Loading...
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 --