421.7 CLASSIFICATIONS AND MIX DESIGN. Revise the first
paragraph to read:
It shall be the responsibility of the Contractor to furnish
the mix designs, for the class(es) of concrete specified, to
conform with the requirements contained herein and in
accordance with SDHPT Bulletin C-ll and Supplement thereto.
Sec. 07500
25
The Contractor shall perform at his own expense the work
required to substantiate the design including the testing of
strength specimens. Complete concrete design data shall be
submitted to the Engineer for approval.
Delete the third paragraph that gives the Contractor the option
of accepting a mix design furnished by the Engineer.
Article 421.9 QUALITY OF CONCRETE. Delete paragraphs three,
seven and eight. Add the following paragraphs:
EVALUATION OF CONCRETE STRENGTH pLACED IN STRUCTURES
Evaluation of Test Results. The strength level of the placed
concrete for a particular element will be considered
satisfactory when the averages of all consecutive strength
test results equal or exceed the specified strength and no
individual strength test result falls below the specified
strength by more than 500 psi.
When the strength level is not satisfactory in accordance
with the above, Core Tests may be required at the direction
of the Engineer. Costs of core sampling and testing will be
borne by the Contractor.
Core samples will be at least 2 inches in diameter and will
be tested in accordance with ASTM C-42.
A minimum of three core samples will be taken from the
deficient member at locations determined by the Engineer.
Non-destructive testing (impact hammers, sonoscopes, etc.)
will be used to determine relative strengths of various areas
of the deficient element as an aid in locating cores; these
non-destructive tests will not be used as a basis of
acceptance or rejection. Core samples containing reinforcing
will be unacceptable for testing; additional cores will be
4required. Plug core holes solid with high strength, non-
metallic, non-shrink grout.
Concrete in the area represented by a core test will be
considered adequate if the average strength of the cores is
equal to at least 85 percent of, and if no single core is
less than 75 percent of, the specified 28 day strength.
-- Sec. 07500
26
SPECIAL PROVISION TO ITEM 425 -- PRESTRESSED CONCRETE STRUCTURES
(REFERENCE: NCTCOG SPECIFICATIONS. ~TEM 7.7)
Article 425.2 GENERAL. Delete paragraph 2. Revise paragraph 4
to read:
When alternate designs are permitted by the Contract plans,
the designs proposed shall be submitted to the Engineer for
approval. Approval of these designs must be given prior to
preparation of Shop Drawings. Once alternate designs are
submitted and approved, subsequent changes will not be
permitted.
Delete the last sentence of the seventh paragraph.
Delete paragraphs 8 through 15.
SPECIAL PROVISION TO ITEM 426 -- PRESTRESSING
(REFERENCE: NCTCOG SPECIFICATIONS, ITEM 7.8)
Article 426.2 MATERIALS.
paragraph which begins:
furnish. . "
Delete the last sentence of the third
"In addition, the Contractor shall
Delete the last two sentences of the eleventh paragraph that
begin: "For prestressing systems previously tested . ."
Delete the twelfth paragraph.
Article 426.5 WORKING DRAWINGS.
of this section.
Delete the
last two paragraphs
SPECIAL PROVISION TO ITEM 427 -- SURFACE FINISHES FOR CONCRETE
Article 427.5 APPROVAL OF SURFACE FINISHING MATERIALS. Delete
the article in its entirely and replace with the following:
The material to be furnished shall meet the requirements of
the Texas State Department of Highways and Public
Transportation Specification D-9-8110, Structural Coatings,
latest revision.
SPECIAL PROVISION TO ITEM 430 -- EXTENDING CONCRETE STRUCTURES
Article 430.3 CONSTRUCTION METHODS.
"Department" in the third paragraph.
Substitute "Owner" for
_ Sec. 07500
27
SPECIAL PROVISION TO ITEM 432 -- ROCK RIPRAP
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 8.15)
Article 432.2 MATERIALS. Delete in its entirety and replace with
the following:
The stone riprap shall be hard, durable, able to withstand
disintegration due to weathering and also to resist excessive
breakdow~ due to quarrying, loading, hauling and placing.
The rock shall also be free from unstable materials that can
weather mechanically or chemically, causing the rock to
disintegrate. The rock riprap shall be free from cracks,
seams and other defects that would tend to increase unduly
their disintegration by water and frost action. The rock
riprap shall meet the following strength requirement.
TEST REOUIREMENT
Specific Gravity
Soundness (Magnesium Sulfate
Method) ASTM C-88
Greater than 2.6
Less than 20% loss of
· weight after 5 cycles
Abrasion (using Los Angeles
machine gradine Al) ASTM C-535
Less than 50% loss of
weight after 500 revo-
'lutions
The rock may vary in size for 2" to 12" in diameter and shall
have a uniform thickness of 12". The rock riprap shall meet
the following size requirements:
ROCK SIZE
ROCK FRAGMENTS OF VARIOUS. WEIGHT
(Pounds)
Maximum Size
Medium Size
Minimum Size
56O
140
17
Article 432.12
MEASUREMENT. Delete the last paragraph.
Article 432.13 PAYMENT. Delete the third paragraph entirely and
insert the following:
Payment for all necessary excavation for riprap below natural
ground or bottom of excavated channel, and for shaping of
slopes for riprap will be included in the unit price bid per
cubic yard for rlprap.
SPECIAL PROVISION TO ITEM 435 -- ELASTOMERIC MATERIALS
Article 435.2 MATERIALS. Delete paragraphs (c) and (f) of
Subarticle (1) Elastomeric Bearings.
-- Sec. 07500
28
SPECIAL PROVISION TO ITEM 439 -- CONCRETE OVERLAY
Article 439.1 DESCRIPTION. Delete the first paragraph and
replace it with the following:
This item shall govern for overlaying of a previously
constructed concrete surface with a concrete overlay, and for
the removal and replacement of deteriorated and/or
delaminated concrete, in accordance with the details shown on
the plans and the requirements of this item.
Article 439.2
Article 439.4
(4), and (5).
Article 439.5
MATERIALS. Delete Subarticles (1), (2), and (3).
CONSTRUCTION METHODS. Delete Subarticles (3),
MEASUREMENT. Delete entire Article.
Article 439.6 PAYMENT. Delete entire Article.
SPECIAL pROVISION TO ITEM 440 - REINFORCING STEEL
Article 440.8 MEASUREMENT and 440.9
and insert the following:
Reinforcing steel shall not be
payment but shall be considered
which the work applies.
PAYMENT. Delete entirely
measured separately for
subsidiary to the item to
SPECIAL PROVISION TO ITEM 441 -- STEEL STRUCTURES
(REFERENCE: NCTCOG SPECIFICATIONS, ITEM 7.10)
Article 441.3 SHOP DRAWINGS. Delete the second sentence of the
third paragraph.
Delete paragraphs 4, 5, 8, 9 and 11.
Revise paragraph 10 to read as follows:
When structural members are to be fabricated by welding a
welding procedure in accordance with SDHPT Bulletin C-5 shall
be submitted to the Engineer for review before any welding or
fabrication is performed.
_ Sec. 07500
29
Article 441.5 INSPECTION AND TESTING. Delete paragraphs 2, 3, 6 and 7.
Revise paragraph 4 to read as follows:
Prior to beginning fabrication,
the Engineer mill test reports.
reflect:
the Fabricator
The mill test
shall furnish
reports shall
SpeCification to which material is produced.
Heat number of material.
Chemical and physical properties of the material
required by the material specification.
Impact test data when required.
Grain size or statement that fine grain practice was
used, when required.
Article 441.23 PREPARATION OF MATERIAL FOR WELDING. Delete
reference to 'Protection System II'in the third paragraph.
Article 441.26 METHODS AND EQUIPMENT. Delete the first two
paragraphs and replace with the following:
The Contractor shall be responsible for the method of
erection used and the adequacy and safety of all equipment
and procedures thereto.
The Contractor will not be required to submit detailed
erection plans unless specified on the Drawings.
Delete the following sentence from the last paragraph:
"The methods to be
erection.drawings."
Article 441.28 FALSEWORK.
used shall be submitted on the
Revise the first paragraph to read as follow
It shall be the responsibility of the Contractor to ensure
that the falsework shall be properly designed for the loads
to be supported and shall be substantially and safely
constructed, add properly maintained.
Delete paragraphs 2 and 3.
SPECIAL PROVISION TO ITEM 448 -- STRUCTURAL WELDING
Article 448.3 FILLER METAL. Delete paragraphs 6 and 7.
Article 448.5 PROCEDURE. Substitute "Engineer" for
Division" in the eleventh paragraph.
Delete reference to "Bridge Engineer, 11th and Brazos,
substitute "Engineer" in the fourteenth paragraph.
Article 448.15 RADIOGRAPHIC INSPECTION. Delete 'having
approval of the Materials and Tests Engineer' from the
paragraph.
Bridge
." and
prior
first
Sec. 07500
-- 30
SPECIAL PROVISION TO ITEM 450 -- RAILING
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 8.12)
Article 450.6
sentences.
MEASUREMENT. Delete the second and third
Article 450.7 PAYMENT.
insert the.following:
Delete all but the last paragraph and
The quantity to be paid for shall be the length actually
constructed complete-in-place. Price bid shall also include
any necessary excavation or backfill, plus any other
incidentals required to complete the work.
SPECIAL PROVISIONS TO ITEM 452 -- REMOVING RAILING
Article 452.1 DESCRIPTION.
replace it with the following:
Delete the last sentence and
All railing considered salvable shall become the property of
the Owner and shall be stockpiled as directed by the
Engineer.
Article 452.2 CONSTRUCTION METHODS. Delete the last sentence of
the first paragraph.
Delete the second paragraph.
Delete the fourth paragraph and replace it with the following:
Old concrete which is removed shall become the property of
the Contractor and shall be disposed of in a manner approved
by the Engineer.
Article 452.3 MEASUREMENT.
replace it with the following:
Delete the first paragraph and
Existing railing to be removed as prescribed above will not
be measured for separate payment, but will, in the case of
the railing on the existing bridge over Grapevine Creek, be
measured under the Special Provisions to Item 496, "Removing
Old Structures".
Article 452.4 PAYMENT. This Article is hereby deleted and
replaced with the following:
There shall be no separate payment for the work prescribed by
this item, but it shall be considered subsidiary to the item
to which the work applies.
Sec. 07500
31
SPECIAL PROVISION TO ITEM 460 - CORRUGATED METAL PIPE
Article 460.1 DESCRIPTION. Add the following: This item shall
be used for providing temporary drainage under detours as
required by field conditions.
Article 460.2 MATERIALS. Add the following:
Galvanized steel pipe conforming to AASHTO M-218 and M-36
shall be specified. Pipe shall have a minimum thickness of
0.064" and the corrugations shall be 2 2/3" x 1/2".
Article 460.9 MEASUREMENT and Article 460.10
hereby deleted and replaced with the following:
PAYMENT are
There shall be no separate measurement and payment of this
item, but it shall be considered subsidiary to Pay Item 100,
"Prepare Right-Of-Way."
SPECIAL PROVISION TO ITEM 462 -- CONCRETE BOX CULVERTS
Article 462.1 DESCRIPTION. Add the following to the second
paragraph:
The precast box culverts shall be designed according to the
latest revised ASTM C789 or ASTM C850 (for less than 2'
cover) specifications depending on the cover conditions.
When actual cover conditions vary for a particular section of
box of the same size to where both cover conditions exist,
box sections conforming to ASTM C850 shall be required.
Add the following to the last paragraph:
.Concrete box culverts
structures on the plans
designs and specifications
specified to be cast-in-place
shall conform to the structural
included in the plans.
Article 462.8 CONSTRUCTION METHODS. Delete the first paragraph
and insert the following:
Excavation and backfill shall be in accordance with the
requirements of the Special Provisions to Item 401,
"Excavation and Backfill for Sewers."
Article 462.9 MEASUREMENT. Delete paragraph three and four.
Article 462.10 PAYMENT. Delete paragraphs one through five in
their entirety and replace with the following:
The unit price bid per linear foot for the various sizes and
types of "Concrete Box Culvert," shall be full compensation
in place for constructing, or furnishing and transporting
sections; the preparation and shaping of bed, including
-- Sec. 07500
32
bedding; jointing of sections; all excavation and backfill;
for connections to existing structures; concrete, reinforcing
steel, all sprinkling and compaction of material;
constructing all cofferdams; all dewatering; all soundings;
pumps, drills; all other items of materials, labor, and
equipment, tools, and incidentals necessary to complete the
work in accordance with the plans and these specifications.
When sections are laid on a skew, full compensation for
cutting the ends when required by the plans shall be included
in the unit price bid per linear foot, measured in a
accordance with Article 462.9.
SPECIAL PROVISION TO ITEM 464 - REINFORCED CONCRETE PIPE CULVERTS
(REFERENCE: NCTCOG SPECIFICATIONS, ITEM 2.12~
Article 464.3 CONSTRUCTION METHODS, (1) Excavation and (5)
Backfilling. Delete in their entirety and replace with the
following:
Excavation and backfilling shall be in accordance with the
requirements of the Special Provisions to Item 401,
"Excavation and Backfill for Sewers."
Article 464.5 PAYMENT. Revise the last paragraph with the
following:
Structural excavation and backfill will not be measured for
separate payment, but will be considered included in the unit
price bid for each respective size pipe. There will be no
extra compensation for excavating rock or other
incompressible materials.
SPECIAL PROVISION TO ITEM 470 -- MANHOLES AND INLETS
Article 470.3 STAGES OF CONSTRUCTION.
its entirety.
Article 470.5
(8), and (9).
CONSTRUCTION METHODS.
Article 470.6 MEASUREMENT and Article
Delete this section in
Delete Subarticles (7),
470.7 PAYMENT are hereby
deleted and not replaced. This Item is for reference only, and
therefore, measurement and payment for the items prescribed above
will be in accordance with the Special Provision to Item 475,
"Headwalls, Wingwalls, Inlets and Manholes."
-- Sec. 07500
SPECIAL PROVISION TO ITEM 471 - FRAMES. GRATES. RINGS & COVERS
Article 471.4 MEASUREMENT.
insert the following:
Delete the paragraph entirely and
Frames, grates, rings and covers shall be a part of the
complete manhole and will not be measured for separate
payment.
Article 471.5 PAYMENT. Delete paragraph and insert the
following:
There shall be no separate payment for Frames, Grates, Rings
and Covers, but these items shall be considered subsidiary to
the items to which each applies.
SPECIAL PROVISION TO ITEM 475 - HEADWAT.tR, WINGWALLS. INLETS &
MANHOLES
Article 475.1
and insert the
manholes shall
concrete units.
DESCRIPTION. delete the third sentence entirely
following: All headwalls, wingwalls, inlets and
be cast-in-place and hereinafter described as
Article 475.11 MEASUREMENT. Delete the first three paragraphs
entirely and replace with the following:
Headwalls/wingwalls, inlets and manholes of the type and size
shown on the plans will be measured by each
headwall/wingwall, inlet, or manhole. Excavation and
backfill will not be measured for separate payment but will
be considered subsidiary to the unit price bid for each
headwall/wingwall, inlet, or manhole. Measurement will only
be considered when the headwall/wingwall, inlet, or manhole
is complete-in-place per the plans and specifications.
Article 475.12 PAYMENT. Delete in its entirety and replace with
the following:
Payment for complete headwalls/wingwalls, inlets, or manholes
of the types shown on the plans, complete-in-place and in
accordance with these specifications and measured as
prescribed above, will be made at the unit price bid for each
headwall/wingwall, inlet, or manhole of the type specified.
Payment as provided above shall be f~ll compensation for
furnishing, transporting and placing all concrete,
reinforcing steel, brick, mortar and castings for shaping of
bed, jointing to the new or existing structures; bedding,
cofferdams, dewatering, pumps, excavation, backfill,
sprinkling, compaction, all other materials, tools,
-- Sec. 07500
34
equipment, labor and incidentals
applicable work prescribed above
rings and covers.
necessary to perform the
including frames, grates,
SPECIAL PROVISION TO ITEM 496 -- REMOVING OLD STRUCTURES
Article 496.2 METHOD OF REMOVAL. Delete the first paragraph
under "Concrete Structures" and replace it with the following:
Concrete structures or concrete portions of structures shall
be removed by reducing the concrete into sizes not larger
than one cubic foot, by sledging and/or other methods
approved by the Engineer, with the exception of blasting
which will not be permitted.
Delete the last sentence under "Salvage" and replace it with the
following:
All of these materials shall be the property of the Owner.
Delete the last paragraph under "Salvage."
Article 496.4 PAYMENT. Delete the Article and replace it with
the following:
The work as prescribed by this item shall be paid for at the
unit price bid for Pay Item 496, "Removing Old Structures",
which price shall be full compensation for all work, labor,
tools, equipment, excavation, backfilling, materials, and
incidentals necessary to complete the work.
pROVISION TO ITEM 502 - BARRICADES, SIGNS AND TRAFFIC HANDLING
(REFERENCE: NCTCOG SPECIFICATIONS, ITEM 8.1)
Article 502.3 MEASUREMENT and 502.4
articles and replace with the following:
PAYMENT. Delete both
The work and materials as prescribed by this item will not be
paid for as a separate item, hut will be considered
incidental to the project, except Portable Concrete Traffic
Barriers, which shall be paid for in accordance with Item
512, "Portable Concrete Traffic Barriers."
Sec. 07500
35
SPECIAL PROVISION TO ITEM 504 - STRUCTURE FOR FIELD OFFICE
_AND LABORATORY
Article 504.2 GENERAL REQUIREMENTS. Delete the first paragraph
and replace with the following:
One (1) structure will be required and located in an area
acceptable to the Engineer.
Delete the fifth paragraph in its entirety.
Article 504.3 TYPE OF STRUCTURE. This article is voided in its
entirety and replaced by the following:
The structure shall have or be built to at least the
following minimum standards or as approved by the Engineer.
The field office shall not be less than 10'x16'xS' high with
four completely weather stripped glass windows (one in each
wall) and one completely weather stripped exterior door. The
walls shall be insulated.
The field office shall be furnished with a heat pump for
heating and cooling of sufficient capacity for maintaining
suitable office temperatures. It shall have sufficient
fluorescent ceiling lights, suitable number of 120 vac duplex
wall receptacles, and a telephone jack.
The office shall be provided with a desk, two chairs, one
trash container, and one chilled water drinking container.
It shall also have a 72"x32" plan table.
The building shall be serviced with sewer or septic tank with
connections and shall contain a restroom properly partitioned
and furnished with, as a minimum, a flush toilet and
lavatory.
The building shall be installed level and stable, located at
and facing the direction agreed upon by the Engineer. All
utilities, including a telephone, shall be connected and paid
for by the Contractor until final acceptance of the contract
work on the project.
The area outside the building will be kept clean and
maintained by the Contractor as required by the Engineer.
Suitable outside steps, shoe sole cleaning scraper, concrete
or gravel walk (depending upon the site conditions), an
accurate outside hi-low thermometer, adequate outside garbage
containers with covers shall be provided. An outside light
shall be provided to light the field office area at night.
Should vandalism become a problem, the Contractor shall
provide suitable security surveillance and area fencing or
both to insure the safety of the field office and its
contents.
Sec. 07500
36
Article 504.4 MEASUREMENT AND PAYMENT.
and replaced by the following:
This article is voided
Work performed and materials furnished as prescribed by this
item will be measured and paid for at the lump sum unit price
bid for "Field office", complete-in-place, which price shall
be full compensation for all labor, tools, materials,
furnishing equipment, electricity, water and fuel, and
incidentals necessary to complete the work.
The total lump sum price will be divided equally among the
total number of months allowed for construction of the
project. The resulting amount will be the maximum amount
allowable to be submitted on monthly pay applications.
SPECIAL PROVISION TO ITEM 508 - CONSTRUCTING DETOURS
(REFERENCE: NCTCOG SPECIFICATIONS. ITEM 1.22)
Article 508.2 MATERIALS. Revise the second paragraph by adding
the following to the first sentence: except, the 48" corrugated
metal pipe used may, at the option of the Owner, be salvaged and
become the property of the Owner if he so chooses.
Article 508.4 MEASUREMENT. and 508.5 PAYMENT. Delete in their
entirety and replace with the following:
No separate measurement and payment shall be made for
"Constructing Detours." Execution of the work described
herein shall be considered subsidiary to the other items of
work and shall be measured and paid for in accordance with
the pertinent bid items.
SPECIAL PROVISION TO ITEM 512 - PORTABLE CONCRETE TRAFFIC BARRIER
Article 512.1 DESCRIPTION. Delete the last sentence in the
paragraph.
Article 512.3 CONSTRUCTION METHODS.
and insert the following:
Delete the last paragraph
When portable barrier is no longer required on the project,
it shall be removed by the Contractor from the site.
Article 512.6 PAYMENT. Delete the last paragraph in its
entirety and insert the following:
The work performed in removing the barrier from an existing
location and removing it from the job site and measured as
provided above will be paid for at the unit price bid for
"Concrete Traffic Barrier (Removal)," which price shall be
full compensation for removing the barrier from roadway or
Sec. 07500
37
structure, and then removing them from the job site,
repairing the roadway, and for all manipulations, labor,
tools, equipment and incidentals necessary to complete the
work.
SPECIAL PROVISION TO ITEM 530.3 - BRICK PAVERS
Article 530.1 DESCRIPTION. Add the following:
Furnish and install solid concrete paving stones as shown on
the drawings and as recommended by the manufacturer. Furnish
and install and sand laying course and all accessory items as
required.
Article 530.2 MATERIALS.
1. Pavers
Materials furnished under this item shall be as manufactured
by the Pavestone Company, Box 413, Grapevine, Texas, 76051,
phone (817) 581-5801, or approved equal:
a. Pavers (Crosswalks): Shall be Uni-Decor, 3 1/8" (8 cm.)
thickness, by Pavestone Co.
b. Pavers (Edges): Shall be Holland I, 3 1/8" (8 cm.)
thickness, by Pavestone Co.
c. Pavers (Intersection): Shall be Uni-Decor, 3 1/8" (8
cm.) thickness, by Pavestone Co.
d. Accessories as required for edge treatment shall be as
recommended by the manufacturer.
e. Physical requirements: All pavers shall conform to ASTM
C 936-82.
Colors for the above shall be as approved by the Owner.
2. Cementitious Materials and Aggregates:
ASTM C-150 and ASTM C-33, respectively.
Shall conform to
3. Sand: Masonry sand will not be allowed. The sand laying
course shall he a well graded clean washed sharp sand with
100% passing a 3/8" sieve size and a maximum of 3% passing ~
No. 200 sieve size. This is commonly knoyn.as manufacture
concrete sand, limestone screening, ~r. ~lmllar. The sand
laying course should be the responsibility of the paving
stone subcontractor.
-- Sec. 07500
38
Article 530.3 INSTALLATION.
Installation shall be performed by a subcontractor approved
by the Engineer. Installation shall conform to
manufacturer's recommendations and the following:
A. Construction of Sand Laying Course
1. The finished base course shall be approved before the
placement of the sand laying course.
2. The construction of the sand laying course shall be in
accordance with manufacturer's recommendation and approved by
Engineer prior to beginning installation.
B. Placing Pavers
1. The paving stones shall be laid in such a manner that the
desired pattern is maintained and the joints between the
stones are as tight as possible. For maximum interlock it is
recommended that joints between stones do not exceed 1/8"
2. String lines should be used to hold all pattern lines
true.
3. The gaps at the edge of the paver surface shall be filled
with standard edge stone or with stones cut to fit. Cutting
shall be accomplished to leave a clean edge to the traffic
surface using a double-headed breaker or a masonry saw.
However, when cutting precision designed areas, a masonry saw
is recommended. Whenever possible, no cuts should result
with a paver less than 1/3 of original dimension.
4. Paving stones shall be vibrated into the sand laying
course using a vibrator capable of 3,000 to 5,000 pounds
compaction force with the surface clean and joints open.
5. After vibration, clean masonry type sand containing at
least 30% of 1/8" (3mm.) particles shall be spread over the
paving stone surface, allowed to dry, and vibrated into
joints with additional vibrator passes and brushing so as to
completely fill joints.
6. Surplus material shall then be swept from the surface or
left on surface during construction time to insure complete
filling of joints during initial use. This sand also may
provide surface protection from construction debris.
Article 530.4 MEASUREMENT.
Pavers, Item. 530.3, will be
complete and in place, for
approved by the Engineer.
measured by
the complete
the square yard,
installation as
Sec. 07500
39
Article 530.5 PAYMENT.
Pavers, Item 530.3, will be paid for by the square yard for
an installation complete and in place.
SPECIAL PROVISION TO ITEM 582 - WATER MAINS AND DRAINS
(REFERENCE: NCTCOG SPECIFICATIONS, ITEM 2.12. UNDERGROUND
CONDUIT AND RELATED MATERIAL
DELETE THE ENTIRE ARTICLE AND REPLACE WITH THE FOLLOWING:
Article 582.1 DESCRIPTION. This item shall govern for all mater-
ials and work necessary for furnishing and installing all water
mains of the type specified, all sanitary sewer mains, and any
and all distribution lines as shown on the plans, including all
clearing, grubbing, excavation, dewatering, pipe laying,
jointing, testing, backfilling, and any other work that is
required or necessary to complete the installation as shown on
the plans and as specified herein.
Prior to beginning any excavation, the Contractor shall read, and
familiarize himself with the "TRENCH SAFETY STUDY, DENTON TAP
ROAD PAVING AND DRAINAGE IMPROVEMENTS, BELT LINE ROAD TO
COTTONWOOD BRANCH CREEK, COPPELL, TEXAS" which is included in
Appendix B of this document. The Contractor shall perform the
work of excavation in strict accordance with the requirements
shown on sheet 100 of 102 of the Drawings, entitled "Trench &
Slope Excavation Details".
The contractor shall be responsible for all materials furnished
to him by his material suppliers and shall replace at his expense
all such materials that are found to be defective in manufacture
or that are. damaged in handling.
The contractor shall install piping to meet all applicable stan-
dards. The contractor shall provide manufacturer's certificate
that materials meet or exceed minimum requirements as hereinafter
specified
Article 582.2 MATERIALS. Each water main or distribution line
shall be installed using the materials designated on the plans
and as specified herein. All materials shall be new and meet the
following minimum specifications:
582.2 A. PIPE.
1. POLYVINYL CHLORIDE WATER PIPE AND FITTINGS (PVC).
a. Unless otherwise specified on the plans, 1/2 inch
PVC pipe shall be Class 315, 3/4 inch or larger PVC
shall be Class 200. All thermoplastic PVC pipe shall
fulfill the requirements of ASTM D2241, Class 200, DR
14. Pipe shall be "Blue" in color.
_ Sec. 07500
40
b. Where specified on the plans, Schedule 40 PVC pipe
shall be PVC 1120 and shall meet requirements of ASTM D
1785.
C. PVC, DR 14, shall meet or exceed requirements of
AWWA C-900, latest revision, with cast iron outside
dimensions and with rubber ring bell joint which shall
be an integral and homogeneous part of the pipe barrel
conforming to ASTM D 3139, latest revision. Rubber
gaskets shall conform to ASTM D 1869, or AS~4 F477.
d. PVC water pipe shall be listed by Underwriter
Laboratories and approved for use in cities and towns
of Texas by the State Board of Insurance.
e. The rigid PVC pipe shall bear the seal of approval
(or "NSF" mark) of the National Sanitation Foundation
Testing Laboratory for potable water pipe.
f. Pipe shall be made from NSF approved Class 12454-A
or B PVC compound conforming to ASTM D 1784 resin
specification.
CAST IRON PIPE AND DUCTILE IRON PIPE WATER MAIN AND
FITTINGS (C.I.P.) (D.I.P.)
a. Unless otherwise specifically shown on the plans,
or approved in writing, shall conform to ANSI A 21.6
(AWWA C106, latest revision), 200 psi working pressure,
and shall be centrifugal cast pipe of rubber gasket
type joint, furnished in 16' or 18' nominal laying
lengths. All such pipe shall bear a mark denoting
approval by the Underwriters Laboratories.
b. Cast iron pipe under these specifications shall
have a tensile strength of 21,000 lbs. per square inch
and 45,000 lbs. per square inch modulus of rupture.
All such pipe shall be manufactured in accordance with
ANSI "Manual for Thickness Design of Cast Iron Pipe",
and shall be designed for 200 lbs. water working
pressure, 8 feet of cover, and field condtion B.
c. Ductile iron pipe shall be manufactured from metal
having a minimum tensile strength of 60,000 lbs. per
square inch, a minimum yield strength of 42,000 lbs.
per square inch and a minimum elongation of 18 percent
(60-40-18), and shall meet all requirements of AW-WA
Specification C150 and C151, latest revision, Class 50.
d. Joints for cast iron or ductile iron pipe shall be:
(1) Push-on joint with rubber gasket conforming to
ANSI A21.11 (AWWA C111) of latest revision, or
(2) Mechanical joint conforming to ANSI A21.11 (AWWA
C111) of latest revision, or
-- Sec. 07500
41
(3) Bell and spigot joints conforming to ANSI A21.6
(AWWA C106) of latest revision, or
(4) Flanged joint conforming to AWWA C110/ANSI
A21.10, 250 psi working pressure.
e. Fittings for cast iron or ductile iron pipe
be:
(1) Mechanical joint fittings
A21.11 (AWWA C111), of latest
working pressure, or
(2) Bell and spigot
A21.10 (AWWA C110),
latest revision.
shall
conforming to ANSI
revision, 250 psi
fittings, conforming to ANSI
250 psi working pressure, of
(3) Flanged fittings, 250 psi working pressure,
conforming to ANSI A21.10 (AWWA-Cll0) with rubber
ring gaskets.
(4) Screwed fittings, 125 lb. NPT thread conforming
to ANSI B2.1.
f. Ail ductile iron pipe shall have a standard
thickness of cement mortar lining as specified in ANSI
A21.4, latest revision (AWWA C104), except for flanged
and screwed pipe, which will receive an inside tar
coating in place of the cement mortar lining.
g. Ail ductile iron pipe, valves, and fittings shall
be coated on the outside with hot dipped coal tar
varnish conforming to Federal Specification WW-P-421
or, in lieu of coal tar coating, polyethylene
encasement may be used for ductile iron pipe in
accordance with ANSI/AWWA C105/A 21.5 latest revision.
The film shall have a minimum nominal thickness or
0.008 inches (8 mils.).
h. Bolts and nuts for mechanical joints or flanged
ends shall be of a high-strength low-alloy corrosion-
resistent steel and shall conform to ASTM
Designation A 325 (Type 3).
3. REINFORCED CONCRETE CYLINDER PIPE WATER MAIN (RCCP)
a. The. reinforced concrete cylinder pipe to be
furnished and installed this section shall be composed
of a steel cylinder with wire reinforcement and a
concrete core or lining inside and a concrete coating
outside.
b. The pipe shall conform to AWWA C301--Reinforced
Concrete Water Pipe--Steel Cylinder Type, Prestressed;
C303--Reinforced Concrete Water Pipe--Steel Cylinder,
Pretensioned, latest revisions. The pipe shall be
-- Sec. 07500
42
designed and manufactured to withstand 200 psi working
pressure and be approved by the Underwriters
Laboratories and the Texas Fire Insurance Commission.
c. Special pipe sections, short length, outlets and
special fittings such as reducers, %-yes, tees and bends
shall be furnished and installed where required to
complete the pipeline as shown on the plans. Fittings
shall be constructed of steel cylinders, shall be
concrete lined and coated, and shall be designed to
withstand a working pressure equal to that of abutting
pipe sections.
d. Ail outlets or other exposed metal shall be coated
with mortar in such a manner that all exposed portions
of metal are completely covered.
e. The contractor shall furnish layout drawings which
show each run of pipe and indicate the location of all
bends, outlets, special fittings and connections which
are to be included as a part of the pipe to be
installed on this project.
4. POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS
a. Ail pipe and fittings shall be suitable for use as
a gravity sewer conduit and shall conform to ASTM
'D3034 (SDR 35), lares revision, minimum pipe
stiffness, 46 psi. Pipe shall be similar to Certain-
Teed Fluid-Tite PVC pipe, Johns-Manville Ring-Tite PVC
Gravity Sewer Pipe, or approved equal. Pipe shall be
"Green" in color.
b. Joints for PVC sewer pipe shall be integral bell
gasketed joint designed so that when assembled, the
elastomeric gasket inside the bell is compressed
radially on the pipe spigot to form a positive seal.
The joint shall be so desgned to avoid displacement of
the gasket when installed in accordance with the
manufacturer's recommendation. Joints shall conform to
ASTM D3212, latest revision. Gaskets shall conform to
ASTM F477, latest revision.
5. DUCTILE IRON SEWER PIPE A~D FITTINGS
a. Ductile iron gravity sewer pipe shall
ASTM A746, latest revision. ANSI A21.51 or
latest revisions, Class 52.
conform to
AW-WA C151,
b. Joints for ductile iron pipe shall be:
(1) Mechanical joint, conforming to ANSi A21.11
(AWWA Clll) of latese revision, or
(2) Push-on joint, with rubber gasket as described
in ANSI A21.11 (AWWA C111) latest revision.
_ Sec. 07500
43
c. Cement-mortar lining shall conform to ANSI A21.4.
6. CAST IRON SOIL PIPE AND FITTINGS
a. Cast iron soil pipe and fittings for hubless cast
iron sanitary system shall conform to ASTM A74, latest
revision, CISPI designation 301-78 or latest revision.
b. Rubber gaskets for joints shall conform to ASTM C564
latest revision, CISPI designation 310-78 or latest
revision.
582.2 B. VALVES
1. GENERAL: This item shall include furnishing of all
labor, materials and equipment for distribution systems in
accordance with contract drawings and these specifications.
2. SUBMITTALS
a. Catalog Data:
illustrations.
Submit manufacturer's literature and
b. Weights: Statement of net assembled weight of each
size of valve furnished.
c. Shop Drawings of Valve and Operators.
(1) Dimensions
(2) Construction details
(3) Materials
d. Installation Instructions:
installation instructions.
Complete manufacturer's
e. Maintenance Data:
(1) Maintenance instructions
(2) Parts lists
f. Certificates: Submit manufacturer's certification
that valves and accessories meet or exceed specification
requirements.
3. PRODUCT DELIVERY, STORAGE, AND HANDLING
a. Prepare valves and accessories for shipment according
to AWWA C500 and:
(1) Seal valve ends to prevent entry of foreign
matter into valve body.
(2) Box, crate, completely enclose, and protect
valves and accessories from accumulations of foreign
matter.
Sec. 07500
44
weather, moisture, aor possible damage.
c. Do not store materials directly on ground.
d. Handle items to prevent damage to interior
exterior surfaces.
Store valves and accessories in area protected from
or
e
GATE VALVES (Mains 12" Diameter or less)
a. Gate valves shall be Waterous, Kennedy or Engineer
approved equal, resilient wedge valves with red epoxy
coated body, non-rising stem, O.S.Y., AWWA C500, latest
revision. Valves shall be of equal, or greater, pressure
class than the piping in which they are to be installed.
Equipped with "0" ring seals at top of stem, and 2"
square operating nut. Valves shall open by turning
counter-clockwise.
b. Valve boxes shall be cast iron and shall be of
sufficient length and diameter to operate all vlaves
buried in the ground. Covers shall be marked "Water".
The boxes shall rest on the valve and be adjusted so that
the cover may be set flush with finished grade.
5. BUTTERFLY VALVES (Mains 16" Diameter or larger)
a. Shall be Waterous, Kennedy, or Engineer approved
equal, and shall meet or exceed the design strength,
testing and performance requirements of AWWA Standard
C504, latest revision. The manufacturer shall provide
certification and test reports upon engineer's requires.
b. Bodies - Shall be suitable for installation between
ANSI A21.10 (AWWA Cl10) cast iron flanges or ANSI B16.5
Class steel flanges. End preparation shall be flanged,
or full lug body wafer. Lug wafer bodies shall have the
lugs drilled and tapped. Wafer bodied valves are not
acceptable.
c. Discs - Shall be one-piece cast design with no
external ribs transverse to the flow. Disc hub and edge
shall be ground and polished to a rounded contour to give
full concentric seating with the lowest practical seating
torque and maximum seat life.
d. Valve Seats - Shall meet or exceed the thickness
requirements of AW-WA C504 and be of a design that totally
encapsulates the inside ferrous surfaces of the valve
body for maximum valve body protection against corrosion
and tuberculation. Valve seats shall be designed with
integral seals at the disc and shaft hub areas to
completely isolate the stem, stem bearings, and body
areas from the corrosive effects of the flowing media.
Valve seats shall be completely field replaceable at the
job site without the use of special tools.
_ Sec. 07500
45
e. Shafts - Shall be one piece extending completely
through the disc. Stub shaft design may be used if in
total accordance with AWWA C504-70, Section 7. Valve
shafts shall be securely fastened to the valve disc by
corrosion resistant shakeproof cap screws or taper pins.
Valve shafts shall be of materials and deameters as
required by AWWA C504 or of corrosion resistant materials
and diameters which give equivalent strength. Disc to
stem connections, or turned down portions of shafts shall
be designed to transmit shaft torques equivalent to 75%
of the required shaft diameter
f. Shaft Bearing Surfaces - Shall be adequately designed
to absorb the loads imposed by the service conditions and
any side thrusts developed by the operator. Inboard
bushings shall be nylon reinforced teflon in sizes 2" to
20" and luberized bronze in sizes 24" to 48".
g. Shaft Seals - Shall be of the double-Chevron bi-
directional type suitable for both pressure and vacuum.
The packing gland, studs and a nut shall be corrosion
resistant materials.
h. Manual Operators - Shall be the worm gear type having
permanently grease lubricated totally enclosed gearing
with operating nut and gear ratio design to requre not
more than 40 lbs. pull. Operator shall be provided with
adjustable limit stops on the input shaft to the
operator. Limit stops on output shaft of operator will
not be permitted. Operator shall be designed for direct
burial service and valve box shall be'provided over
operating nut.
i. Materials of Construction:
Valve Bodies shall be cast iron, ASTM A126, Class B,
or ductile iron ASTM A536, Grade 65-45-12.
Valve Discs, 2" through 20", shall be aluminum-
bronze ASTM B148, Class 9A (CA-952). 24" shall be
nodular iron with welded monel overlay edge or
aluminum bronze, heat treated.
Valve Shafts shall be 17-4 PH stainless steel, 18-8
type 304 or 316 stainless steel, or monel.
Valve Seats shall be EPDM (eth;ylene propylene diene
monomer). Where trace of hydrocarbon are present,
valve seats shall be Buna N. Valve shaft bearings
shall be nylon reinforced teflon or liberized
bronze.
Butterfly Valves shall be Waterous, Kennedy, or
Engineer approved equal.
-- Sec. 07500
46
582.2 C.
1.
6. VALVE BOXES
a. Valve boxes shall be three piece, screw type, 501/4"
shaft. Contractor shall supply boxes with the correct
base for all valves and in correct lengths for fielkd
conditions. Special valve boxes shallk be constructed
as shown on the plans. PVC pipe will not be permitted
for valve box extensions.
7. BLOW-OFF VALVES
Blow-off valves shall be placed at the locations shown
on the Drawings. Valves shall be 6", 350 lbs. per
square inch standard AWWA C500.
8. AIR VALVES
Air valves shall be installed at the high points of the
lines as directed by the Engineer and shall be two inch,
Crispin Universal as manufactured by Multiplex Manufac-
turing Company, Berwick, Pennsylvania, or approved equal.
MISCELLANEOUS ITEMS
FIRE HYDRANTS
Fire hydrants shall be of the center stem compression
type construction with break away flanges as
manufactured by Waterous, Kennedy, or Mueller and have a
minimum valve opening of 5-1/4". The hydrants shall
meet all the requirements of AWWA Specification C502 and
shall be equipped as follows: Two hose nozzles (2-
1/2"); one pumper nozzle (4 1/2" steamer); packing ("0"
ring); Inlet connection (6" mech. jr.); groundline to
centerllne hose nozzles (18"). The contractor shall
furnish for approval of the Engineer, specifications and
shop approval of the Engineer, specifications and shop
drawings of the hydrants proposed for installation in
the system. Hydrants must meet the 150 lbs. psi working
pressure and 300 psi hydrostatic pressure.
2. VALVE OPERATING WRENCH
Contractor shall supply two operating wrenches of
sufficient length to property operate the valves.
3. CONCRETE
Shall develop a compressive strength of 3,000 pounds per
square inch at twenty-eight (28) days.
4. COPPER WIRE
Copper wire for use with plastic (PVC) pipe shall be No.
12 single strand plastic coated.
Sec. 07500
47
5. COPPER SERVICE PIPE
582.3
A.
Copper service pipe shall be Type K and shall meet
Government Specifications WWT 799A and ASTM Specifica-
tions B88-62.
6. POLYETHYLENE SERVICE PIPE
Polyethylene service pipe shall be Class 150 and shall
conform to Commercial Standards PE3306 for Type 2
material made to SDR-9 dimensions.
7. POLY WRAPPED PIPE
Polyethylene encasement is required for all ductile iron
and cast iron pipe, valves and fittings.
Polyethylene encasement shall conform to AWWA C105
latest revision.
8. CASING PIPE
Casing shall be as specified on the drawings. Steel
casing or concrete pipe casing or corrugated metal
casing may be used if all applicable requirements are
met or exceeded.
9. GROUT
Mix design shall be submitted to Engineer for approval
prior to installation. Grout shall be used to fill
voids between the casing pipe and the surrounding soil
on all bores and wherever else indicated on the plans.
CONSTRUCTION METHODS
The work to be performed under this section shall
include all labor, materials, equipment, transporation,
all excavation, installation, and all backfill, testing
and facilities necessary for proper installation of all
water lines, sewer lines and distribution lines as shown
on the plans, and/or as herein specified.
The work under this section shall also consist of all
necessary relocations of utilities and restoration of
street surfaces, parkways, all utilities, driveways,
sidewalks, etc.., to conditions existing prior ro the
start of construction.
Ail lines shall be constructed from the utility mains,
shown on the drawings or designated by the utility
company and connecting to utility service lines. The
contractor shall be responsible to check all elevations
of inverts of existing pipes before construction of
lines or mains.
Sec. 07500
48
De
Utility extension, rerouting and connection costs shall
be paid and arranged for by contractor. All costs
involved in extending, rerouting and connecting the
utilities whether or not part of the work must
necessarily be performed by the various rtility company
crews shall be paid by this contractor. Any charges for
connections to mains, valving, extending to curb,
property line or building, furnishing equipment, etc.,
shall be paid for as a part of the work of this section.
Regardless of whether the Owner may have to sign with
the utility company for any or all of these services,
the contractor shall include in his bid all fees, city
inspection charges, permit charges, work charges, etc.,
and shall be ready to deposit with the utility company
said fees when required at time of Owwner's signing for
same.
E. Existing site Conditions:
Existing Utilities: Locations and sizes of existing
utilities as shown on the drawings are based on the
best available information and may not be entirely
correct. Exact location, depth and size must be
verified by the contractor in the field. Additional
compensation will not be allowed if damage to the
utilities results because of minor discrepancies
between locations shown on the drawings and actual
field locations. Relocation of utilities in place
shall be done whether or not such work is
specifically shown on the drawings.
Any existing utilities that may be shown on the
drawings or the location of which is made known to
the contractor prior to excavation shall be protected
from damage during the excavation and backfilling of
trenches and, if damaged, shall be repaired by the
contractor at his expense.
Any existing utility that is not shown on the
drawings or the location of which are not known to
the contractor in sufficient time to avoid damage, if
inadverttently damaged during excavation, shall be
immediately repaired by the contractor due to the
existence of utilities that are not shown on the
drawings or the location of which is not known to the
contractor at the time of bidding.
Any existing utility lines and services shall be
maintained at all times, except for such short
periods of time as may be necessary to actually make
connections to new work to the existing system. When
it is necessary to temporarily interrupt service for
the above purpose, such shall be done only at such
date and time as may be established in advance by the
Engineer. Thoses lines shown on the drawings to be
abandoned or removed shall not be abandoned or
Sec. 07500
49
removed until after it has been determined that they
are no longer required for service and until such
action has been approved by the Owner and the
Engineer.
F. LINES, GRADES, STAKES AND TEMPLATES
The Contractor shall, at his own expense,
stakes, templates, patterns, platforms
including a person qualified to lay out
work.
furnish all
and labor,
all of the
The Engineer will furnish, upon request from the
Contractor, limit marks and bench marks reasonably
necessary for the execution of the work.
It shall be the Contractor's responsibility to
protect these limit marks and bench marks set by the
Engineer. Should the marks become destroyed or
damaged, the cost of their replacement will be at the
Contractor's expense.
The Engineer may furnish a representative to check
alignment and grade, after it has been laid out ready
for construction; however, this will in no way lessen
the responsibility of the Contractor to see that
grade and alignment are correct at all times.
Se
The lines and grade of the sewer, as well as the
location of manholes, wyes, and all other
appurtenances, will be as shown on the plans or as
directed by the Engineer.
The Engineer reserves the right to indicate which
sewer lines will receive priority in construction.
The work will, in general, be from the lower end of
the system toward the upper end of the system.
7e
The Contractor shall give the Engineer a minimum of
forty-eight (48) hours notice for any engineering or
inspection necessary to continue or complete the
work.
8. No deviation.shall be made from the required line or
grade without written approval from the Engineer.
G. EXCAVATION
The Contractor shall perform all excavation that may
be required for the installation of any and all parts
of this section.
Sec. 07500
5O
The excavation of the trench shall not advance more
than 200 feet ahead of the completed pipe work except
where, in the opinion of the Engineer, it is
necessary to drain wet ground, or for other reasons
as approved by the Engineer.
Ail excavations shall be made in accordance with the
provisions shown on Sheet 100 of 102 of the Drawings
entitled, "Trench & Slope Excavation Detials." Trench
bottoms shall not be less than 12 inches wider nor
more than 16 inches wider than the outside
diameter of the pipe laid therein, and shall be
excavated true to line, so that clear space of
not less than 6 inches nor more than 8 inches in
width is provided on each side of the pipe. The
bottom of trenches shall be accurately graded to
provide uniform bearing and support for each section
of pipe or undisturbed soil at every point along its
entire length, except for positions of the pipe
sections where it is necessary to excavate for bell
holes. Bell holes shall be excavated onlyto an
extent sufficient to permit accurate work in the
making of the joints and to insure that the pipe, for
a maximum of its length, will rest upon the prepared
bottom of the trench. The bottom of all trenches
shall be rounded so that at least one-fourth (1/4) of
the circumference of the pipe rests firmly on
undisturbed soil. If the Contractor should, by
error, excavate below the proper elevation for the
bed of the pipe or should he desire to substitute an
approved granular backfill, properly tamped, for
supporting the pipe to the same extent as the shape
trench bottom, then the Contractor must bring the
trench bottom to the proper grade by refilling, at
the Contractor's expense, with an approved granular
backfill. This backfill material shall be sand or
fine gravel that does not contain large rocks or
other deleterious materials and should be placed so
that it is at least 2 inches deep below the bottom
and so that the lower one-third (1/3) of the pipe is
uniformly supported on undisturbed soil.
Ail excavation shall be placed on one side of the
trench in conformance with the provisions of Sheet
100 of 102 of the Drawings, entitled "Trench & Slope
Excavation Details," unless permission is given by
the Engineer to place it on both sides. Excavated
materials shall be placed so as not to endanger the
work and workmen, and so that free access may be
had at all times to all parts of the trench. All
shade trees, shrubs, etc., along the line of
construction shall reasonably protected, and
tunneled if necessary unless specific directions are
given to remove them.
-- Sec. 07500
51
The Contractor shall provide, without additional
compensaion,, suitable temporary channels for the
water that may flow along or across the site of the
work. Any water pumped from the trenches, or other
excavations, must be disposed of in a manner
satisfactory to the Engineer.
H. BRACING AND SHORING
1. The Contractor shall, furnish, put in place, and
maintain, such sheeting, bracing, shoring, etc. (in
accordance with the provisions of Sheet 100 of 102 of
the Drawings, entitled "Trench & Slope Excavation
Details") as may be required to support the sides
of the excavation and to prevent any movement which
can in any way damage adjacent pavement or other
structures, damage or delay the work or
construction, or endanger life and health. Care
shall be taken to prevent voids outside the sheeting,
but, if voids are formed, they shall be immediately
filled and rammed to the satisfaction of the
Engineer.
2. For the purpose of preventing injury to persons,
corporations or property, whether public or private,
(where the liability for damage on account of which
is to be assumed entirely and solely by the
Contractor under this contract) he may also leave in
place, to be embedded in the backfill of the trench
any and all sheeting, bracing, etc., in addition to
that ordered in writing by the Engineer'to be left in
place, except that no sheeting and bracing which is
within 4 feet of the surface of the street may be
.left in place in the trench without written
permission of the Engineer.
3. Ail sheeting and bracing which may not be left in
place under the foregoing conditions must be removed
upon completion of backfilling the trench. All
voids left by the withdrawal of sheeting shall be
immediately refilled and compacted by ramming or
water, or otherwise, as may be directed.
4e
The .right of .the Engineer to order sheeting and
bracing left in place shall not be construed as
creating an obligation on his part to issue such
orders; and his failure to exercise his right to do
so shall not relieve the Contractor from liability or
damages to persons or property, occurring from or
upon the work of constructing the sewer occasioned by
negligence or otherwise, growing out of the failure
of the Contractor to leave in place in the trench
sufficient sheeting and bracing to prevent any caving
or moving of the ground adjacent to the banks of the
trench.
-- Sec. 07500
52
I. DEWATERING
The Contractor shall at all times during construction,
provide and maintain ample means and devices with which
to promptly remove and properly dispose of all water
entering the sewer trenches or excavations, and keep
said excavations dry until the structures are poured and
the concrete has set. No pipes shall be laid, nor
pipe joints made, in water; nor shall water be allowed to
rise over masonry or mortar until the concrete or
mortar has set at lease twenty-four (24) hours.
J. BEDDING MATERIAL
Six (6) inches of sand cushion shall be used to receive
the pipe barrel and each pipe section, when in place,
shall have a uniform bearing on the sand cushion for the
full length of the pipe barrel. Pipe shall not be laid
unless the sand cushion is free of water and in a
condition satisfactory to the Engineer. Adjustments of
the pipe to line and grade shall be made by scraping away
or filling in with gravel, or approved selected material,
and not by wedging or blocking up the bell. After pipe
is in place, 12" of sand shall be placed above the pipe
prior to backfilling with select material.
Bedding material will not be measured or paid for as a
separate item. The cost thereof will be included in the
unit price bid per length of pipe.
In no case will extra compensation be allowed for
furnishing any bedding material required to complete the
installation of pipe.
K. PROTECTION AND INSTALLATION
Care and precautions shall be taken to prevent the
introduction of foreign material into the existing
system. Well fitted stoppers or bulkheads shall be
securely placed in all openings and in the end of the
line when construction is stopped temporarily and at
the end of each day's work. It shall be the
responsibility of the Contractor to deliver to the
Owner a pipeline which is clean throughout its entire
length.
Bell holes of ample size shall be cut under and
around all joints to provide adequate room for making
joints and to assure that the barrel of the pipe
rests uniformly and in continuous contact with the
supporting ground for its entire length.
Water will not be permitted in the trenches while the
pipe is being laid. The Contractor shall not open up
more trenches than the available pumping facilities
are able to dewater to the satisfaction of the
-- Sec. 07500
53
4e
Se
e
Engineer.
A tolerance of six (6) inches from the established
grade may be permitted, if approved by the Engineer,
in order to prevent excessive breaks in alignment at
the joints to such an extent that the joints cannot
be properly made.
Should conflict
the water line
conflict.
in grade occur with other utilities,
grade shall be changed to avoid the
The interior of the pipe shall be clean and joint
surfaces shall be clean and dry when the pipe is
lowered into the trench. Each pipe, fitting, and
valve shall be lowered into the trench carefully and
laid true to line and grade.
Ail joints shall be made in strict accordance with
the manufacturer's specifications.
L. THRUST BLOCKS
2500 psi concrete shall be placed for blocking at
each change in direction of all pressure pipelines in
such manner as will substantially brace the pipe
against undisturbed trench walls. Concrete blocking,
made from Type I cement, shall have been in place
four days prior to testing the pipeline as herein-
after specified. Test may be made in two days after
completion of blocking if Type III cement is used.
At all points where set connections are made to
existing lines, the tapping connection fittings shall
be supported by blocking up to the spring line with
2500 psi concrete.
3. Ail valves shall be supported by a 3000 psi concrete
pad, 6 inches thick and of sufficient size to rest
against undisturbed earth.
4. Concrete blocking will not be measured or paid for as
a separate item, but the cost thereof shall be
included in the various items listed in the Proposal
and Bid Schedule.
Se
Trenches underneath slabs and footing of structures
shall be backfilled with Class "C" concrete, unless
otherwise shown on the plans.
M. CONNECTIONS AND APPURTENANCES
The Contractor shall make the alterations and the
necessary connections to existing city water mains as
shown on the plans. Such connections shall be made
at such times and in a manner that will be agreeable
Sec. 07500
54
582.4
A.
to the city water department; in each case, when the
work is started, it shall be prosecuted expeditiously
and continuously until completed.
Where it is necessary or. indicated in the plans,
connections to existing mains under pressure, shall be
made by tapping connection fittings. Where it is
possible to valve off the section of existing main
where the connection is to be made, the Contractor
may have the option of either connecting by means of
tapping connection fittings or by cutting the main
and using standard fittings.
Tapping sleeves, crosses and valves shall be of stan-
dard manufacture and mechanical joint type to fit
AWWA pipe specifications in Classes A, B, C and D.
Tapping sleeves and crosses shall be designed for
minimum working pressure of 200 pounds per square
inch. Connecting flanges on tapping sleeves, crosses
and valves shall be ASA Class 125. Tapping valves
shall be designed for minimum working pressure of 200
pounds per square inch.
N. CLE~N UP
In areas where the water mains have been backfilled, the
Contractor shall clear the right-of-way and surrounding
ground, and shall dispose of all waste materials and
debris resulting from his operations. He shall fill and
smooth over holes and ruts and shall repair all miscella-
neous and unclassified ground damage done by him, and
shall restore the ground to such stable and usable
conditions as may reasonably be required, consistent with
the condition of the ground prior to the laying of the
pipeline.
O. RELOCATE EXISTING WATER SERVICE
Ail existing water services conflicting with pavement
preparation, utility construction, or other items
required in the scope of this project, shall be relocated
so as to alleviate the conflict. When relocating an
existing water service, no splices will be permitted
under areas to be paved.
TESTING
After the pipe is laid and the line is flushed of dirt
and foreign material, the pipe shall be filled with
water, care being exercised to expel all air from the
pipe. During the test period, pipe, valves, meter,
fittings, and joints shall be carefully examined for
defects. Any observed leaks or defective pipe shall be
satisfactorily repaired or replaced at the expense of the
Contractor and the test repeated until the section under
test is within the limits prescribed. The entire
Sec. 07500
55
Be
Ce
De
Fe
Ge
582..5
A.
distribution system or parts thereof shall be tested
under hydrostatic pressure of 150 pounds per square inch,
for a period of two hours if joints are exposed, or for a
twenty-four (24) hour period if joints are covered, or as
directed by the Engineer.
Care shall be taken to insure that water mains existing
prior to this contract are not pressure tested. Any old
mains damaged by pressure testing shall be repaired at
the expense of the Contractor.
Leakage shall be measured by an approved calibrated meter
through which all of the water required to maintain test
pressure is pumped.
Ail testing shall be performed in the presence of the
Engineer.
The Contractor shall furnish the pump, pipe, connections,
closure fittings, gauges, meters, water and all other
necessary apparatus and shall furnish all labor and do
all work required to make the test. All costs of
testing shall be borne by the Contractor.
Testing operations shall remain in operation until
approved by the Engineer. Allowable leakage shall not
exceed 11.65 gallons of water per day per mile of pipe
per inch of nominal diameter, for pipe in 18 foot lengths
evaluated at a pressure of 150 psi or AWWA C600, Section
13, whichever is greater. Joints for fire hydrants and
valves shall be considered.
Ail known leaks shall be stopped regardless of the test
requirements.
DISINFECTION
After completion of the distribution system installation
and testing, the water lines shall be thoroughly flushed
out to remove dirt and foreign matter, tested, and then
be sterilized in accordance with the requirements of the
Texas Department of Health.
When the piping is sterilized, at least two (2) samples
of water shall be extracted from the system for examina-
tion by the Texas Department of Health to determine
whether the system is free of organisms of the Coil-
Aerogenes group. If the samples submitted do not show
negative for such organisms, the piping shall be disin-
fected and redisinfected by the Contractor in accordance
with the requirements of the Texas Department of Health
until the system is free of contamination. All materials
and labor required for complete sterilization of the
piping shall be furnished by the Contractor at no addi-
tional expense to the Owner.
Sec. 07500
56
582.5
A.
582.7
A.
MEASUREMENT
WATER PIPE/SEWER PIPE
The lengths of pipe of types and sizes specified,
installed and accepted, will be determined by' measure-
ments along the centerline of the pipe. No deductions
will be made for space occupied by valves or fittings.
B. VALVES AND FIRE HYDRANT ASSEMBLIES
Gate valves, butterfly valves, air release valves, blow-
off valves and fire hydrant assemblies will be measured
as units per each. Valve boxes and gravel bedding for
valves will not be measured for payment; the cost of
these items shall be included in the Contract Unit Price
for Valves. Fire Hydrant assemblies shall include fire
hydrant, valve, rods, spool connections, mechanical joint
anchor fittings, gravel and concrete; none of the above
named items will be measured for separate payment.
C. CASING PIPE
Casing of the type and size specified will be measured by
the linear foot, complete and in place.
D. CONNECTIONS
Connections to existing water mains will be measured
as units per each under connections when specified on
the plans to be a separate pay item. Reducers, tees,
valves, incidentals, and piping shall be included in
the Contract Unit Price for Connections, and shall
not be measured separately.
No separate measurement will be made of any
subsidiary items, such as thrust block, copper coated
wire, bedding, fittings, accessories, excavation,
trenching, backfilling, or any other items required
for the completed installation of the water lines.
E. CONCRETE ENCASEMENT
Concrete encasement will be measured as shown on the
plans.
PAYMENT
WATER PIPE
Payment will be made for Water Distribution System Piping
at the Contract Unit Price per linear foot, which price
shall constitute full compensation for furnishing all
pipe, pipe joints, fittings, specials and all other
materials not particularly specified for separate
payment; for furnishing all labor, tools, equipment and
Sec. 07500
57
incidentals and performing all work including excavation,
installation of pipe, backfill, testing, sterilization,
cleanup and any other operations essential to completing
the water system as specified within and as shown on the
Contract Drawings.
B. VALVES AND FIRE HYDRANTS
Payment for gate valves, butterfly valves, air release
valves, blow-off valves and fire hydrants will be made at
the Contract Unit Price per each, which price shall
constitute full compensation for furnishing all valves,
valve boxes, valve box concrete, valve wrenches, fire
hydrant assemblies, gravel and miscellaneous materials;
for furnishing all labor, tools, equipment, and
incidentals and the performing of all operations
essential to completing the installations in accordance
with these Specifications and the Contract Drawings.
c. CASING PIPE
Casing will not be paid for separately but shall be
included in the unit price bid per the item "Boring".
D. CONNECTIONS
When specified on the plans, payment for connections to
existing water lines will be made at the Contract Unit
Price per each, which price shall constitute full
compensation for furnishing all tees, reducers, valves,
piping, incidentals, service clamps, connections, gravel,
concrete and miscellaneous materials and for furnishing
all labor, tools, equipment, and incidentals and
performing all operations essential to completing the
installations in accordance with these Specifications
and the Contract Drawings.
NO SEPARATE PAYMENT will be made for any subsidiary items
such as thrust blocks, plastic coated wire, bedding,
fittings, or any accessories, extra excavation,
trenching, backfill and disposal of surplus excavation
and other incidentals in the related pay items or called
for in the Contract.
F. CONCRETE ENCASEMENT
Concrete encasement will be paid for as shown on the
plans.
G. BORINGS
Borings will be measured and paid for at the Contract
Unit Price per linear foot of encasement pipe installed,
complete and in place, including furnishing and placing
all materials including encasement pipe, grout backfill,
drainage, excavation and backfill, labor, tools,
-- Sec. 07500
58
equipment, and any incidentals necessary to complete the
work according to the drawings and these specifications.
SPECIAL PROVISION FOR ITEM 611 -- BRIDGE ELECTRICAL INSTALLATION
Insert the following:
All electrical work at the Grapevine Creek Bridge
conform to the project Plans and the following:
shall
The Contractor shall submit to the Engineer for approval
a Shop Drawing showing all materials to be incorporated
in the work.
The Contractor shall be responsible for bringing
electrical service to the work and shall pay all service
charges until final acceptance of the project by the
Owner. Bridge lighting shall be put in service prior to
routing public traffic over the completed bridge, unless
otherwise authorized by the Engineer.
The item "Bridge Electrical Installation" shall be
measured and paid for as a lump sum. Said payment shall
be full compensation for all labor, equipment, materials,
and incidentals required by this item.
SPECIAL PROVISION TO ITEM 618 -- CONDUIT A~ND PULL BOXES
THIS SECTION IS HEREBY VOIDED AND REPLACED BY THE FOLLOWING:
Article 618.1 DESCRIPTION.
All conduit and fittins shall be of the sizes and types shown on
the plans. Each section of conduit shall bear evidence of
approval by Underwriter's Laboratiories. Polyvinylchloride
conduit shall be Schedule 40.
618.1.2 The Contractor may, at his own expense, use conduit of
larger size than specified on the plans providing that the larger
size is used for the entire length of the conduit run.
618.1.3 Conduit terminating in posts or pedestal bases shall
extend vertically, approximately. 2 inches above the concrete
foundation. Field bends in regld metal conduit shall have a
minimum radius of 12 diameters of the nominal size of the
conduit.
618.1.4 Each length of galvanized rigid metal conduit, where
used, shall be reamed and threaded on each end and couplings
shall be made up tight. White-lead paint or equal shall be used
on threads of all joints. PVC Conduit shall be Joined by
solvent-weld method in accordance with the conduit manufacturers
recommendation. No reducer couplings shall be used unless
specifically indicated on the plans.
Sec. 07500
59
618.1.5 All conduit and fittings shall have the burrs and rough
places smoothed and shall be clean and free of obstructions
before the cable is installed. Ends of conduits shall be capped
or plugged until starting of wiring. Upon request by the
Engineer, the Contractor shall draw a full-size metal brush,
attached by swivel joint to a pull tape through metal conduit and
a spherical template having a diameter not less than 75 percent
of the inside diameter through PVC conduits to insure that the
conduit is clean and free from obstructions. A nylon or non-
metal pull tape shall be used in puling cables and conductors
through PVC Conduit. Metal tapes will not be permitted in PVC
Conduit. The conduits shall be placed as shown on the plans or
as directed by the Engineer. Unless otherwise shown on the plans
or as directed by the Engineer, conduit placed in an open trench
shall be placed at least 18 inches deep.
618.1.6 PVC Conduit which is to be placed under existing
pavement, sidewalks and driveways shall be placed by first
providing a void through which the PVC Conduit shall be inserted.
The void may be accomplished by either boring or jacking a
mandrel. Metal conduit which is to be placed under existing
pavement, sidewalks, and driveways shall be placed by jacking or
boring. If it is determined by the Engineer that it is
impractical to place the conduit as outlined above due to
unforeseen obstructions, written permission will be granted by
the Engineer for the Contractor to cut the existing pavement.
Pits for jacking or boring shall not be closer than 2 feet to the
back of the curb or the outside edge of the shoulder unless
otherwise directed by the Engineer. The jacking and boring
method used shall not interfere with the operation of street,
highway, or other facility and shall not weaken or damage any
embankment, structure, or pavement. Heavy jacks are to be used
for jacking. Boring is to be done by mechanical means providing
a maximum one-inch overcut for the conduit to be placed, and use
of water or other fluids in connection with the boring operation
will be permitted only to the extent to lubricate cuttings.
Water jetting will not be permitted. Where conduit is to be
placed under existing asphaltic pavement, the jacking method is
to be used unless written approval is given by the Engineer for
placement of the conduit by boring.
Article 618.2 PULL (JUNCTION) BOXES
618.2.1 GENERAL. The purpose of this specification is to
describe a reinforced concrete mortar, pull (junction) box with
cover and extension (if requited) for use in underground traffic
signal systems. The box shall be used for terminating and
beginning conduit runs (junctions) of various sizes and also for
accessibility when pulling signal cable.
Sec. 07500
60
618.2.2 DESCRIPTION.
(a)
The assembly shall consist of box, cover and extension (if
required) and all components shall be of reinforced plastic
mortar. The cover shall be fabricated so as to fit properly
in a recessed lip for full and stable contact on'the box,
and be secured thereon with at least, two stainless steel
bolts. The legend "Traffic Control" shall be integrally
cast into the top surface of the cover, and the cover shall
be provided with a sturdy, stainless steel drop handle to
facilitate removal.
(b)
The box and extension (if required) shall be rectangular in
shape, with inside minimum dimensions of 24-inch length, 14-
inch width and 12-inch depth. The bottom portion of each
will be open, with a sturdy flange around the perimeter so
that the box seats firmly on the top of the extension. A
minimum of two knockouts, 3" x 4", one on each end, shall be
provided in each box and extension section.
(c) Ail components except for handle and fastening bolts shall
be grey in color.
618.2.3 MATERIAL AND STRENGTH REQUIREMENTS. The pull box, cover
and extension shall be of reinforced plastic mortar, and be
designed and tested to temperatures of -50 degrees
Fahrenheit, meeting ASTM D-635 flammability test. The box and
cover shall be capable of withstanding a minimum 5,000 pound
single axle load over any 10" xl0" area exposure.
Article 618.3 MEASUREMENT AND PAYMENT. Work performed and
material furnished as prescribed by this item will be measured
and paid for by linear foot along the main line of the conduit
installed between pull boxes. Pull boxes will be measured as
each installed complete-in-place. The price shall be for full
compensation for material, equipment and labor, and all
incidentals required to complete the work.
SPECIAL PROVISION TO ITEM 662 - CONSTRUCTION PAVEMENT MARKINGS
Article 662.2 MATERIALS. Delete the third paragraph entirely.
Add the following to the second paragraph.
All markings shall be white or yellow, unless directed
otherwise by the Engineer. All temporary detours shall be
marked with a yellow centerline stripe in accordance with
the Texas Manual on Uniform Traffic control Devices. All
other requirements by the Texas Manual on Uniform Traffic
Control Device~ shall be complied with in addition to the
above requirement.
Sec. 07500
61
Article 662.4 MEASUREMENT and Article 662.5 PAYMENT. Delete
entirelly and replace with the following:
Construction Pavement Markings shall not be measured
separately for payment but shall be considered subsidiary to
the items to which the work applies.
SPECIAL PROVISION TO ITEM 666 -- THERMOPLASTIC MARKINGS
Article 666.2 GENERAL. Add the following:
Ail markings shall comply with these specifications herein
and with the Texas Manual on Uniform Traffic Control Devices
for streets and highways.
Article 666.9 MEASUREMENT and Article 666.10 PAYMENT.
entirely and replace with the following:
Delete
Markings for Stop Bars will be measured by the linear feet
of material, complete-in-place on the pavement at the widths
specified. The work performed and the materials furnished
shall be paid for at the unit price bid for Pay Item 666.1,
~18" Stop Bars.
"Railroad Crossing Pavement Markings," Pay Item 666, will be
measured and paid for per unit, as shown on the Drawings.
The unit prices bid for the above items shall be full
compensation for cleaning the pavement, furnishing equipment
and incidentals necessary to complete the work in accordance
with the applicable specifications herein included.
SPECIAL PROVISION TO ITEM 672 - JIGGLE BAR TILE
Article 672.2 MATERIALS.
paragraph by the following:
ceramic body.
Revise the first sentence in second
The jiggle bar tile shall be of a
Article 672.3 TYPE. Add the following: Type I-C is specified.
SPECIAL PROVISION TO ITEMS 674 AND 676 RAISED PAVEMENT MARKER
INSTALLATIONS
For this project, Items 674 and 676 are hereby deleted and
replaced with the following:
Sec. 07500
62
1.1 The purpose of these specifications is to describe minimum
requirements for the installation of raised ceramic lane markers
on street for the purpose of designating travel lanes.
1.2 The Contractor shall be responsible for layout of the
markings, pavement preparation and installation of the markings
to include handling of traffic, as described more fully herein.
The Contractor shall furnish all labor, materlals and equipment
for such installation.
2.0 LAYOUT AND INSTALLATION
2.1 The Contractor.shall install the required types of markers
as described herein and shown on the attached typical layout
sketch.
described
traffic.
described
occur at
typical.
2.1.1 SkiDDed White Lane Line designation separation of
lanes of the same direction of traffic shall be on a total cycle
length of 40 feet with a 15 foot marking and 25 foot space. The
lead marker of the pattern shall be a mono-reflective type as
herein with the reflective portion facing oncoming
The remaining 3 markers shall be non-reflective as
herein. Interruption of the marking pattern shall
cross-street intersections as shown in the attached
2.1.2 White Left Turn Lane Line designating separation of
left-turn lane from through lanes. The marking shall be
continuous with single reflective ceramic marker on 10-foot
spacing. The continuous line shall be twenty feet shorter than
the left-turn lane length.
2.1.3 Double Yellow Centerline designates the separation of
lanes with traffic in opposing directions on an undivided
multiple-lane street. The marking shall be continuous except for
interruption a cross-streets. The marking shal~ consist of two
continuous parallel lines with 4-inch (.33 feet)
lateral separation. The bi-directional reflective yellow markers
for each line shall be placed 5 feet apart.
2.1.4 Skipped yellow Centerline designates the separation
of lanes with traffic in opposing directions on a 2-lane
undivided street. The marking shall be on a total cycle length
of 40 feet with a 15 foot marking and 25 foot space. The 15 foot
marking shall consist of 4 markers placed 5 feet apart. The
marking shall be bi-directional reflective yellow markers.
3.0 PAVEMENT PREPARATION
3.1 The pavement shall be prepared in such a manner as to insure
the best possible bonding of the marker to the pavement.
_ Sec. 07500
63
4.0 MAT~_~I_A_~_
markers shall be a glazed ceramic type and
the Engineer. All markers as described
Permark Brand
of the Ferro
be circular,
4.1.0 Markers - All
must be approved by
herein shall be similar in design and function to
manufactured by the American Clay Forming Plant
Corp.
4.1.1 Non-Reflective White Marker shall
approximately 4" in diameter by .75" high with a domed surface
glazed white. The bottom surface shall not be glazed and may
have a designed irregular finish to aid bonding to the pavement
(American Clay Designation P-7, or equal).
4.1.2 Mono-Directional Reflective White Marker shall be either
circular or oval approximately 4" in diameter by .75" high with a
glazed white surface finish. A single white "high intensity"
reflective rod shall be permanently imbedded in the surface
facing essentially horizontal. (American Clay Designation P-15 or
P-15A, or equal)
4.1.3 Mono-Directional Reflective White or Yellow Barrier Marker
shall be circular, approximately 8" in diameter by 2.86" high
with a glazed white or yellow surface finish. A single white
"high intensity" reflective rod shall be permanently imbedded in
the surface facing essentially horizontal. (American Clay
Designation P-18-1 or equal)
4.1.4 Bi-Directional Reflective Yellow Marker shall be of
circular or oval design approximately 4" in diameter by .75" high
with a glazed yellow surface finish. Two yellow "high intensity"
reflective rods shall be placed in opposing, directions,
permanently embedded in the surface facing essentially
horizontal. (American Clay Designation P-117 or equal)
4.1.5 ~on£Reflective White Traffic Buttons shall be circular,
approximately 8" in diameter by 2.86" high with a domed surface
glazed white as specified per the plans. The bottom surface
shall not be glazed and may have a designed irregular finish to
aid bonding to the pavement. (American Clay Designation P-18-W
or equal)
4.2.1 EPOXY Adhesive - Ceramic traffic markers shall be
permanently affixed to the pavement surface by means of epoxy
resin adhesive. The epoxy shall be a two component compound of
resin and hardner to be mixed immediately prior to installation.
The allowable type of epoxy adhesive shall conform to that
specified by the .State Department of Highways and Public
Transportation for hand mix or machine mix epoxy adhesive. (Type
II or III or II-M or II-M respectively)
Sec. 07500
64
5.0 HANDLING OF TRAFFIC
5.1 In most cases, the roadway to be marked will be open to
traffic and the Contractor shall provide all necessary warning
and barricading to insure safety of the workmen and traffic and
proper set of the markers to the pavement.
5.2 A minimum of one lane in each direction shall remain open to
through traffic.
5.3 The Contractor shall conduct the installation so as to
minimize the duration or restricted traffic movements.
5.4 The Contractor should plan on working on the street only
during the offpeak hours of 8:30 AM to 4:00 PM.
5.5 The Contractor shall insure proper maintenance of all
warning and traffic channelizing devices throughout the job.
5.6 Construction signing and channelizing devices and operations
shall conform to the Texas Manual on Uniform Traffic Control
Devices (1973).
6.0 MEASUREMENT AND PAYMENT
Measurement of quantities shall be made on total number installed
for each type of traffic button. The pay quantity measurement
shall be made on a per unit basis; the units being "markers in
place".
-- Sec. 07500
65
DIVISION I
GENERAL REQUIREMENTS
DIVISION 1 - GENERAL REQUIREMENTS
Mention herein or indication on the Drawings of items,
materials, operations or methods, requires that the
Contractor provide and/or install each item mentioned or
indicated of quality or subject to qualification noted;
perform according to conditions stated each operation
prescribed; and provide all necessary labor, equipment,
supplies and incidentals.
Requirements of the General Conditions, Supplementary
Conditions, and Addenda, if issued, shall apply under this
Division of Work as if herein written.
Separation of these specifications into Divisions and Sections
is for convenience only and is not intended to establish limits
of work.
01010 - SUMMARY OF WORK
01050 - FIELD ENGINEERING
01152 - APPLICATIONS FOR PAYMENT
01310 - CONSTRUCTION SCHEDULES
01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
01700 - CONTRACT CLOSEOUT
01720 - PROJECT RECORD DOCUMENTS
01750 - WARRANTIES
DIVISION I
General Requirements
1
SECTION 01010 - SUMI~ARY OF WORK
1.1 DESCRIPTION AND LOCATION OF WORK
ae
Work covered by the Contract Documents includes the
furnishing of all labor, materials, tools,
equipment, taxes, services, transportation and other
items necessary to perform and complete all of the
work for the construction as indicated on the drawings
and as herein written.
1.2
WORK SPECIFIED ELSEWHERE:
A. General conditions of agreement, special conditions,
standard specifications and special provisions.
1.3 START OF WORK
ae
Work shall be started immediately upon issuance of a
notice to proceed order. Prior to this, all
contracts and beginning documents will have been
executed and insurance in force.
1.4 COMPLETENESS OF WORK:
The drawings and specifications describe the various
items of work, character of materials and quality of
workmanship and finish. Any appurtenances, parts,
finish of work essential to the entire completion of
the work, though not specifically shown or specified,
shall be provided by the Contractor and included in
the Contract Sum.
Time of Completion: The completion of this work is to
be on or before the time indicated in the Owner
and Contractor Agreement.
1.5
EXISTING UTILITIES, STRUCTURES, AND OTHER PROPERTY:
A. Prior to any excavation, it shall be the
Contractor's responsibility to determine the
locations of all existing water, gas, petroleum,
sewer, electric, telephone, telegraph, television and
other underground utilities and structures.
Obtain location drawings and other assistance from the
various local Utility Departments and other
applicable agencies, and make other investigations as
required to accomplish this.
B. After commencing work, use every precaution to
avoid interference with existing underground and
surface utilities and structures, and protect them from
damage.
01010
--
Ce
Where the locations of existing underground and
surface utilities and structures are indicated on the
drawings, these locations are generally approximate,
and all items which may be encountered during the work
are not necessarily indicated. It shall be the
Contractor's responsibility to determine the exact
locations of all items indicated, and the
existence and locations of all items not indicated.
1.6 CONTRACTOR'S DUTIES:
A. Except as specifically noted, provide and pay for:
Labor, materials, equipment.
Tools, construction equipment, and machinery.
Water, heat, and utilities required for construction.
Other facilities and services necessary for proper
execution and completion of work.
B. Pay legally required sales,
privilege and other taxes.
C.
consumer, use, payroll,
Secure and pay for, as necessary
execution and completion of work, and as
at time of receipt of bids:
for proper
applicable
Permits
Fees
Licenses
D. Give required notices.
E. Comply with codes, ordinances, rules, regulations,
orders and other legal requirements of public
authorities which bear on performance of work.
Promptly submit written notice to Engineer of observed
variance of contract documents from legal requirements.
It is not the contractor's responsibility to make
certain that drawings and specifications comply with
codes and regulations. Appropriate modifications to
contract documents will adjust necessary changes.
Assume responsibility for work known to be contrary to
such requirements without notice.
Enforce strict discipline and good order among
employees. Do not employ on work, unfit persons or
persons not skilled in assigned task.
1.7 SUB-CONTRACTOR'S LIST:
The prime general contractor will submit a list
of all sub-contractors to be used on the project
at the time of submitting his bid proposal. Any
subcontractor listed must be acceptable to the Owner.
01010
_ 2
1.8 COORDINATION:
ae
The prime general contractor is responsible
for the coordination of the total project. Ail other
prime contractors and all sub-contractors will
cooperate with the prime general contractor so as to
facilitate the general progress of the work. Each
trade shall afford all other trades every
reasonable opportunity for the installation of their
work.
1.9 CONTRACTS:
A. Construct work under a single prime general contract.
1.10 WORK SEQUENCE:
1.11
Construct work so as
interruption of service
businesses situated along
to provide the least
to traffic and
the construction area.
At all times throughout construction, existing water,
sewer and gas facilities shall remain in use. No
discontinuation of service for any extended period of
time will be allowed.
CONTRACTOR'S USE OF PREMISES:
Contractor shall limit his use of the premises for work
and for storage to the rights-of-way limits or other
areas allowed by property owners.
B. Confine operations at site to areas permitted by:
2. Ordinances
3. Permit
4. Contract Documents
5. Owner
Do not unreasonably encumber site
equipment. Coordinate use of
OWner/Engineer and property owners.
with materials or
premises with
Assume full responsibility for protection and
safekeeping of products stored on premises.
Move any stored products which interfere with
operations of Owner or other contractors.
Obtain and pay for, use of additional storage
work areas needed for operations.
of
01010
-- 3
1.12 MATERIAL AND WORKMANSHIP:
1.13
Am
Ail material under this contract shall be new and as
specified, suitable for the purpose and subject to
approval by the Engineer. The workmanship shall be
first-class and subject to the approval of the
Engineer as equal to best standard practice.
Be
Contractor shall furnish labor which in no way will
conflict with other labor working on the site. The
Contractor shall at all times enforce strict
discipline and good order among his men and shall
not employ any unfit persons or anyone not skilled
in the work assigned to him. The work shall be
protected from action of the weather and damage from
workmen. Surfaces shall be clean and free from defects.
The Contractor shall remove at his own expense any
work or material condemned by the Engineer as
defective and not in accordance with the additional
compensation. Failure to do so shall be deemed as
violation of contract and shall be subject to the
procedure established for such case. Any omission or
failure on the part of the Engineer to disapprove or
reject any work or material shall not be construed to
be an acceptance of any such defective work or material.
INSPECTION OF WORK:
ae
Ail the work of the contract shall be subject to the
inspection of the Engineer and his authorized
representatives, and the Contractor shall afford
every facility for the inspection of materials and
workmanship. Such access shall include such portions
of the place of manufacture or fabrication as may be
necessary to complete inspection. The Contractor shall
notify the Engineer in writing, in ample time, to permit
inspection at the place of manufacture should the
Engineer so desire. Materials shall be delivered on
the job properly marked for identification and whether
previously inspected or not shall be subject to
reinspection and final acceptance or rejection at the
site of the work.
If the specifications, Engineer's instructions,
laws, ordinances, or any public authority require
any work to be specially tested or approved, the
Contractor shall give the Engineer timely notice of
its readiness for inspection, and if inspection is by
another authority than the Engineer, of the date fixed
for such inspection.
01010
-- 4
Ce
Re-examination of the questioned work may be ordered
by the Engineer and, if so ordered, the work must be
uncovered by the Contractor. If such work is found to
be in accordance with the Contract Documents, the
Owner shall pay the cost of the re-examination and
replacement. If such work is found not in accordance
with the Contract Documents, the Contractor shall pay
such cost unless he shall show the defect in the work
was caused by another Contractor and, in that
event, the party responsible shall pay such costs.
1.14 SUSPENSION OF WORK - DELAY:
A. On order of the Engineer, the work may be suspended
for any substantial cause, such as, but not limited
to, unfavorable weather conditions, failure, refusal or
neglect on the part of the contractor and his
employees to comply with the terms and conditions of
the Contract documents. The use of, or attempted use
of materials or methods not in accordance
therewith, interference of the work with other work of a
public or private nature necessary to be done
prior to the work herein contemplated or for any
cause of like nature, and the work so suspended shall
not be resumed except with the consent of the
Engineer.
B. During the time of such suspension of the work, if it
is to be a considerable time, the Contractor shall
have all material neatly piled or removed from the
line of work, and all equipment shall be located so
as to least interfere with public convenience and
traffic. Should the Contractor refuse or neglect to
take proper care of such materials and equipment, the
Engineer shall cause the same to be properly cared for
and an amount equal to the cost of so doing shall be
deducted from any monies which may be or may become due
to the Contractor.
Ce
The Contractor may file proper claims for loss or
damage on account of delays incurred by the Owner.
If any delay is caused by any act of the Owner,
or results from causes hereinbefore mentioned, the
Contractor will be granted an extension of time for
the completion of the work, sufficient to offset such
delay if a claim is made by the Contractor in
writing to the Engineer within seven days from the
date upon which such delay is started. No extension
of time shall be granted for time lost during
suspension of the work due to the Contractor's failure
to comply with the conditions or terms of the contract.
01010
5
1.15 CHANGES IN THE WORK:
Ae
No extra work or change shall be made without a
written order from the Owner, in which event the
Contractor shall proceed with such extra work or
change, and no claim for an addition to the Contract Sum
shall be valid unless so ordered.
However, the Engineer shall have the authority, by
instructions, to make minor changes in the work, not
involving extra cost and not inconsistent with the
purposes of the project. If the Contractor claims that
any such instructions to make minor change do involve
extra cost under the contract, he shall notify the
Engineer in writing, within a reasonable time after
receiving the said instruction and, in any event,
before proceeding with the work as changed thereby or be
barred from making any claim against the Owner for such
extra costs.
C. Compensation for the work covered by an approved change
order shall be determined by an agreed lump sum.
1.16 LATENT CONDITIONS:
If, in the performance of the Contract, latent
conditions at the site are found tobe materially. .
different from those indicated by the specifications
or unknown conditions not usually inherent in work
of the character specified, the attention of the
Owner and Engineer shall be called immediately to such
conditions before they are disturbed. Upon such
notice, or upon his own observations of such
conditions, the Engineer and Owner shall promptly
make such changes in the specifications as he finds
necessary to conform to the different conditions,
and any increase or decrease in the cost of the work
resulting from such changes shall be adjusted as
provided under Article 6, General Conditions, EXTRA
WORK AND CLAIMS, as amended in the Special Conditions.
01010
6
SECTION 01050 - FIELD ENGINEERING
1.1 GENERAL:
Contractor shall provide and pay for field engineering
services required for the project and include in his
bid the necessary allowance to cover same, including:
Survey work required in execution of the project.
civil, structural, or other professional
engineering services specified, or required to
execute Contractor's construc%ion methods.
B. The Engineer will identify existing control points
indicated on the drawings, as required.
1.2 QUALIFICATIONS OF SURVEYOR OR ENGINEER:
A. Qualified engineer or registered land
acceptable to Contractor and Engineer.
surveyor
1.3 BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS:
The Contractor will carefully maintain all bench marks,
monuments, and other reference points. If destroyed or
disturbed, th9 reference points will be replaced, by the
Contractor, to their original positions. In any case in
which a reference point is disturbed, the Contractor
shall notify the Engineer.
1.4 PROJECT SURVEY REQUIREMENTS:
The Contractor shall accurately stake out all components
of the project and will be held entirely responsible for
any errors in these lines and levels.
The Contractor shall verify all grades, lines and
levels and shall report any inconsistencies to
the Engineer before commencing work.
1.5 RECORDS:
Contractor shall maintain a complete accurate log
of all control and survey work as it progresses, copies
of which shall be available to the Engineer if requested.
Sec. 01050
1
1.6 SUBMITTALS:
If requested by Engineer,
1. Name and address of
2.
3.
Contractor shall submit:
surveyor and/or professional
engineer.
Documentation to verify accuracy of field
engineering work.
Certificate signed by registered engineer or
surveyor certifying that elevations and locations of
improvement are in conformance, or non-conformance
with Contract Documents.
Sec. 01050
-- 2
SECTION 01152 - APPLICATIONS FOR PAYMENT
1.1 GENERAL:
ae
Contractor to submit Applications for Payment to
Engineer in accordance with the schedule established by
Special Conditions, paragraph 1.4, F, Partial Payments.
1.2 FORMAT AND DATA REQUIRED:
A. Submit six itemized applications typed on Application
and Certificate for Payment, as approved by Engineer.
1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT:
A. Application Form:
1. Engineer shall supply the application form to the
Contractor.
2. Fill in required information, including that for
Change Orders executed prior to the date of
submittal of applications.
3. Fill in summary of dollar values to agree
with the respective totals indicated on the
continuation sheets.
4. Execute certification on each copy with the
signature of a responsible officer of the Contract
firm.
B. Continuation Sheets:
1. Fill in total list of all scheduled component
items of work, with item number and the scheduled
dollar value for each item.
2. Fill in the dollar value in each column for each
scheduled line item when work has been performed or
products stored.
3. List each Change Order Number, and description, as
for an original component item of work.
1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS:
ae
When
data, Contractor shall submit
with a cover letter identifying:
1. Project
2. Application number and date
3. Detailed list of enclosures
4. For stored products:
a.
the Owner or the Engineer requires
suitable
Item number and identification as
application
Description of specific material
substantiating
information,
shown on
B. Submit one copy of
copy of application.
data cover letter for each
Sec. 01152
-- 1
1.5
SUBMITTAL PROCEDURE:
A. Submit Applications for Payment to Engineer at times
stated in Special Conditions.
B. Number: six (6) copies of each Application.
C. Sign each copy and have each copy properly notarized.
D. When Engineer finds the Application properly
completed and correct, he will transmit three (3)
copies of the certificate for payment to the Owner and
one (1) copy to the Contractor.
Sec. 01152
-- 2
SECTION 01310 - CONSTRUCTION SCHEDULES
1.1 GENERAL:
A. Within 15 days after award of the Contract, the
Contractor shall prepare and submit -to the
Engineer an estimated construction progress
schedule for the Work, with dates on which he will
start the salient features of the work and the
contemplated dates for completing the same.
B. Submit revised progress schedules with each
application for payment. Submit two (2) copies.
Failure to submit these will be cause for payment to be
delayed.
1.2 FORM OF SCHEDULES:
Prepare schedules in the form of a horizontal bar chart.
1. Provide separate horizontal bar for each separate
item or operation.
2. Horizontal time scale: Identify by week, month,
year, etc.
3. Minimum sheet size: 8 1/2" x 11".
B. Format of listings: The chronological order of the
start of each item of work.
1.3 CONTENTS OF SCHEDULE:
A. Construction Progress Schedule:
1. Show the complete sequence of construction by
activity.
2. Show the dates for the beginning, and completion
of, each major element of construction.
3. Show projected percentage of completion for each
item, as of the first day of each month.
1.4 PROGRESS REVISIONS:
A. Indicate progress of each activity to date of
submission.
B. Show changes occurring since previous submission of
schedule.
01310
__ i
SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
ae
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:
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.
Be
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.
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. Manufacturer's standard schematic drawings and 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:
A. Provide samples as indicated in other parts of
these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to
submission.
Sec. 01340
1
B. Determine and Verify:
1. Field measurements
2. Field construction criteria
3. Catalog numbers and similar data
4. Conformance with specifications.
Coordinate each submittal with requirements of the work
and of the Contract Documents.
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.
B. Number of submittals required:
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 coordination of the information within the
submittal with requirements of the work and of
Contract Documents.
CONTINUED ON NEXT PAGE
Sec. 01340
_ 2
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 registered engineer on all
structural submittals.
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. Approved 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:
1.8
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
specified for the initial submittal.
2. Indicate any changes which have been
than those requested by the Engineer.
resubmit as
made other
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.
Sec. 01340
_ 3
SECTION 01700 - CONTRACT CLOSEOUT
1.1 GENERAL:
Contractor shall comply with requirements stated in
Conditions of the Contract and specifications
for administrative procedures for closing out the work.
B. Related requirements specified in other sections:
1. Record Documents: Section 01720
2. Warranties: Section 01750
1.2 SUBSTANTIAL COMPLETION:
A. When Contractor considers the work is substantially
complete, he shall submit to the Engineer:
1. A written notice that the work, or designated
portion thereof, is substantially complete.
2. A list of items to be completed or corrected.
Be
Within a reasonable time after receipt of such notice,
Engineer will make an inspection to determine the
status of completion and shall furnish the Contractor a
complete list of items of work to be completed or
corrected. The list so developed shall, in no way,
release the Contractor, or subcontractors from
furnishing and installing or correcting items or
work required by the Contract Documents.
C. Should Engineer determine
substantially complete:
that the work is not
1. Engineer will promptly notify the Contractor in
writing, giving the reasons therefor.
2. Contractor shall remedy the deficiencies in the
work, and send a second written notice of
substantial completion to the Engineer.
3. Engineer will reinspect the work.
D. When Engineer concurs
complete, he will:
that the work is substantially
1. Prepare a Certificate of Substantial Completion
accompanied by Contractor's list of items to be
completed or corrected, as verified and amended by
the Engineer.
2. Submit the Certificate to Owner and Contractor
for their written acceptance of the responsibilities
assigned to them in the Certificate.
01700
-- I
1.3 FINAL INSPECTION:
A. When Contractor considers the work is complete, he shall
submit written certification that:
Engineer will make an inspection to
status of completion with reasonable
after receipt of such certification.
1. Contract Documents have been reviewed.
2. Work has been inspected for compliance with
Contract Documents.
3. Work has been completed in accordance with
Contract Documents.
4. Equipment and systems have been tested in the
presence of the Owner's representatives and are
operational.
5. Work is completed and ready for final inspection.
verify the
promptness
that the work is
Should Engineer consider
incomplete or defective:
1. Engineer will promptly notify the Contractor in
writing, listing the incomplete or defective work.
2. Contractor shall take immediate steps to remedy the
stated deficiencies, and send a second written
certification to Engineer that the work is complete.
3. When the Engineer finds that the work is
acceptable under the Contract Documents, he shall
request the Contractor to make closeout submittals.
1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER:
ae
Upon final acceptance by the Owner, and completion of
all work, the Contractor shall submit to the Owner,
through the Engineer, the following data:
1. Certificate stating that all accounts for labor,
equipment and material are paid in full; or
in the case of outstanding accounts because of
this work, the Contractor shall furnish a
release of claims by the individual or concerned
party. This certificate shall be notarized and
signed by the Contractor.
2. The Contractor's Bonding Company shall furnish a
release to the Owner, that it is with their consent
that final payment be made to the Contractor.
3. The Contractor shall furnish a letter guarantee
for all workmanship to be free of defects for a
period of one year, unless required longer by any
division of the specifications, and should any
defects arise, then such defects shall be restored
to the original condition at no expense to the
Owner. This shall include all necessary cutting
and patching as may be required to correct the
defective work.
01700
-- 2
4. The Contractor shall submit accurate and detailed
"As-Built Drawings" covering all changes to the
work. Submit one set of reproducibles and two
(2)sets of blue-line copies.
5. The Contractor shall submit all guarantees,
warranties, brochures, and operating instructions
as ~uir~d by the different divisions of the
specifications.
6. The Contractor shall submit a request for final
payment, which shall include an audit of the account
of the contract and said audit shall fully cover
amounts paid by the Owner to the Contractor, and
amounts due Contractor because of this work, all
of which shall be fully covered by the contract
documents and approved change orders.
1.5 FINAL PAYMENT:
Final payment shall be made upon submission of the documents
called for above, and as covered under the general
conditions and any modification thereto.
01700
-- 3
SECTION 01720 - pROJECT RECORD DOCUMENTS
1.1
GENERAL:
A. Contractor shall
record copy of:
maintain
at the project site one
1. Drawings
2. Specifications
3. Addenda
4. Change orders and other modifications to
Contract
5. Reviewed shop drawings, product data and samples
6. Test records
the
1.2 MAINTENANCE OF DOCUMENTS:
A. Maintain documents in neat, clean legible condition and
in good order.
B. Make documents available at all times for
inspection by Engineer.
1.3 RECORDING:
A. Record information concurrently with construction
progress.
B. Drawings; legibly mark to record actual construction:
1. Finished elevations
2. Horizontal and vertical locations of underground
utilities and appurtenances.
3. Field changes of dimensions and details.
4. Changes made by field order or by change order.
5. Details not on original contract drawings.
Ce
Specifications and
section to record:
Addenda; legibly mark each
1. Manufacturer, trade name, catalog number and
supplier of each product and item of equipment
actually installed.
2. Changes made by field order or by change order.
1.4 SUBMITTAL:
At Contract close-out, deliver one set of reproducibles
and two sets (blue line prints) of record
documents (as-built) to Engineer for the Owner. Cost
of reproducibles and blue lines will be borne by the
Contractor.
01720
-- i
SECTION 01750 - WARRANTIES
1.1 GENERAL:
ae
Contractor shall guarantee materials and
workmanship for a period of one year from date of
completion except where additional guarantees or
warranties are required under the technical sections
of the specifications.
Before final payment is made the General
Contractor shall deliver to the Engineer all material
and equipment guarantees or warranties in writing from
sub-contractors and suppliers.
Ce
The General Contractor shall also deliver to the
Engineer before final payment three complete
bound sets of manufacturer's instructions, service
and parts manuals on each piece of equipment furnished
under this contract.
01750
-- 1
APPENDIX A
LOG OF BORINGS
(GENERAL & BRIDGE)
"JOHN H, HAYNES & ASSOCIATES, Mc :
BORING LOG
Denton Tap Road Paving & Drainage Improvements
Belt Line Road to Sandy Lake Road eo,,aNo. 1 & 2
JobNo. 3198 Coppell, Texas
o,t, 1/14/87
m CORE FIELD TESTS Z
O
~EI;~ ] ~ m DESCRIPTION OF STRATA Blows per Foot (8PF)*
uJ::Boring No. 1-Sta. 91+00, 40'R. :,~o ~ ~o ,0 ~ ~ 511_q
1Gray sandy clay-soft to medium sti~',~ ("i v' t 511.6
Light gray, dark gray and tan clay ' ~ u g~aie
with trace fine sand-medium stiff
to stiff(CH)(fill) \
Dark gray clay with trace fine san
and calcareous nodules-stiff(CL)
5
Total Depth : 6.0 feet
Upon completion, hole dry. 2 hours
later, hole dry and blocked at 5.7
feet.
-10
Boring No. 2 - Sta. 96+00, 20' R. 1513.8
~',~,: P~m:. ul,g"a,le512.U
'" Tan crushed limestone(fill) ---~-
i ~-1.7'-2" fine gravel layer
' Tan sandy clay-hard(CL)(fill)
Gray and dark gray clay with trace
sand-very stiff(CL)(fill)
5 Dark gray clay with trace sand-
lvery stiff(CL)
Total Depth : 6.0 feet
Upon completion, hole dry. 2 1/2
hours later, hole dry and blocked
at 6.0 feet.
10
JOHN FI, HAYNES & ASSOCIATES, ~NC
BORING LOG
Denton Tap Road Paving & Drai,nage Improvements
JobNo. 3198 Belt Line Road to Sandy Lake Road So,moNo. 3 & 4
Coppell, Texas
D.t~ 1/14/87 L~atlo.
m I I CORE FIELD TESTS z
~, u~ Pocket Penetrometer Readings,
---'J uJ g:3 Tons er SQ. Ft..X ~---
~';~ u. ;c ~ ;2 ~>uJ DESCRIPTION OF STRATA B~ow* per Foot (BPF) · (~
~ Borinq No. 3 - Si;a. 10i+00~ 26' ~t ,o ~ ~ 4o ~ ~' 510.0
i~/~ll Brown sandy clay with trace limest(~
fragments and fine gravel-stiff(CL:["i
Gray clay with trace sand and meta
fragments-medium stiff(CL)(fi'll) < PvntJ u>g~a~ = 510.0
Gray clay with slight trace sand- \
'stiff{CL)
- 5 Light gray and tan clay with slight~
:race sand-stiff(CL)
Total Depth -- 6.0 feet
Upon completion, hole dry. 2 hours
later, hole dry and blocked at 6.0
feet.
Borinq No. 4 - Sta. 106+00. 26' Lt. 503.1
~/ Gray and brown sandy clay with numar u lin, s :o ~e
fragments-sti ff(CL)(fill ) ~,m:. ' Jl_qj'~[e
Brown sandy cla.y-stiff(CL) ~' '1
1Light brown to tan clay with trac~
! sand-stiff(CL)
Tan and light gray clay with trace x
5 sand and calcareous nodules-very sli~ f, £L) I
x
Total Depth = 6.0 feet
Upon completion, hole dry. 1 1/2
hours later, hole dry and blocked
at 6.0 feet.
-10
JOHN H. HAYNES & ASSOCIATES. INC
BORING LOG
Denton Tap Road p~tving & Drainage Improvements
JoSNo. 3198 Belt Line Road to Sandy Lake Road BorlngNo.
Coppell, Texas
o.t, 1 / 14/87
CORE
DESCRIPTION OF STRATA
Gray sandy clay with numerous t
merits-very stiff(
Brown sandy clay with sand bands ar
fine gravel-stiff{CL}{fill}
5&6
FIELD TESTS
Pocket Penetrome~er Readings.
TOnS f Sq. Ft. - X
Blows per Foot (BPF). ~)
Brown and yellowish brown sandy cl(
with trace calcareous nodules-stifi
Light gray and tan sandy
stiff(CL)
Total Depth = 6.0 feet
Upon completion, hole dry. 1 1/2
hours later, hole dry and blocked
at 5.9 feet.
No. 6 - Sta. 118+00 25'
Gray sandy clay with numerous
Reddish brown to light brown sandy
Tan clayey sand-dense{SC}
Fan to light gray silty clayey sam
Total Depth : 6.0 feet
Upon completion, hole dry. I hour
later, hole dry and blocked at 5.8
feet.
Geotechnical Engineers
m
rm
LOG
Denton Tap Road Paving & Drir~nage Improvements
Belt Line Road to Sandy Lake Road Bo..O.o.
JobNo. 3198 Coppell, Texas
Date 1/14/87 Localion
CORE
DESCRIPTION OF STRATA
No. 7 - Sta. 121+00, 25'
Brown and tan clayey sand with cla
bands, gravel and asphalt fra
brown sand
Fan sandy clay with numerous calcar
deposits-hard(CL)
Light gray sandy clay with numerous
calcareous deposits-hard(CL)
Total Depth : 6.0 feet
~pon completion, hole dry. 30 minut
later, hole dry and blocked at 5.5
7&8
FIELD TESTS
Pocket Penelrometer Readinos,
Tons er Sq. Ft..
Blows per Foot (BPF)
No. 8 - Sta. 126+00~ 25' Lt.
Light brown and tan sandy clay with
ravel and limestone fraqments-hard
Light brown and tan sandy clay with
trace calcareous deposits-hard(CL)
and yellowish brown sandy clay
numerous calcareous deposits-hard(C
Total Depth: 6.0 feet
pon completion, hole dry. 30 minu
ater, hole dry and blocked at 5.7
m
JOHN H. HAYNES & ASSOCIATES. ~NC
RIN LOG
Denton Tap Roa~?avlng PDralnage Improvements
Belt Line Rbad to Sandy Lake Road
JobNo, 3198 Coppell, Texas mormgNo. 9 & 10
o,,e 1/14/87 LocatiOn
uJ I I CORE FIELD TESTS
> u) Pocket Penetrometer Re,dings. 0
-- c0 ~. ~ uJ Standard ~enetralion Tests.
~3u- O>-m:2 <:2 ·~ uJ· DESCRIPTION OF STRATA B;OW8 per Foot (BPF)* ~) -J
= Bnrinn Nh. ~ - Sra. 131+00. 25' Lt.~:;o. m ~o 4o s~ +~' ~09.6
Gray and brown sandy clay with $one
Ilin).e, stone fragment.s-stiff(CL)(fil ) P x~ . SJbg ate : 509.4
Grayish brown clay with some fine aTd
land calcareous deppsits-stiff(CL)
Light brown and tan clay with numelol s
calcareous deposits-hared(CL)i , .
5 Light brown and tan sandy clay wit)
~umerous calcareous deposits-hard((_
Total Depth : 6.0 feet
Upon completion, hole dry.
10
Rnr(nn~ Nn 1N - %t';~. I~A+NN. ;>;,' I 512.0
;/]11 Light gray sandy clay with some
I limestone fragments-medium stif (~L)(f i~ )
Light brown gravelly clay with san ,m:. jligl.amm6. 509.4
and gravel la~ers-stiff(CL)(fill) / -
Dark grayish brown sandy clay with clayey
sand bands-medium stiff to stiff(C )
- 5 Dark grayish brown clay with trace
fine sand-stiff(CL) x
~ Total Depth -- 6.0 feet
Upon completion, hole dry. 1 1/2
hours later, hole dry and blocked
at 6.0 feet.
10'
Geotechnicel Engineers
JOHN H. HAYNES E~ ASSOCIATES, INC
. BORING LOG
Denton Tap Koao Favlng &Drainage improvements
Belt Line Rpad to Sandy Lake Road
~o..;No. 11 & 12
JobNo. 3198 Coppell, Texas
~,to 1/15/87 Location
u~ I CORE FIELD TESTS z
~ ~'o ~ ud Tons rSq. Ft..X UJ
~u. o >- < --!, ~ DESCRIPTION OF STRATA a~ows ~er Foot (BPF)- ~) u.
¢ Borin(~ No. 1! - sra. 14].+00, 25' Lt~;~o ~o
Z" crushed limestone over gravell3
clayey sand(fill) >c' P/r L._~. 5~ n
~Brown and gray clay with some fin( a~d SJb]~ ~,le
ii)nd limp~tnn, fragm~nf~-~fif~(£1 )If' 1')
Dark grayis, h .brown clay with trace
sand-stiff(CL)
5 //t J Brown to light brown clay with tra(
I
sand and calcareous nodules-stiff((_.
lotal Depth = 6.0 feet
UponcompletiOn, hole dry. 1 1/2 hot r!
' ilater, I~ole dry and blocked at 5.9
feet.
- 10'
Boring No. 12 - Sta. 146+00, 25' Lt 5].3.6
/ Grayish brown and light gray clay ~ h ~ ~, ~:. SJ[ }la~e = 513.4
sand and qravel-medium stiff(CL ( i~f-
~ome
Brown and light brown clay with tr~c
sand-medium stiff(CL)
trace sand and calcareous nodules-:ttf (,;L' x
lotal Depth = 6.0 feet
Upon completion, hole dry. 1 1/2
hours later, hole dry and blocked
at 5.7 feet.
10'
Job,o. 3198
D,te 1/15/87
CORE
BORING LOG
Denton Tap Eoad P~aving & Drainage Improvements
Belt Line Road to Sandy Lake Road SoringNo.
Coppell, Texas
DESCRIPTION OF STRATA
.ight gray clay with some limeston
merits-medium stiff(
Reddish brown and brown sandy clay
Grayish brown clay with trace sand
stiff(CL)
Light gray to tan clay with trace
13 & 14
FIELD TESTS
Pocket Penetrome~er Reaclings,
Tons r Sq. Ft. - X
Standard ~eeenetratlon Tests,
B~ow$ per Foot (BPF) - ~)
1 2 3 4
Total Depth = 6.0 feet
Upon completion, hole dry. 1 hour
later, hole dry and blocked at 5.9
feet.
Brown clayey sand(fill)
and reddish brown sandy
Brown and light gray clay with trac
sand-hard(CL)
Yellowish brown sandy clay with
calcareous nodules-hard(CL)
Iotal Depth : 6.0 feet
Upon completin, hole dry. 1 hour
later, hole dry and blocked at 5.6
feet,
, ( Engineers;
JOHN H. HAYNES & ASSOCIATES. INC
BORING LOG
Denton Tap Road Paving & Drainage Improvements
JobNo. 3198 Belt Line ROad to Sandy Lake Road mo,.;.o.
Coppell, Texas
1/15/87 ,o~.,o.
15
CORE
DESCRIPTION OF STRATA
No. 15 - Sta. 160+52, 27'
Light gray and brown sandy clay wi
some gravel, limestone fragments.
clay bands and sand bands-stiff to
hard(CL)(fill) .~,~ ..,
FIELD TESTS
Pocket penetrometer Readings,
Tons er Sq. FI.-X
Stenderd ~enetratlon Tests,
Blows per FoOt (BPF) -
Yellowish brown and light gray san(
clay-hard(CL)
Total Depth: 6.0 feet
Upon completion, hole dry. 15 minui
later, hole dry and blocked at 5.5
feet.
4¸5
mm
. JOHN H, HAYNES & ASSOCIATES~ IN{::
BORING LOG
Derton Tap Bridge
Job No. 3198 at Meadow Creek Road ~od,;No. 1
D.~. 3/6/87 Coppell, Texas Location See Plate 1
m I CORE FIELD TESTS
--> .~ ~ i. ~ Pocket Penetrometer Readings, O
~1.~.'~ [C~ m_l C) uJ ?o,, erSq. Ft.-X ~- I.-
t,u :: ~tanda~d ~
enetratlon Tests,
o.u~ m2 u~ DESCRIPTION OF STRATA I~ows per Foot (BPF)-
~.- o>. d >
w :~o ~o ~o ~o ~o ~ 485.4
// Dark brown sandy clay-stiff(CL)
// ~lottled brownish gray and yellowis~ ,
y ~z :tan sandy clay-stiff(CL)
Mottled yellowis, h tan and light
- 10..~i~-[ gray clav-stifflCH)
~ Shale, yellowish tan and gray, sever~ 472.6
~- weathered, moderately firm
_---_
-- 10.0 9.7
-20~ --
ZZZ
_]- Shale, dark gray, with some thin
30- -T 10.(10.01ight gray sandstone seams, firm
to very firm
-- TI0.C :0.0
40--'
Total Depth = 44.0 feet
Upon completion, hole bailed to
41.9 feet. 15 minutes later, water
-50. measured at 40.5 feet. 3 days late~
water at 10.5 feet and hole blocke~
at 33.5 feet.
Geotechnical Engineers
-- JOHN H. HAYNES & ASSOCIATES, INC
BORING LOG
Den'con Tap Bridge
at headow Creek Road
JobNo. 3198 Coppell, Texas
D.to 3/6/87
CORE
DESCRIPTION OF STRATA
0.8'-crushed limestone
Limestone brown sandy clay-stiff(CL
Brown and yellowish brown clay-sti
Dark gray silty clay(CL)(fill)
Tan medium to fine sand-medium
.ense(SP){possibly fill/
Shale, dark gray, with some thin
hard light gray sandstone seams,
firm to very firm
Total Depth = 45.0 feet
Upon completion, hole bailed to 21
feet. 10 minutes later, water meas~
at 18.7 feet. 3 1/2 hours later,
at 13.0 feet and hole blocked at 3(
feet. 3 days later, water at 13.1
and hole blocked at 22.7 feet.
Boring NO. 2
Location See Plate 1
FIELD TESTS
Pocket Penetromeler Readings,
Tons erSq. Ft.-X
Standard ~enetration Tests.
Blows per Foot (BPF) -
4,5 45
I 2 3 4
- JOHN H. HAYNES & ASSOCIATES, INC.
BORING LOG
Denton Tap Bridge
JobNo. 3198 at ,~leadow Creek Road Eo,ing.Ol 3
Coppell, Texas
oate 3/11/87 Loce,o. See Plate 1
w CORE FIELD TESTS
~ Pocket Penel,omete, needings. --
uJ C3 Tons er Sq. Ft. - X I--
uJ ~ Standard ~enetratlon Tests, > I.IJ
a. m ac :2 ~_ ..: ~u DESCRIPTION OF STRATA Blows pet Foot (I~PF).
~ (~::o 20 20 40 ~ ~ 473.1
~ 1Dark gray and brown clay-stiff(CL) f 11:
~. Light gray and light tan sandy cl.~y
468.8
-:-r 1 stiff(CL)
---F 5.0 5.o
-_- ~-g.5'-high angle fracture
10---
--- 3.03.0
-- ]]
-._- -r' Shale, dark gray with some thin
-_2 ~0.( 9.6 hard light gray sandstone seams
-~- and some hard limestone nodules,
20---
- firm to very firm
-- 19.0 ).0
- 30.T_ ~-30.4'-1ow angle fracture
--T 10.010.0
---- ~-37.5 to 3g.4'-numerous thin light
40----r gray hard sandstone seams
Total Depth = 43.0 feet
Upon completion, hole bailed to
40.0 feet. 10 minutes later, water
measured at 24.6 feet. 30 minutes
50- later, water at 10.3 feet and hole
blocked at 43.0 feet.
BORING LOG
Denton Tap Bridge
at l. leadow Creek Road Borm0No. 4
JobNo. 3198 Coppell, Texas
oato 3/9/87 Lo~m,o, See Plate 1
.u CORE FIELD TESTS z
O
--~.ju) Pocket Penetrometer Read~ngs,
m DESCRIPTION OF STRATA Brows per Foot (BPF)-
~ ~2 ~ ~ Standard~enetrationTests.
~ ~ ~ ,o ~ ~ 481.2
Mottled brownish gray and yellowisk x
~ tan sandy clay-stiff(CL)
~ Mottled light gray and light tan .
~ sandy cl ay-hard(CL)
~ J Shale, ~ray, ~eathered, moderatel~
_~ ] f~ rm
.10 -
-~ ~12.6'-1" benton~t~c shale band '
.__~ [0.0[0.0 ~13.5[1/2" benton~t~c shale band
.20 --
-~ I ~21.0'-1o~ an~le fracture
-~ Shale, dark ~ray ~th trace ~h~n
~ ~[0.0 .0.0hard l~ht ~ray sandstone seams,
_~ ~ firm to very f~rm
-30 _~ ~30.3'-1.5" benton~t~c shale band
~ ~10.~ ~.~
-~ ~36.0'-1o~ an~le fracture
-40 lotal ~epth = 40.0 feet
~pon completion, hole ba~led to
34.5 feet. 10 m~nutes later, ~ater
measured at 39.0 fee~. 1 hour late ,
~ater at 38.$ feet. 2 hours
~ater at 30.5 feet.
- 50.
APPENDIX B
TRENCH SAFETY STUDY
TRENCH SAFETY STUDY
DENTON TAP ROAD PAVING AND
DRAINAGE IMPROVEMENTS
BELT LINE ROAD TO COTTONWOOD
BRANCH CREEK
COPPELL, TEXAS
JOB NO. 3198
JOHN H, HAYNES & ASSOCIATES, INOORI~ORATE~D
GeotechnicsI Engineers
October 12, 1987
Ginn, Inc.
17103 Preston Road
Suite 100, LB 118
Dallas, Texas 75248
Attention: Mr. John C. Karlsruher, P.E.
Re: Trench Safety Study
Denton Tap Road Paving and
Drainage Improvements
Belt Line Road to Cottonwood
Branch Creek
Coppell, Texas
Job No. 3198
Gentlemen:
Transmitted herewith are three copies of the referenced report. Should
you have any quesitons concerning our findings or if you desire additional
information, please do not hesitate to call.
Yours very truly,
JHH/jeh
(3 copies submitted)
JOHN H. HAYNES & ASSOCIATES, INC.
2424 Stutz Drive · I~.O. Box 354B1 · Dallas, Texas 75235 · (214) 350-5600
TRENCH SAFETY STUDY
DENTON TAP ROAD PAVING & DRAINAGE IMPROVEMENTS
BELT LINE ROAD TO COTTONWOOD BRANCH CREEK
COPPELL, TEXAS
INTRODUCTION
As authorized on September 11, 1987, a Trench Safety Study has been
conducted to evaluate the soil conditions and determine the lateral earth
pressure parameters required for the design of trench shoring systems for
utility line construction for this project. In addition, studies were con-
ducted to evaluate maximum allowable backslopes to use for open cut con-
struction.
FIELD EXPLORATION
A total of 23 test borings were drilled along the right-of-way. These
borings were drilled on approximately 500 foot centers along the project
alignment. The results of these borings are shown on the attached boring
logs together with the station number and offset from centerline at which the
borings were drilled.
Shelby tube soil samples were obtained in the cohesive soil strata and
split-spoon samples were obtained in the sand strata. Together with this
sampling, Standard Penetration Tests were made at selected sampling depths.
Ground water observations were made at each boring location. These data are
shown on the respective boring logs together with the estimated ground
elevations.
- 2 -
LABORATORY TESTING
A number of Atterberg Limit and moisture content tests were performed
on selected soil samples and these results are shown on Plate No. 1. Un-
confined compressive strength tests were performed on samples of the various
clay and sandy clay strata and these results are shown on Plate Nos. 2 and 3.
SITE CONDITIONS
In general, the alignment was found to be underlain by CL clay and
sandy clay soils to depths of about 5 to 12 feet. These CL clay soils
have an average high Liquid Limit of about 40 and an average high Plasticity
Index (PI) of about 28. In some borings, layers of CH clay were penetrated;
however, these were only encountered at borings drilled at Stations 97+40,
104+00, 139+00 and 144+00. These CH clays were mostly encountered within
the upper 5 feet. At some stations, the clay and sandy clay extended well
below a depth of 12 feet. Sand was generally encountered below the upper
clay and sandy clay strata. At Stations 118+00 and 119+00, sand was en-
countered from the ground surface to depths of about 14 feet and 25 feet,
respectively, where gray shale bedrock was penetrated.
Ground water was encountered at depths ranging from about 15 to 20 feet
in the area of Station 97+00 to about Station 169+00. Beyond this point,
ground water was encountered at depths of about 7 to 12 feet. The ground
water table will fluctuate with the seasons and, at time of construction, it
could vary several feet from the depths shown on the Boring Logs.
RECOMMENDATIONS
Based on the results of the test borings and laboratory tests, studies
were made of the various methods available for bracing of vertical excavated
cuts or backsloping of open cuts for use in construction of utility lines for
JOHN H. HAYNES & ASSOCIATES,
Geotechnical Engineers
this project.
Braced Vertical Cuts
The lateral pressure developed behind shoring will depend on the method
of construction, lhis is illustrated on Plate No. 4. If driven steel sheet-
piles are used and the soil is removed after the sheetpiles are in place,
then the pressure diagram shown at the bottom of the sheet (Condition B)
should be followed using an active and passive design fluid pressure of 60
pcf and 200 pcf, respectively. The recommended passive fluid pressure figure
of 200 pcf includes a factor of safety of at least 2.0.
On the other hand, if the trench is excavated as the shoring is installed
then the upper pressure diagrams should be followed (Condition A). As most
of the utility lines will be installed at depths between 5 and 20 feet, it
is recommended that the designs be based on three depth ranges (5' to 10',
10' to 15' and 15' to 20'). For these three depth ranges, it is recommended
that uniform lateral pressures of 360 psf, 540 psf and 720 psf, respectively,
be used in the design of the trench shoring system.
Unbraced Sloped Cuts
If open cuts are used in lieu of vertical trench cuts, it is recommended
that a maximum backslope angle of 1 to 1 be used for all cuts in clays and
sandy clays. If sand is encountered in any open cut excavation, then the cut~
should be laid back on a maximum backslope of 2 horizontal to I vertical. A
combination of open cut and braced vertical cut can be used provided the
braced portion is designed for the full height of cut.
Temporary Shoring of Roadway Embankment
In order to maintain traffic flow, it is understood that the new bridge
at Grapevine Creek will be constructed in two phases. While the southbound
traffic lanes are being constructed, traffic will be diverted onto the north-
JOHN H. HAYNES ~ ASSOC)AIES.
bound lanes. As the bridge will be elevated, a temporary retaining wall will
be required to support the southbound embankment. This retaining w~ll will
have to be installed from about Station 112 to Station 120.
Referring to our revised report for the Denton Tap Bridge at Meadow
Creek Road dated April 1, 1987, Bridge Boring No. 1 was drilled at about
Station 114+30 and Bridge Boring No. 2 was drilled at about Station 116+70.
These are the approximate locations of the transition from bridge deck to
embankment fill at which points the temporary retaining wall will begin.
Referring to the Boring Logs, firm to very firm dark gray shale was encoun-
tered at both locations at about elevation 472 feet (approximately 13 feet
below existing grade). At these locations, it appears that the depth of
fill will be about 8 feet. Referring to the Trench Safety Study report, two
additional borings (T-5 and T-6) were drilled at Station 118+00 and Station
119+00, respectively. These borings encountered gray shale at about elevatioF
475 feet and 465 feet, respectively.
It is recommended that the temporary retaining walls consist of either
soldier piles and wood logging with the piles being supported by auger-
excavated, cast-in-place concrete piers drilled into the underlying gray
shale bedrock or steel sheet piles driven to sufficient depths in the clay
and sand strata for adequate lateral support.
Drilled concrete piers should be designed for lateral resistance in
the dark gray shale equal to a uniform passive pressure of 5,000 psf. This
figure includes a factor of safety of at least 2.0. The upper 2 feet of
dark gray shale should be neglected in determining the required pier pene-
tration.
Steel sheet piling driven into the clay and sand strata overlying the
dark gray shale should be designed for a passive fluid pressure of 200 pcf
which includes a factor of safety of at least 2.0.
JOHN H. HAYNES & ASSOCIATES.
Geotechnical Engineers
-- - 5
It is recommended that all fill placed against the temporary retaining
wall be composed of compacted sand. The sand should be placed within the 45
degree angle wedge extending from the base to top of the fill. If sand is
used as backfill, the wall can be designed for an active fluid pressure of
40 pcf.
JOHN H. HAYNES ~, ASSOCIATES, ~NC
1 I I I I I I I I I I I I ! I I I I I
Trench Safey Study
Denton Tap Road Improvements
Atterber9 Limit and Moisture Content Tests
Boring Depth Liquid Plastic
No. ft~ kimi t(%) Limi t(%)
T-1 5.0-6.0 50.7 20.4
7.5-8.5 53.5 19.9
12.5-13.5 45.0 I7.5
17.5-18.5 37.4 14.6
T-2 6.0-7,0 37.4 14.7
T-3 3.0-4.0 30.2 13.3
T-4 3,0-4,5 27.3 13.2
6.0-7,0 25.0 12.7
T-5 2.5-3.5 20,2 13.6
5.0-6.0 16.0 14.8
T-7 5.0-6.0 35.2 15.2
10.0-11.0 26.3 13.8
T-8 7.5-8,5 22.1 13.2
T-9 5.5-6.0 25.4 12.2
T-lO 10.0-11.0 29.6 11.9
14.0-15.0 29,0 11,2
T-11 5,0-6.0 43.9 15.1
T-12 3.0-4.5 50.2 18.9
7.0-8.5 28.0 12.1
T-13 3.0-3.8 44.0 17.7
9.0-10.0 31,6 13.6
9.0-10.0 30.8 12.4
T-15 4.5-6.0 26.7 11.8
7.0-8.0 42.6 ,· 16.2
T-17 4.0-5.0 31.1 13.8
T-20 5.0-6.0 36.2 13.5
8.0-9,0 27.8 11.9
T-23 7.0-8.0 30.4 14.6
Plasticity
Index(PI).
30.3
33.6
27.5
22.8
22.7
16.9
14,1
12.3
6.6
1.2
20.0
12.5
8.9
13.2
17.7
17.8
28.8
31.3
15.9
26.3
18.0
18.4
14.9
26.4
17.3
22.7
15.9
15.8
Moisture
Content(%)
18.5
24.9
21.7
21.7
16.4
11.0
9.3
8.5
5.4
3.6
11.8
8,2
7.3
7.0
14.4
15.2
17.6
15.6
13.0
15.1
17.9
12.5
11.7
15.6
15.7
14.6
17.7
18.0
0
Z
'r
I I I I I ! ! ! I I I I I I I I I I
Boring
No.
T-1
T-2
T-3
T-4
T-7
T-8
T-9
T-lO
T-11
T-12
T-13
Depth
(ft)
7.5-8.5
12.6-13.5
17.5-18.5
6.0-7.0
9.0-10.0
3.0-4.0
6.0-7.0
3.0-4.5
6.0-7.0
9.0-10.0
5.0-6.0
10.0-11.0
7.5-8.5
o-3.o
5.5-6.5
10.0-11.0
14.0-15.0
5.0-6.0
7.0-8.0
3.0-4.5
7.0-8.5
3.0-3.8
9.0-10.0
Trench Safety Study
'Denton Tap Road Improvements
Unconfined Compressive Strength Tests
Max. Compressive
Strenqth(psf)
2930
3385*
1480
Failure
Strain(%)
2.6
2.5
2.4
5.8
1.7
0.8
3.0
6105
4565
10515
7365
8215
4960
1320
0.8
1.0
2.8
15960
6940
2.4
1.2
9170
16255
1.4
1.3
15575
4400
2685
1.8
2.7
2.1
6235*
8255
18055
8680
3.1
1.6
7.5
4.6
14345
3400*
5.0
1.9
Unit Dry
Wt.(pcf)
98.9
104.6
104.4
115.7
118.2
114.5
118.4
112.5
113.8
113.4
111.7
105.8
111.3
115.5
119.5
111.9
108.8
108.8
111.7
116.1
121.9
117.3
107.4
Moisture
Content(%)
24.9
21.7
21.7
16.4
14.2
11.0
13.3
9.3
8.5
13.4
11.8
8.2
7.3
8.4
12.4
14.4
15.2
17.6
17.8
15.6
13.0
15.1
17.9
o
z
m
I I I I I I I ! I I I I I I I
Trench Safety Study
Denton Tap Road Improvements
Unconfined Compressive Stren§th Tests
Boring Dept~ Max. Compressive Failure
No. (ft) Strength(psf) Strain(%)
T-14 3.0-3,5 30250(1) 1.5
9.0-10,0 18130 3.6
T-15 4.5~6.0 9100 2.2
7.0-8.0 11400* 3.2
T-17 4.0-5.0 5685 6.5
9.0-10.0 6485* 3.7
14,0-15.0 4770 3.4
5.0-6.0 8295 4.7
8.0-9.0 2390 10.3
11.0-12.0 1340 1.1
7.0-8.0 3080 6.1
10.0-11.0 2195 4.2
15.0-16.0 2880* 4.0
T-20
T-23
Footnotes:
*Failure occurred on existing slickensided fracture plane.
(1) Sample did not fail at capacity of testing equipment.
Unit Dry
Wt.(pcf)
125.5
123.0
122.2
117.6
112.9
113.0
115.9
115.0
113.3
111.5
109.1
t14.4
100.6
Moisture
Content(%)
10.2
12.5
11.7
15.6
15.7
17.0
15.8
14.6
17.7
17.5
18.0
15.3
23.6
0
Z
I I I I I I I I I I I I I ! I I I I I
-P.I '7
P = 360 psf
540 psf
A
P : 720 psf
tkI~--,~:.-LL-L3- Ar-, =~. T.7~.~.~£--
~ Active Fluid Pressure =
~_~ Passive Fluid Pressure
60 pcf
200 pcf
BORING LOG
Trench Safety S~udy
JobNo 3198 Denton Tap Road Improvements Sormg~o. T-!
Da~e 9/16/87 ko:a~io, Sta.97+40,30'Lt
~ CORE FIELD TESTS
Pocket Penetrometer Readi~gs~
~' ~'O tu Tons er Sq. Ft. · X UJ
I~ ~ Slandard ~enetration Tests,
~- m~ ~ ~ DESCRIPTION OF STRATA Brows per Fool (BPF} - ~)
Gray and reddish brown sandy clay
with some gravel-hard(CL)(fill)
· 5 - Dark gray clay-hard(CH) /
Grayish brown and yellowish brown
~ clay-stiff(CH)
Light gray and yellowish brown cla?-
stiff(CL)
15
~ Light brown and light gray silty / 9~1~/~
/~/I clay-medium stiff(CL)
x/~ Brown silty clay-medium stiff(CL) ~1( P
-20 Total Depth = 20.0 feet
Upon completion, hole dry. 2 hours
later, hole dry and blocked at 20.I
feet. 48 hours later, water measured
at 16.7 feet and hole blocked at
19.4 feet.
BORING LOG
Trench Safety Study
Denton Tap Roae Improvements SoringNo. T-2
Job No 3198
Date 9/24/87 Loca~io. 104+00,29'Lt
.u CORE FIELD TESTS z
0
(,0 Pocket Pemetromele~ Readings. ~.. I--
~,~u C~ Tons e~Sq. FI-X uJ
I/: Standard ~enetratlon Tests.
:~ :2 u~ DESCRIPTION OF STRATA Slows Der Foot (BPF) · ~)
~o ~o ,o ~ ~' 06+-
~, Dark brown sandy clay with some
gravel-stiff(CL)(fil 1)
~ Dark gray sandy clay-stiff(CL)
,~ ~ ~ k! ,PI
!,~R-- Grayish brown clay-stiff(CH)
f!
/_
' Yellowish tan and light gray sandy
- / clay-sti ff(CL)
10- lotal Depth = 10.0 feet
Upon completion, hole dry. 24 hour.~
later, hole dry and blocked at 9.4
feet.
JOHN Fl. HAYNES & ASSOCIATES, ~NC
BORING LOG
Trench Safety Study
JobNo. 3198 Denton Tap Road Improvements Bo,mg,o T-3
Date 9/24/87 Locstion109+00, 29'Lt
;tu CORE FIELD
~ [q Pocket Penetromete~ Readings.
3;' _-- LU C3 Tons er Sq. Ft.-X
¢[; Standard ~enetration Tests.
~. Brown sandy clay with some §ravel-
hard(CL) (fill)
/x Dark brown sandy clay-hard(CL)
5 -~ Reddish brown and gray sandy clay-
/ hard(CL) /
*~ Tan fine silty sand-medium dense(S~)
Total Depth TM 10.5 feet
Upon completion, hole dry. 24 hour.~
later, hole dry and blocked at 9.5
feet.
Geotechnicel Engineers
JOHN H. H~¢NES & ASSOCIATES, ~NC
BORING LOG
Trench Safety Study
Job.o~ 3198 Denton Tap Road Improvements so,mguo 1-4
Da~e 9/24/87 [o~,~io. 112+00,26' Lt
~u CORE FIELD TESTS
_>.~ to Pockel Penetromelet Readings,
. t.u Tons er Sq. Ft. · X
~ ~ Standard ~enetration Tests,
~>.~ :2 _~ m> DESCRIPTION OF STRATA e~ows per Foot (BPF) - ~) UJ
/~_ Brown sandy clay with some gravel-
~/ ~ hard(Ck)(fill)
~ I Br°wn sandy clay'hard(CL)
,\
i~//Z Yellowish tan and ligllt gray very
sandy clay-hard to st. iff(CL) '
X
10'
Total Depth = 10.0 feet
iUpon completion, hole dry. 24 hour
later, hole dry and blocked at 10.~
feet.
JOHN H. HAYNES & ASSOCIATES. ~NC
BORING LOG
Trench Sa-,"ety Study
Job No. 3198 Denton Tap Road Improvements Bo,)ngNo T-5
9/15/87 Loca~io.118+O0,25 ' Lt
CORE FIELD TESTS
C) Pocket Penetrometel Readings,
~ w DESCRIPTION OF STRATA Blows per Foot (BPF) * (~) ~j u.
Brown sandy clay with gravel(CL)
1 (fill)
Yellowish brown fine clayey sand
(SC)
Yellowish brown and light gray fin
silty sand-dry and dense(SM)
Yellowish Drown coarse to fine
gravelly sand-dry and dense(SP)
~C
Brown medium to fine sandy gravel--
dense(GP)
Shale, brownish gray, firm 9~1 /]7
5[ 1)w For 5 1/2'
Total Depth : 1~.0 feet
Upon completion, hole dry. 24 hour
later, water measured at 14.2 feet
and hole blocked at 15.0 feet.
JOHN H. HAYNES & ASSOCIATES. ~NC
BORING LOG
Trench Safety Study
Denton Tap Road Improvements Boring No. T-6
JobNo 3198
9/29/87 Loc,rio, 119+00,29 ' Lt
CORE FIELD TESTS z
o
?ons erSci. Ft.-X
~ ~ DESCRIPTION OF STRATA B~ows pe~ Foot (BPF) -
Reddish brown sandy clay with some
gravel(CL)(fill)
Yellowish brown fine silty sand- _;b2;
dry and medium dense(SM)
~ 3( PI
Yellowish brown coarse to fine
silty gravelly sand-dry and medium ~.2 ~-
dense to dense(SP)
2)35 B IF
Dark grayish brown fine silty sand, ~' ~ale .eF_e
medium dense(SM)
d 0 B)F
Tan fine silty sand-medium dense(Sll)
~hale, dark gray, firm ~ 2 ~P
To~al Depth : 30.0 feet OiBl°~s o
Upon completion, water measured
~t 17.3 feet. 30 minutes later, wa e
~t 17.5 feet. 24 hours later, wate
~t 17.7 feet and hole blocked at
19.1 feet.
JOHN H. HAYNES & ASSOCIATES, ~NC
BORING LOG
Trench Safety Study
JobNo 3198 Denton Tap Road Improvements so,mg,o T-7
Dale 9/]6/87 Lo~a,o, 121+00,24' Lt
~u CORE FIELD TES?S
~ I.u OESCRIPTION OF STRATA $1andatd enetfation Tests.
~ ~. -i · Blows per Foot (BPF) · ~)
~"t Brown gravelly clayey sand-hard(SC'.
4,
~ Brown sandy clay-hard(CL)
5 /
~i~.~ Crayish brown clay-hard(CL)
? Z Brown sandy clay-hard(CL)
?~ Yellowish brown fine clayey sand
i_ with some thin sandy clay seams- ~ 2 BFF
dry and medium dense(SC)
- 15.
~ 2. ~[F
'~, Brown coarse to fine gravelly clay, ¥
-~ sand-dense(SC) 5!~ B~ F
- ,~__W~: ~'._l,~.L( 1_-.9~.1! Z
- 20, :
'.~,.'_ Yellowish brown medium to fine ? B 'F
~.,'.. sandy gravel-medium dense(GP)
· ~:2 )P
25. Total Depth = 25.0 feet
Upon completion, hole dry. 48 houri
later, water measured at 20.0 feet
and hole blocked at 20.2 feet.
Geotechnical Engineers
JOHN H. HAYNES & AS,~OCIATES, ~NC
BORING LOG
Trench Safety Study
Denton Tap Road Improvements eo,~.gNo. T-8
Job NO. 3198
Dale 9/16/87 koca.o. 122+62,24'
FIELD i I::~ ~ ~
m CORE I Pocket Peneirome~ef Readings,
:- ~ ~ Standard ~enetration Tests,
[~ ~ ~ ~ ~ DESCRIPT,0N OF STRATA 1
~ -- W
Yellowish brown sandy clay-hard(CL
~o
~ Yellowish brown gravelly clayey
-15~
'~_~ sand-dry and very dense t° dense Ill[ q ]I(SC) ~][3[]B ' ,
20-~ 8B F
2 Light gray and *ellowish brOwn //]J 19'L~/r7
silty Clay with some sand bands- ]]]/ ] ]~
- 25' ~Z Total Depth= 25.0 feet //Il I l/
Upon completion, water measured atl//// //
23.7 feet. 48 hours later, water ~//////
~z.~ ~.e~ an~ ,o~e ~]o~e~ ~ ~Z'"l//// //
JOHN H. HAYNES & ASSOCIATES, ~NC
II BORING LOG
Trench Safety Study
Job.o. 3198 Denton Tap Road Improvements
Da~e 9/25/87
CORE
DESCRIPTION OF STRATA
Grayish brown sandy clay with some
gravel-very stiff(CL)(fill)
Reddish brown sandy clay-hard(CL)
Yellowish brown medium to fine
clayey sand-dense(SC)
Yellowish tan sandy clay-hard(CL)
Total Depth = 15.0 feet
Upon completion, hole dry. 3 days
later, hole dry and blocked at 12.
feet,
Boring No T-9
L~atio. 124+00,29'Lt [
FIELD TESTS
Pockel Penetrometer Readings,
Tons er Sg. Ft.-X
Blows per Fool (BPF) - ~)
4.5 4 5
' 110 2 3 4
Geotechnical Engineers
BORING LOG
Trench Safety Study
Job No 3198 Denton Tap Road Improvements BormgNo. 1-10
Dm~e 9/25/87 koca,o. 129+00,28' Lt {
ua CORE FIELD TESTS
c~ uJ ~ Standar~ ~enetralion Tests, ~[
m~ ~>. ~ ~ :>w DESCRIPTION OF STRATA mows per Fool (BPF} - ~) Ltl~ U-
~ :,'o ~0 ~o ,o ~ ~ 08_+
? Brown sandy clay with some gravel-
7Z -] hard(CL) (fill)
/ Dark brown sandy clay-hard(CL)
5 i/ Yellowish brown sandy clay-hard(CL
I'// Light brown and light gray sandy /
'/
clay-stiff(CL)
/
/ Yellowish brown and dark brown cla
with some thin sand seams-stiff(CL
- 15,
Total Depth : 15.0 feet
Upon completion, hole dry. 3 days
later, hole dry and blocked at
" 14.0 feet.
· JOHN H. HAYNES ~. ASSOCIATES. ~NC
BORING LOG
Trench Safety Study
JobNo 3198 Denton Tap Road Improvements Bo,mgNo T-tl
Oate 9/25/87 Localio, 134+00,29'Lt
w CORE FIELD TESTS
> ~ Pocket Penelromelef Readings,
:c 2 u~ DESCRIPTION OF STRATA Standald ~
O · ~ > Blows per Foot {BFF) - ~)
Reddish brown sandy clay with some
I gravel-very stiff(CL)(fill)
- 5 ]/ IDark grayish brown clay-very stiffl ~1)
\
/T Yellowish brown and light gray san, ¥
· /-g clay,hard(CL) /
/ /
/ -~ Yellowish brown very sandy clay- /
- 10' ~,-k very stiff(CL)
J~ Yellowish brown fine clayey sand-
medium dense(SC)
- 15-~ ~ ~; 4 B)F
Total Depth = 15.5 feet
Upon c~mpletion, hole dry. 3 days
later, hole dry and blocked at 15.(
feet.
(~eotechnical Engineers
JOHN H. HAYNES & ASSOCIATES, ~NC
BORING LOG
Trench Safety Study
JobNo 3198 Denton Tap Road Improvements
9/18/87
CORE
DESCRIPTION OF STRATA
Road base(fill)
Dark grayish brown clay-hard(CH)
Grayish brown clay-hard(CH)
Grayish brown and yellowish brown
sandy clay-hard(CL)
Yellowish tan medium to fine silty
and-medium dense(SM)
Total Depth = 15.0 feet
Upon completion, hole dry. 2 hours
later, hole dry and blocked at i5.[
feet.
Boring NO T- 12
Loch,on !39 00,~9
FIELD TESTS
Pocket Penetromele~ Readings,
TOnS er SQ. Ft.-X
B~andard ~enetrafion Tesls,
Blows per Fool (BPF) - ~)
Lt %
Geotechnlcal Engineers
II BORING LOG
Trench Safety Study
JobNo. 3198 Denton Tap Road Improvements
o,t, 9/17/87
CORE
DESCRIPTION OF STRATA
Road base(fill)
gray clay-hard(CH)
Brownish gray clay-hard(CL)
Yellowish brown and brownish gray
clay-hard to very stiff(CL)
Total Depth : 10.0 feet
Upon completion, hole dry. 24 houri
later, hole dry and blocked at 10.(
feet.
Bo,i.g .o T-13
Location144+O0,29' Lt ~.
FIELD TESTS
Pocket penetromeler Readings,
Tons er SQ Ft.-X
Standard ~enetratlon Tests,
Blows per Foot (BPF) - ~)
{]eotechnical Engineers
BORING LOG
Trench Sa',-'ety Study
Denton Tap Road Improvements
Job NO. 3198
Date 9/17/87
CORE
DESCRIPTION OF STRATA
]ark brown sandy clay-hard(CL)
Brown clay-hard(CL)
Yellowish brown and brownish gray
clay-hard(eL)
Total Depth = 10.0 feet
Upon completion, hole dry. 24 hours
ater, hole dry and blocked at 10.
~et.
Boring NO T-14
Location 154+00,25' Rt ~_
FIELD TESTS
Pocket Penetromeler Readings,
Tons er SCl. FI.*X
Standard ~enelralion Tests,
Blows per Foot (BPF) - ~)
(~eotechnice~ Engineers
Job NO
BORING LOG
Trench Safety Study
3198 Denton Tap Road Improvements
Da,~ 9/17/87
CORE
DESCRIPTION OF STRATA
Brown sandy clay with some limesto~
fragments-hard(CL)(fill)
Yellowish brown clay with trace
limestone fragments-hard(CL)
Yellowish brown sandy clay-hard(CL
Yellowish brown clay-hard(CL)
Yellowish brown and light gray sane
clay with some sand bands-hard(CL)
Total Depth : 10.5 feet
Upon completion, hole dry. 24 hour
later, hole dry and blocked at 10.
feet.
Boring No T-15
Location157+85,21 'Rt ~.
FIELD TESTS
Pocket Penetforneter Readings.
Tons er SCl. Ft.-X
Standard ~enetraUon Tests,
Blows per Foot (BPF)- (~
(~eotechnicel Engineers
BORING LOG
Trench Safety Study
Job"o 3198 Denton Tap Road Improve)nents
9/17/87
CORE
DESCRIPTION OF STRATA
Road base(fill)
Reddish brown and brownish gray
clay with wood fragments-stiff(CL)
Reddish brown fine sand-dense(SP)
sh brown and light gray
Total Depth : 8.0 feet
Upon completion, hole dry. 24 hour
later, hole dry and blocked at 8.0
feet.
Boring No. T-16
Location162+O0,22 ' Rt
FIELD TESTS
Pockel Penehometer Readings.
Tons erSq, Ft,-X
Standard ~enelralion Tests,
Blows per Foot (BPF) - ~)
~o 3o ,o ~o
__ JOHN ~. ~AYNES ~ ASSOCIATES, ~NC
BORING LOG
Trench Safety Study
Job,o. 3198 Denton Tap Road Improvements
9/17/87
CORE
DESCRIPTION OF STRATA
Road base(fill)
Reddish brown sandy clay-stiff(CL)
Yellowish brown and Lrownish gray
clay-stiff(CL)
Yellowish brown and brownish gray
sandy clay-stiff(CL)
Total Depth = 15.0 feet
Upon completion, hole dry. 24 hour:
later, hole dry and blocked at 15.1
feet.
Bo,i.g .o T-17
· ocabon 169+00,12'Rt rc
FIELD TESTS
Pocket Penetromele~ Readings,
Tons er SQ. Ft.-X
Standard ~ene~ration Tests,
Blows per Foot (ePF). ~)
4.5 45
I 2 3 4
to 2o ~ ,o ~o ~'
-- Geotechnicat Engineers
-- JOHN H. HAYNES & ASSOCIATES.
BORING LOG
Trench Safety Study
JobNo. 3198 Denton Tap Road Improvements
9/17/87
CORE
DESCRIPTION OF STRATA
Road base(fill)
Brown clay with trace fine gravel-
hard(CL)
Yellowish brown medium to fine san(
dense(SP)
Yellowish brown sandy clay-stiff(C[
Total Depth : 10.0 feet
Upon compl~![ion, hole dry. 24 houri
later, hole dry and blocked at 8.3
feet.
Boring No T-18
Loca~o, 174+00,29'Lt ~
FIELD TESTS
Pocket Penelromele~ Readings,
Tons er SQ. Ft.-X
Standard ~enelraUon Tests,
Blows per Foot {BPF) -
45 45
., 2 3 , ~0'
,, JOHN H. HAYNES & ASSOCIATES, INC
Trench Safety Study
JobNo. 3198 Denton Tap Road Improvements
~( D~,~ 9/17/87
CORE
DESCRIPTION OF STRATA
Light gray fine clayey sand with
race stone-hard(SCS(fill)
.ight gray and yellowish brown ver
sandy clay-very stiff(CL)
BoringNo. T-19
Loca,o. 179+00.29'Lt [
FIELD TESTS
Pocket Penetrometer Readings.
Tons er Sq. Ft.*X
Blows per Foot (BPF) - ~)
Light gray fine silty sand-medium
dense(SM)
Yellowish brown medium to fine sane
dense(SP)
Total Depth = 12.0 feet
Upon completion, trace water at
6.9 feet. 24 hours later, hole dry
and blocked at 6.8 feet.
-- Geotechnicel Engineers
JOHN H. HAYNES ~- ASSOCIATES. ~NC
BORING LOG
Trench Safety Study
Denton Tap Road Improvements Bormg.o T-20
~obNo 3198
O~te 9/17/87 Localion 184+00,23'Lt
Lu CORE FIELD TESTS
o. uJ ;[ :~ <~ ..j ~u DESCRIPTION OF STRATA Blows per Foot (BP;}-~) > U.
/ I Brown sandy clay with stone
/~ fragments -hard(CL)(fil 1)
Dark brown fine silty sand-dense
(SM)
5 / T Dark brown clay-very stiff(CL) /
J Z Light gray sandy clay-soft to
stiff(CL) x ,~ W~lel e,,~ __
10-
1oral Depth = 12.0 feet
Dpon completion, trace water
measured. 10 minutes later, water
-15. at 10.2 feet. 24 hours later, ware
at 9.3 feet and hole blocked at
10.5 feet.
BORING LOG
Trench Safety Study
. Denton 'rap Road Improvements
Job NO, 3198
9/17/87
CORE
DESCRIPTION OF STRATA
Brown fine gravelly clayey sand-
hard(SC)
Dark gray sandy clay-hard(CL)
Yellowis~ brown fine clayey gravel.
Light brown coarse to fine gravell
sand-dense(SP)
Total Depth = 10.0 feet
Upon completion, trace water. 35
minutes later, hole dry and blocke(
at 8.0 feet. 24 hours later, hole
dry and blocked at 8.5 feet.
BoringNo. T-21
L~a,io. 189+00,20'Lt [
FIELD TESTS
Pocket Penetrometer Readings,
Tons er Sq. Ft.-X
Standard ~enetra~lon Tesls,
Blows per Foot (BPF) - ~)
4.5 4 5
Z
0
w463!
;eotechnical Engineers
-- JOHN H. HAYNES & ASSOCIATES. ~NC
BORING LOG
Trench Safety Study
JobNo. $i~8 Denton Tap Road Improvements
9/17/87
CORE
DESCRIPTION OF STRATA
Dark brown sandy clay with trace
fine gravel-hard(CL)(fill)
Boring No. T-22
Location 194+00,33'Lt E
FIELD TESTS
Pocket Penetromeler Readings,
Tons er Sq. Ft**X
Standard ~enetratlon Tests,
Blows per Fool (BPF) - ~)
4.5 4
1 2 3 4
Brown fine silty sand(SM)
Brown sandy clay-hard(CL)
Yellowish brown coarse to fine
iravelly sand-medium dense(SP)
Brown medium to fine sandy clayey
gravel-dense(SP)
Shale, dark brown, slightly weath(
thin ellowish brown sand sean
Depth = 14.5 feet
Upon completion, water measured at
9.6 feet. 2 hours later, water at
9.7 feet. 24 hours later, water at
9;4 feet and hole blocked at 9.6
feet.
Geotechnicsi Engineer~
JOHN H. HAYNES .e. ASSOCIATES. ~NC
BORING LOG
TrEnch Safety Study
Job,o. 3198 Denton Tap Road Improvements
9/17/87
CORE
DESCRIPTION OF STRATA
brown clay with trace stone-
very stiff(CL)(fill)
Sorm:No.T-23
L~.,o, 196+00,33'Lt E
FIELD TESTS
Pocket Penelrometer Readings,
Tons erS¢l. Ft.*X
Standard ~enetrallon Tests,
Blows per F~ot (BPF) - ~)
4.5 4 5
Reddish brown and dark brown sandy
clay-hard(CL)
fraqments
Dark gray clay with trace sand-
stiff(CL)
Brownish gray sandy clay-medium
stiff(CL)
Yellowish brown and li§ht gray cla.
with trace thin fine sand band-sti
(Ct)
Shale, brownish gray, yellowish
bro~p anq r~ddi)h bKown, )everely
wea[nereo~ Trac[urea, sof[
Total Depth = 20.0 feet
Upon completion, trace water at
20.0 feet. 1 hour later, water
measured at 18.0 feet, 24 hours
later, water at 11.6 feet and hole
blocked at 15.0 feet.
Engineem --