Loading...
ST8601-CN 900701VISTA MORTGAGE & REALTY, INC. CONTRACT DOCUMENTS FOR PAVING, DRAINAGE & UTILITIES MACARTHUR BOULEVARD DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL /-~ CArTEr & BURGEsS, INC. ENGINEERS · PLANNERS- SURVEYORS 7950 ELMBROOK DRIVE / SUITE 250 / DALLAS, TEXAS 75247 (214) 638-0145 METRO (214) 263-2019 FAX (214) 638-0447 JULY 1990 TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS SECTION 00020 00100 00300 00500 00600 00700 00800 00900 SECTION 01010 01011 01040 01051 01077 01150 01202 O132O 01340 01370 01380 01400 01500 01567 01570 01576 0]670 01710 0]720 01750 SECTION 02010 02102 02200 02210 02223 TITLE Invitation to Bidders Instruction to Bidders Bid Proposal Standard Form of Agreement Performance Bond and Payment Bond General Conditions Special Conditions Addenda DIVISION 1 - GENERAL REQUIREMENTS TITLE Contract Time, Order of Completion, Milestone Dates and Schedules Utility Adjustments Coordination Grades, Lines and Levels Abbreviations, Symbols, Trade Names and Materials Measurement and Payment Progress Meeting and Reports Progress and Schedule Chart Shop Drawings, Product Data and Samples Schedule of Values Construction Photographs Quality Control Temporary Facilities and Controls Pollution Control Traffic Control Construction in Existing or Proposed Public Right of Way Testing of Pipelines Cleaning and Adjusting Project Record Documents Warranties and Bonds DIVISION 2 - SITEWORK TITLE Subsurface Investigation Clearing and Grubbing Unclassified Roadway Excavation Embankment Structural Excavation, Backfill and Compaction DIVISION 2 - SITEWORK - (CONT~D) SECTION 02225 02227 02270 02360 02501 025O2 02513 02515 02600 02713 02721 02810 02910 SECTION 03210 03310 03420 SECTION 04100 04200 04435 SECTION TITLE Trenching, Backfilling, Embedment and Encasement Waste Material Disposal Seeding for Erosion Control Drilled Piers Flexible Base Lime Stabilized Base Asphaltic Concrete Vehicular Paving Concrete Paving, Curbs and Sidewalks Ductile Iron Pipe Water Distribution System Storm Sewer System Metal Beam Guard Fence Utility Sleeves DIVISION 3 - CONCRETE TITLE Reinforcing Steel Structural Concrete Prestressed Concrete Structures DIVISION 4 - MASONRY TITLE Masonry Mortar Stone Masonry Cast Stone DIVISION 5 - METALS TITLE 05120 Structural Steel 05520 Bridge Railings SECTION 09900 DIVISION 2 - SITEWORK - (CONTtD) DIVISION 9 - PAINTING TITLE Protective Coating SECTION DIVISION 16 - ELECTRICAL TITLE 16111 Conduit DIVISION 0 BIDDING AND CONTRACT DOCUMENTS SECTION 00020 INVITATION TO BIDDERS Sealed Bid Proposals will be received and publicly opened at the office of Carter & Burgess, Inc., 7950 Elmbrook Drive, Suite 250, Dallas, Texas 75247 for the Project and on the Bid Date listed below: Project: Paving, Drainage and Utilities - MacArthur Blvd. - Deforest Road to Denton Creek Drainage Channel Bid Date: July 17, 1990 @ 10:00 A.M., C.D.T. Owner: Vista Mortgage & Realty, Inc. Bids shall be accompanied by a certified or cashier's check on a state or national bank in an amount not less than five percent of the largest possible total of the Bid submitted, payable without recourse to Denton County Road Utility District No. 1, or an acceptable Bid Bond for the same amount from a reliable surety company as a guarantee that the Bidder will enter into a Contract and execute required Performance and Payment Bonds within ten days after notice of award of Contract to him. The notice of award of Contract shall be given the successful Bidder within 60 days following the opening of Bids. If the award cannot be made within the prescribed time, the time limit may be extended by mutual written consent of the Owner and the lowest responsible Bidder concerned. Bid envelopes must Carter & Burgess, Project. Any Bid returned unopened. be sealed and addressed to the Owner as shown above, c/o Inc., and shall bear the name of the Bidder and the received after the Bid Date and time listed above will be Plans, Specifications and proposal forms are available for inspection during regular business hours at the following location: Carter & Burgess, Inc. 7950 Elmbrook Drive, Suite 250 Dallas, Texas 75247 Prospective Bidders may obtain single sets of the documents from Carter & Burgess, Inc. upon the payment of $100.00 deposit to guarantee submission of a proposal and returning the documents to the Engineer within the (10) days after the day set for submission of bids. No refunds will be made unless a Bid is submitted by the individual or organization making the deposit. 00020-1 Additional single sets of the documents may be obtained by prospective Bidders making an initial deposit for the additional sum of $1OO.OO, which is not subject to refund. The documents will be supplied to subcontractors and suppliers of equipment and materials upon payment of $100.00 per set, which is not refundable. The successful Bidder shall furnish a Performance Bond and Payment Bond upon the form provided in the amount of 100 percent of the contract price 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. The right is reserved, as the interest of the Owner may require, to reject any and all Bids, to waive any informality in the Bids received and to let and award the Contract to any responsible Bidder which, in the Owner's sole judgement, will be the most advantageous to the Owner and result in the best and most economical completion of the Project. END OF SECTION 002:22-2201-32 00020-2 SECTION 00100 - INSTRUCTIONS TO BIDDERS 1.01 PROPOSAL FORMS The Bidder's Proposal must be submitted on the printed form furnished with these instructions. The blank spaces in the Proposal shall be filled in for each item for which a quantity is given as may be required by the Proposal for a completed work, and the Bidder shall state the price for which he proposes to do each item of work. Information provided in blank spaces shall be typed or hand written in ink. Each page of the proposal shall be signed in ink by the person or persons making or authorized to make a Bid. The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated in the Proposal. A corporation Bidder must name the state in which the organization is chartered. If the Proposal is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed. D If the Proposal is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the Bid may be signed by an attorney- in-fact. If signed by an attorney-in-fact, there shall be attached to the Bid a power of attorney evidencing authority to sign the Bid, executed by the members of the firm or partners. Proposals which are signed for a corporation shall have the correct corporate name thereof, its post office address and the signature of the president or other authorized officer of the corporation, manually written below the corporate name following the word "By " 1.02 PROVISION CONCERNING ESCALATOR CLAUSES Proposals containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of ma- terials, labor, or other items required for this Project, will be rejected and returned to the Bidder without being considered. 1.03 ESTIMATES OF QUANTITIES The quantities listed in the Proposal bid schedule will be considered as approximate and will be used for the comparison of Bids. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the Contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. 0010o-1 1.04 PURCHASE OF EQUIPMENT TO MEET SPECIFICATIONS It is the intent of these Specifications to indicate a specific equipment description for which Bids are to be received. Bids shall be based on the use of specified equipment and materials unless the Bidder has obtained prior written approval from the Engineer to offer a substitute considered equal to or of superior quality to the items specified. Written requests for approval of substitutes shall be submitted to the Engineer no less than ten (10) days prior to Bid Date. Prospective Bidders shall be notified no less than seven days prior to Bid Date of any substitutes approved by the Engineer. Bids based on the use of approved substitutes shall be accompanied by written modification outlining in detail the substitutes proposed. If use of substitutes requires changes or modifications in Plans, the Contractor will reimburse the Engineer for the cost of such changes. 1.05 EXAMINATIONS OF PLANS, SPECIFICATIONS, AND PROJECT WORK SITF Ao Before submitting a Bid, the Bidder shall (a) examine the Contract Documents thoroughly, (b) visit the Project site to familiarize himself with local conditions which will be encountered relating to the character, quality and quantity of work to be performed and materials to be furnished, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations affecting performance of the work and (d) carefully correlate his observations with the requirements of the Contract Documents. Reference is made to Section 00100, Paragraph 1.23 and Section 02010 for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by the Engineer in preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engineer guarantees the accuracy of the data. Before submitting his Bid each Bidder will, at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents. The submission of a Bid shall be conclusive evidence that the Bidder has complied with the requirements stated in the Contract Documents and that no submission for extra compensation will be presented with regard to the nature or amount of work to be done. 1.06 INTERPRETATION OF PLANS AND SPECIFICATIONS If any person contemplating submitting a Bid for the proposed Con- tract is in doubt as to the true meaning of any part of the Plans, Specifications, or other related documents, or finds discrepancies in or omissions from the Contract Documents, he may submit to the Engineer, attention Steve Yetts, P.E., a written request for an interpretation or correction thereof. The person submitting the request will be solely responsible for its prompt delivery no less than seven (7) days prior to Bid Date. Any interpretation or correction of the Contract Documents will be made by an Addendum duly issued, and a 00100-2 copy of such Addendum will be mailed to all persons known to the Owner or Engineer to have received a set of such documents. Persons wishing to receive copies of Addenda are responsible for providing their current mailing address to the Engineer. The Owner or the Engineer will not be responsible for any other explanations or interpretations of the Contract Documents. Addenda shall become an integral part of the Contract and shall be reflected in the Bids submitted. 1.07 QUALIFICATIONS OF BIDDERS The Bidder shall submit, when requested by the Owner, with his Bid Proposal such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the Bidder including approximate cost and completion date shall be submitted with the Bid Proposal. B. Past Project Experience The Bidder shall have had a minimum five (5) million dollar volume in calender year 1989 in major construction projects comparable to this project. The Bidder shall submit a list of comparable paving, drainage, bridge and utilities projects completed within the previous five years including approximate cost, quantities, and completion date. C. Equipment The Bidder shall have an inventory of at least three (3) million dollars (current value} in heavy construction equipment suitable for use on this Project. The Bidder shall provide a list of equipment which will be used on this Project. The Bidder shall demonstrate that he has adequate equipment to complete this Project properly and expeditiously and shall state what additional equipment, if any, that he must rent as may be required to complete this Project. D. Financial Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within last six {6) months of Bid Date). 00100-3 1.08 1.09 E. Technical Experience The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this Project. Fo Additional information may be required by the Owner subsequent to receiving Bid Proposals for the purpose of evaluating the qualifications of Bidders. SUBCONTRACTORS AND SUPPLIERS The Bidder shall submit, when requested by the Owner a list of any and all major subcontractors he proposes to use on the Project. A major subcontractor is defined as any subcontractor performing five percent (5%) or more of the work. The Bidder shall submit with his Bid Proposal the following information for each subcontractor: A. Current Project Experience A list of all projects presently under construction by the subcontractor including approximate cost and completion date. B. Past Project Experience A list of comparable projects similar to the portions of the Project for which the subcontractor will be involved. C. Equipment A list of equipment which will be used on this project by the subcontractor. The subcontractor shall demonstrate that he has adequate equipment to complete his portion of this Project properly and expeditiously. The subcontractors shall demonstrate to the satisfaction of the Owner that they have the technical experience to complete their portions of the Project. Additional information may be required by the Owner subsequent to receiving Bid Proposals for the purpose of evaluating the qualifications of the Bidder's subcontractors. PROPOSAL GUARANTY Each Bidder shall submit with his Proposal a cashier's or certified check or a Bidder's Bond in the sum of five percent (5%} of the amount bid; and if the bid is based upon alternates, such bid deposit or Bidder's Bond must be at least five percent (5%) of the highest amount for which the Bidder offers to do all or any of the work bid upon. If the Bidder's Bond is submitted, it shall be executed by the Bidder and by a corporate surety. It shall be payable to the Owner and shall be conditioned that if the Bidder is awarded the Contract, the Bidder will, within ten {10) days written notice, enter into a Contract with the Owner. Such Bidder's Bond shall expressly provide that if the 00100-4 1.10 1.11 1.12 1.13 1.14 Bidder is unable or fails to execute the Contract or is unable or fails to furnish the Performance and Payment Bonds, the principal and surety shall be liable to the Owner for the full amount of such Bidder's Bond as damages to be suffered by the Owner. DELIVERY OF PROPOSAL Each completed Proposal shall be placed together with the Proposal Guaranty in a sealed envelope so marked as to indicate its con- tents. When submitted by mail, this envelope shall be placed in another envelope which shall also be sealed and addressed as indi- cated in the Invitation to Bidders, and labeled CONFIDENTIAL. Proposals will be received on or before the hour and date set for the opening thereof and must be in the hands of the Engineer by that time. REVISION OF PROPOSAL A Bidder may change a bid price entered in a Proposal before it is submitted by changing the price in ink and initialing the revision with ink. In cases where the Proposal has been submitted, a Bidder may change a bid price in his Proposal provided his request to do so is submitted in writing and is in the hands of the Engineer prior to the time set for the opening of Proposals. WITHDRAWAL OF PROPOSAl,, Any Proposal may be withdrawn by the Bidder by written request prior to but not after the time affixed for the opening of Bids. A re- quest by telephone or telegraph for withdrawal of a Proposal will not be considered. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid. REJECTION OF PROPOSALS Proposals may be rejected if they show alterations of form, additions not called for, conditional Bids, incomplete bids, erasures or ir- regularities of any kind. The Owner reserves the right to waive any irregularities in the Bids as received and to reject any and all Pro- posals without qualification(s). More than one Proposal from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such Proposal may cause the rejection of all Proposals in which said Bidder is interested. Proposals in which prices are obviously unbalanced may be rejected. TIME OF AWARD The award of the Contract will be made within sixty (60) days after the opening of the Proposals. If the award cannot be made within the prescribed time, the time limit may be extended by mutual written consent of the Owner and the lowest responsible Bidder concerned. 00100-5 1.15 1.16 1.17 1.18 1.19 1.20 RETURN OF PROPOSAL GUARANTY The Proposal Guaranty of all except the lowest Bidder will be re- turned within sixty (60) calender days after the opening of Bids. The Proposal Guaranty of the lowest Bidder will be returned within forty-eight (48) hours after Contract, Bond and insurance policies required by these Documents have been approved by the Owner, and notice of award has been given to the successful Bidder. EXECUTION OF CONTRACT AND BONDS Within ten (10) days after written notification of award of the Contract, the Bidder shall execute and furnish to the Owner eight (8) original signed Contracts with a Performance Bond, and a Payment Bond, each in the full amount of the contract price, executed by a surety company or surety companies authorized to execute surety bonds under and in accordance with the laws of the State of Texas, and a Certificate of Insurance. The Performance Bond and Payment Bond are to be furnished as a guaranty of the faithful performance of the work and for the pro- tection of the claimants for labor and materials. FAILURE TO EXECUTE CONTRACT AND BONDS Should the Bidder to whom the Contract is awarded refuse or neglect to execute and file the Contract and Bonds within ten (10) days after written notification of the award of the Contract, the Proposal Guaranty filed with the Bid shall become the property of the Owner, not as a penalty, but as liquidated damages. NOTICE TO PROCEED Upon the execution of Bonds and Contract the Engineer will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction, and the Contractor shall commence work within ten days after the date of Notice to Proceed. The Contract Time shall begin on the date Notice to Proceed is issued. CONSTRUCTION SCHEDULE Prior to Notice to Proceed by the Engineer, the Contractor shall sub- mit a detailed Progress and Schedule Chart as required in the Specifications to the Engineer for review. This chart will be used to assure completion of the job within the number of total days specified in the Contract Documents. PRE-BID CONFERENCE AND INSPECTION A pre-bid conference for all prospective Bidders will be conducted by the Vista Mortgage & Realty, Inc. on July 9, lggO, at 10:00 A.M. C.D.T. Bidders shall assemble at the office of Carter & Burgess, Inc., 7950 Elmbrook Drive, Suite 250, Dallas, Texas 75247. Responses to bidders questions will be answered by Addendum. 00100-6 Immediately following the conference, Bidders may proceed to the Project site. Bidders shall provide their own transportation. The site will be available for inspection without being accompanied by the Owner or Engineer at other prearranged times. 1.21 STATE SALES TAX The Bidder shall be aware that all items used or consumed during this project will be subject to state and city sales tax. All appropriate sales taxes are to be included in the unit prices in this contract. 1.22 TESTING LABORATORIES The Bidder is directed to Section 01400 of these Specifications regarding quality control and testing of materials. The Owner has selected a testing laboratory to perform all initial tests of materials. Any retest of materials not passing the initial test shall be performed by the same testing laboratory at the Contractor's expense. Said expense shall be deducted from a following monthly progress payment. 1.23 SITE AND PHYSICAL CONDITIONS - SURVEYS AND REPORTS Surface and subsurface exploration to ascertain the nature of soils and all other onsite conditions is the responsibility of any and all prospective Bidders. The Owner has made test borings in limited areas for use by its Engineers (see Section 02010). Bidders who wish to obtain copies of the soil testing laboratories reports shall make their own arrangement through McClelland Consultants {Southwest}, Inc., 10290 Monroe Drive, Suite 203, Dallas, Texas 75229, Tel No. (214) 357-3801. It is specifically understood, however, that all soils information is furnished for the Bidder's information only and its accuracy is not guaranteed by the Owner nor the Engineer. It shall be the sole responsibility of the Bidder to make such investigations as he deems necessary to determine the nature of the material to be encountered. The Contractor shall make such investigations as he deems necessary to determine the hydrological and hydraulic conditions existing and proposed for the duration of the Project and shall coordinate his activities with the Owner for diversion and care of water during construction. This shall include all investigations necessary to satisfy the Contractor of surface and subsurface water conditions on site and related to completion of the Project. 1.24 INSURANCE Insurance shall be provided as specified in the Special Conditions. 1.25 CONTRACT TIME The Contract Time, Order of Completion and Schedule shall be as specified in Section 01010. END OF SECTION 003:220]-32 00100-7 .24 1.25 It is specifically understood, however, that all soils information is furnished for the Bidder's information only and its accuracy is not guaranteed by the Owner nor the Engineer. It shall be the sole responsibility of the Bidder to make such investigations as he deems necessary to determine the nature of the material to be encountered. The Contractor shall make such investigations as he deems necessary to determine the hydrological and hydraulic conditions existing and proposed for the duration of the Project and shall coordinate his activities with the Owner for diversion and care of water during construction. This shall include all investigations necessary to satisfy the Contractor of surface and subsurface water conditions on site and related to completion of the Project. INSURANCE Insurance shall be provided as specified in the Special Conditions. CONTRACT TIME The Contract Time, Order of Completion and Schedule shall be as specified in Section 01010. END OF SECTION 003:2201-32 00100-8 SECTION 00300 - BID PROPOSAl BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. Bid of Date (Name of Firm) TO: Vista Mortgage & Realty, Inc. FOR: Paving, Drainage and Utilities - MacArthur Blvd. - Deforest Road to Denton Creek Drainage Channel The undersigned, as Bidder, declares that the only person or parties interested in this Proposal as principals are those named herein, that his Proposal is made without collusion with any other person, firm, or corporation, that he has carefully examined the Contract Documents including the Form of Contract, Invitation to Bidders, Instructions to Bidders, Specifications, and the Drawings therein referred to and has carefully examined the locations, conditions and classes of materials, of the proposed work, and agrees that he will provide all the necessary labor, machinery, tools, equipment, apparatus and other items incidental to construction, and will do all the work and furnish all the materials called for in the Contract Documents in the manner prescribed therein. It is understood that the work will be completed within the time provided in the Specifications (see Section 01010) and that additional requirements for completing certain portions of the work, which are shown on the Drawings, will be met. 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. It is agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the Engineer 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 Contract Documents. It is understood and agreed that the Bid Security accompanying this Proposal will be returned to the Bidder, unless in case of the acceptance of the Proposal the Bidder shall fail to execute a Contract and file a Performance Bond and a Payment Bond within ten days after its acceptance, in which case the Bid Security shall become the property of the Owner and shall be considered as payment for damages caused by delay and other inconveniences suffered by the Owner because of such failure of the Bidder. 00300-1 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. The undersigned proposes and agrees to perform all work of whatever nature required, in strict accordance with the Contract Documents and within the time specified, for the following sum of prices, to wit: BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Clearing, Grubbing and Strippin§ complete as specified and as in- dicated on the Drawings in the sum of dollars and cents per lump sum. Seeding complete as specified and as indicated on the Drawings in the sum of dollars and cents per acre. Compacted Embankment complete as specified and as indicated on the Drawings in the sum of dollars and cents per cubic yard. 8-inch 3000 psi Continuously Reinforced Concrete Pavement com- plete as specified and as indi- cated on the Drawings in the sum of dollars and cents per square yard. 6-inch Concrete Integral Curb complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. L.S. 1 ACRE 3.5 27,600 12,690 6,140 Signature 00300-3 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 6. 4-inch Concrete Median Paving complete as specified and as indicated on the Drawings in the sum of dollars and cents per square foot. S.F. 55 ]0. 11. Reinforced Concrete Street Header complete as specified and as in- dicated on the Drawings in the sum of dollars and cents per linear foot. L.F. 225 4-inch Reinforced Concrete Side- walk complete as specified and as indicated on the Drawings in the sum of dollars and cents per square foot. S.F. 156 Lime Stabilization complete as specified and as indicated on the Drawings in the sum of dollars and cents per square yard. S.Y. 13,640 Hydrated Lime complete as specified and as indicated on the Drawings in the sum of dollars and cents per ton. TON Type A Asphaltic Concrete Pavement complete as specified and as indi- cated on the Drawings in the sum of dollars and cents per square yard. TON 205 38 00300-4 Signature BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTI[ITI£S - MACARTHUR BLVD. DEFOREST ROAD TO DE~TON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT ]2. Type D Asphaltic Concrete Pavement complete as specified and as indi- cated on the Drawings in the sum of 13. ]4. 15. 16. dollars and cents per square yard. Flexible Base complete as speci- fied and as indicated on the Draw- ings in the sum of dollars and cents per cubic yard. Metal Beam Guard Fence complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. Traffic Button complete as specified and as indicated on the Drawings in the sum of dollars and cents per each. Removal of concrete pavement complete as specified and as indicated on the Drawings in the sum of dollars and cents per square yard. TON 19 C.Y. 43 L.F. 675 EA. 30 S.Y. 23 Signature 00300-5 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 17. Removal of asphalt pavement complete as specified and as indicated on the Drawings in the sum of 18. 19. 20. 21. dollars and cents per square yard. 18-inch R.C.P. C76, Class III complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. 21-inch R.C.P. C76, Class III complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. 24-inch R.C.P. C76, Class III complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. 27-inch R.C.P. C76, Class III complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. S.Y. 500 L.F. 770 L.F. 1,255 L.F. 75 L.F. 320 Signature 00300-6 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 22. 30-inch R.C.P. C76, Class III complete as specified and as indicated on the Drawings in the sum of 23. 24. 25. 26. dollars and cents per linear foot. 60-inch R.C.P. C76, Class III complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. 5-foot by 5-foot Reinforced Con- crete Box (R.C.B.) Culvert com- plete as specified and as indi- cated on the Drawings in the sum of dollars and cents per linear foot. Reinforced concrete transition structure complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. 4-foot reinforced concrete recessed inlet complete as specified and as indicated on the Drawings in the sum of L.F. 55 L.F. 805 L.F. 290 L.S. ] dollars and cents per each. EA. 5 00300-7 Signature BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 27. 6-foot Reinforced Concrete Re- cessed Inlet complete as specified and as indicated on the Drawings in the sum of dollars and cents per each. EA. 2 28. 29. 30. 31. 8-foot Reinforced Concrete Re- cessed Inlet complete as speci- fied and as indicated on the Drawings in the sum of dollars and cents per each. ]4-foot Reinforced Concrete Re- cessed Inlet complete as speci- fied and as indicated on the Drawings in the sum of dollars and cents per each. Type "X" Reinforced Concrete Inlet complete as specified and as indicated on the Drawings in the sum of dollars and cents per each. Type "C" Reinforced Concrete Headwall complete as specified and as indicated on the Draw- ings in the sum of dollars and cents per each. EA. EA. EA. EA. 4 4 Signature 00300-8 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACAR?HUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 32. Type "B" Reinforced Concrete manhole complete as specified and as indicated on the Draw- ings in the sum of 33. 34. dollars and cents per each. EA. 2 Type "A" reinforced concrete manhole complete as specified and as indicated on the Draw- ings in the sum of dollars and cents per each. Trench Excavation Safety Protection (Drainage) complete as specified and as indicated on the Drawings in the sum of EA. 35. 36. dollars and cents per linear foot. Select Sand Backfill complete as specified and as indicated on the drawings in the sum of dollars and cents per lump sum. Select backfill complete as specified and as indicated on the drawings in the sum of L.F 3,500 dollars and cents per lump sum. LoS. 00300-9 Signature BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 37. 24-inch diameter drilled shaft complete as specified and as indicated on the drawin§s in the sum of 38. 39. dollars and cents per linear foot. 30-inch diameter drilled shaft complete as specified and as indicated on the drawings in the sum of dollars and cents per linear foot. Class "C" Concrete (Abutment and Wingwall) complete as specified and as indicated on the drawings in the sum of L.F. 490 L.F. ]290 40. dollars and cents per cubic yard Class "C" Concrete (Approach Slab) complete as specified and as indicated on the draw- ings in the sum of C.Y. 160 41. dollars and cents per cubic yard. Class "Sm' Concrete (Bridge Deck and Bridge Sidewalk) com- plete as specified and as indicated on the drawings in the sum of dollars and cents per cubic yard. C.Y. 110 C.Y. 310 Signature 00300-10 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DE~TON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAl NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 42. Class "A" Concrete (Slope Paving and Miscellaneous Concrete) complete as specified and as indicated on the drawings in the sum of 43. dollars and cents per cubic yard. Prestressed Concrete Beam {ASSHTO Type IV) complete as specified and as indicated on the drawings in the sum of C.Y. 245 44. dollars and cents per linear foot. Bridge rail complete as specified and as indicated on the drawings in the sum of L.F. 1,635 45. dollars and cents per linear foot. Grandbury Limestone complete as specified and as indicated on the drawings in the sum of L.F. 412 46. dollars and cents per square foot. Cast Stone Caps complete as specified and as indicated on the drawings in the sum of S.F. 2,460 dollars and cents per lump sum. L.S. I 00300-11 Signature BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 47. Crushed rock complete as specified and as indicated on the drawings in the sum of 48. 49. 50. dollars and cents per cubic yard. Class "A" concrete complete as specified and as indicated on the drawings in the sum of C.Y. 100 dollars and cents per cubic yard. 12-inch ductile iron water line (bridge) complete as specified and as indicated on the Drawings in the sum of C.Y. 100 dollars and cents per linear foot. L.F. 230 Relocation of fire hydrant complete as specified and as detailed on the Drawings in the sum of 51. dollars and cents per each. EA. 1 Adjustment of valve box complete as specified and as indicated on the Drawings in the sum of dollars and cents per each. EA. 3 Signature 00300-12 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 52. Trench Excavation Safety Protection (Water) complete as specified and as specified and as indicated on the Drawings in the sum of 53. dollars and cents per linear foot. 4-inch ductile iron sanitary sewer force main (Bridge) complete as specified and as indicated on the Drawings in the sum of L.F. 100 54. dollars and cents per linear foot. L.F. 500 4-inch PVC Conduit (Bridge) complete as specified and as indicated on the Drawings in the sum of 55. dollars and cents per linear foot. 4-inch PVC Utility Sleeve complete as specified and as indicated on the Drawings in the sum of 1060 dollars and cents per linear foot. L.Fo 665 00300-13 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. APPROX. UNIT TOTAL NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 56. 6-inch PVC Utility Sleeve complete as specified and as indicated on the Drawings in the sum of dollars and cents per linear foot. L.F. 105 TOTAL AMOUNT OF BID NOTE: All Bidders are directed to the additional requirements for a complete Proposal as specified in Section 00100. Signature 00300-14 BID PROPOSAL FOR THE CONSTRUCTION OF PAVING, DRAINAGE AND UTILITIES - MACARTHUR BLVD. DEFOREST ROAD TO DENTON CREEK DRAINAGE CHANNEL VISTA MORTGAGE & REALTY, INC. It is understood that the work proposed to be done will be accepted when fully completed in accordance with the Contract Documents. Accompanying this proposal is a certified check, cashier's check or Bid Bond in the amount of five percent of the total amount bid. Also accompanying this Proposal is all information required in Section 00100, Instructions to Bidders. It is understood that the Owner reserves the right to reject any and all Bids and to waive any informality received in the Bids. In the event of the award of a Contract to the undersigned, the undersigned will furnish a Performance Bond and a Payment Bond for the full amount of the Contract, to secure proper compliance with the terms and provisions of the Contract, to insure and guarantee the work until final completion and acceptance and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the Contract. The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted as correct and final. The unit prices have been shown in words and figures for each item listed in this proposal and it is understood that in the event of a discrepancy, the words shall govern. Receipt is hereby acknowledged of the following Addenda to the Contract Documents. Addendum No. ! dated Addendum No. 2 dated Addendum No. 3 dated Addendum No. 4 dated Received Received Received Received Contractor By (Title) (Address) (City, State, and Zip Code) (Area Code ) (Telephone Number) Seal and Authorization (If a Corporation) 004:2201-32 00300-15 SECTION 00500 STANDARD FORM OF AGREEMENT STANDARD FORM OF AGB~'~IENT As Adopted By THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS Octobm, 7, 1971 Revised November 17, 1928 Revised April 15, 1932 Revi~,d October 27, 1934 Revised October 19, 1945 Revised April 8, 1954 Revised April 21, 1960 Revised Octobe~ 7, 1971 Approved st to Lef&! Form by Legal Coumel STATE OF TEXAS 1 COUNTY OF. THIS AGREEMENT, made &nd entsred into this A. D, 19 . by and between day of of the County of State of Tex~s, actin~ through thereunto duly authorized so to do, _ Party of the First Part, hereinafter termed OWNER, and of the City of. and State of CONTRACTOR. , County of. , Party of the Second Part, hereinafter termed WITNESSETH: That for and in consideration of the payments and ai~reements herein- after mentioned, 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 -, follows: and all extra work in connection therewith, under the terms as stated in the General ~tiom of the Agreement and at his (or their) own proper ccet and expense to furnish all the supplies, machinery, equipment, tools, superintendence, labor, insurance, and other ~riee and services ~ to complete the mid eonstruct~on, fn aCe°rdance with the comll~ prtcce stated m the Propo~l attached hereto, and in accordance'With the Notice tg C, eneral and Special .Conditions of Arroement, Plans and other drawings smd printed.~i~t/~ explanatory matter thereof, and the Sp~lfications ' '~'~ and addenda therefor, as prepare~l 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 Performance 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 (I0) 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 OV~'NER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms & part of this contract, such p~yments to be subject to the General and Special Conditions of the contract. IN WITNESS V, rHEREOF, the p~rties to these p~esents have executed this Agreement in the year and day first above written. P,rty of the First P~rt (OWNER) A~I~EST: P~"ty of t~e S~.eond P~"t (CONTRAC?OR) By: ATTEST: SECTION 00600 PERFORMANCE BOND AND PAYMENT BOND STATE OF TEX~ ~ COUNTY OF PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That · of the City of County of , and Stata of principal, and authorized under the laws of the State of TexM to act as surety on bonds for principal~ ~,~ 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 heir~ administrators, executors, successors and ~ 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 it' the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform oil 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 Innexed, 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 amended and all liabilities on this bond shall be determined in accordance with the proli~ons of said Article to the same extent as if it were copied at length herein." Surety, for v~lue received, stipulates ~nd Mrees that no ch~n~, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the 91mn~. fications, or drawln~ accompanying the sume, shall ia anyw&y ~'~ect ita obligation, on th~ *Not applicable for federal work. See "l~he Miller Act," 40 U-q.C. S270. PB-1 bond, and ft doe~ hereby waive notice of any such change, extension of time, a~ter~tion or ~ldition to the terms of the coot. tact, or to the work to be performed thereunder. IN WITNES~ WHEREOF, the said Principal and Surety have si~med and sealed this instru- ment this day of , 19 B~. Title Title Address Address The name and ~ddress of the Resident Agent of Surety is: BTATE 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 ns surety on bonds for principala, ~re hem and firmly bound unto (Ow.er). in the penal sum of Doll&rs ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis- trstore, executors, successors ·nd a~signs, jointly and severally, by these presents: V~I~REAS, the Principal has entered into · certain written contrect with the Owner, dated the day of . 19 to which contract is hereby refen'ed to and made · part hereof as fully and to the s~me e~nt a~ if copied st ]ens~h herein. NOW, THEREFORE, THE COIgDITION OF THIS OBLIGATION IS SUCH, that ff the said Principal shall pay eil claimants supplyin~ labor and mate~al to h~m or · 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 m amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the nme extent es ~ it were copied at length herein. Surety, for value _r_-_-___!ved, stipulat~ and aerees that ~o cha~ extemion of t~,~e, alteration or addition to the terms of the contract, or to the work performed thereondsr, or the plans, specifications or drewin~s accompanying the same, shall in anywise affect lt~ obligation on this bond. and ft doe~ hereby w~lve notice of any such chani, e. ~-tension of time. alteration or addition to the terml of the contract, or to the work to be performed thereunder. IN ~ WIt~REOF, the said Princii~l and Surety have slimed and s~aled this instru- ment th~s day of ,19 , By By. 'P~t]e Address Address The name and address of the Resident Agent of Surety is: SECTION 0O700 GENERAL CONDITIONS TABLE OF CONTENTS FOR GENERAL CONDITIONS OF AGREEMENT 1.01 1.02 1.03 1.04 1.05 1.06 L07 1.08 1.09 1. Definition of Terms Owner, Contractor and Engineer.. Contract Documents ~ub-Contractor Written Notice Work . . . Extra Work . . Working Day Celendox Day Sub~tantia]ly Completed 2. Respomibilities of the Engineer and the Contractor 2.01 Owner-Engineer Relationship ...... 2.02 ProfesS,ha] Inspection by Engineer . . 2.03 Payments for Work ...... 2.04 Initial Determinations . . 2.05 Objections ...... 2.06 Lines and Grades .... 2.07 Contractor's Duty and Superintendence . 2.08 Contractor's Undersiaodin_~. . . 2.09 Character of Worhnen 2.10 Contractor's Buildin~ 2.11 Sanitation . . 2.12 ShopDrawinp . . 2.13 Preliminary Approval . . 2.14 Defects and Their Remedies . . 2.15 Changes and Alterations . . . ..... G-2 ..... G-2 ....... C,-2 G-2 G-2 G-2 G-2 G-3 G-3 G-3 G.4 C,-4 G-4 G-5 3. Genera] Obligations and Responsibilities Keeping of Plans and Specifications Accessible 3.01 3.02 OWnership of Dr~win~ ....... 3.03 Adequ~3, of ~ ........ 3.04 Right of Entry.. ....... 3.05 CoHatera] Contracts ....... 3.06 Discrepancka and Omissions . . . 3.07 Equipment, biaterisl, and Construction Plant 3.08 Damqes ........ (~5 · C,-5 · G-5 · G-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 ............ G-6 Performance and Payment Bonds ......................... G-~ Losses from Natural Causes ............................ G-6 Protection of Adjoining Property ......................... G-6 Protection Against Claims of Sub-Contractors, Etc ................. G-6 Protection Against Royalties or Patented Invention ................ G.7 Laws and Ordin,~nces ............................... G-7 Assignment and Subletting ............................ G-7 Indemnification ................................. G-7 Contractor's Liability Insurance ........................ G-8 Certificate of Insurance G-8 4. Prosecution and Progress 4.01 Time and Order of Completion.. - ........................ G-8 4.02 Extension of Time ................................ G-9 4.03 Hindrances and Delays .............................. G-9 5. Measurement and Payment 5.01 Quantities and Measurements ........................... G.9 5.02 Estimated Quantities ............................... G-9 5.03 Price of Work 5.04 Partial Payment .................................. G-10 5.05 Use of Completed Portions ............................ G-10 5.06 Final Completion and Acceptance '. ....................... G-I0 5.07 Final Payment .................................. G-10 5.08 Payments Withheld ................................ C-,-10 5.09 Delayed Payments ................................ C--!I 6. Extra Work and Claims 6.01 Change Orders .......................... 6.02 Minor Changes ................................. C~-ll 6.03 Extra Work .................................... C,-I1 6.04 Time of FiUng Claim~ .............................. G-I2 6 05 Arbitration - · C,-12 ~. Abandonment of Contract ..~ ...~ 7.01 7.02 Abandonment by Contractor ' ~: .... !G-13 '~ Abandonment by Owner ' ' ' '"'~ 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 as such in the Agreement and are referred to throughout the Contract Documents as if s/ngular in number a~d mascul/ne 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 Document~ 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 it' called for by all. In case of conflict between any of the Contract Document~ 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 business 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, iosurance, and all water, light, power, fuel, transportation end other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specil'ied, all materials shall be new and both workmanship and materials shall be of a good quality. The CONTRACTOR shall, if ~*quired, furnish satisfactory evidence as to the kind and quality of materials. Materials 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 umletStood to' mean and include all work that may be requh'ed by the ENGINEER or OWNER to be done by the CONTRA~R 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 as provided under "Change,~ and Alterations", herein. 1.07 WORKING DAY. A "Working Day" is defined as any day not iacludin~ 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 uni~ of the work for · period of not le~ 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 d~ys being excepted. 1.09 SUBS~TANT1ALLY 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 serve its intended purpose, but still may require minor miscellaneous work and adjustment. G-1 a) ', ,.,- ,..--. ~ ,,,, 2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR 2.01 OWNER-ENGINEER RELATIONSHIP. The ENGINEER 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 ere 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 hirnseff generally with the progress of the executed work and to determine ff 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 any detailed, exhans- 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 provisinn 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 subcontrector'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 approv.al of an application for payment to CONTRACTOR shall not be deemed as a representation 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 clalmz, 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 dec'~ion, 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 'oth~w~e specified, all lines and fredes ,~ .be furnished by the ENGINEER or his representative. Whenever necessary, construction ~o.~hall , be suspended to permit performance of thJ~ work, but such suspension will be as brief as pre~ieable and the CO~ITRACTOR shall be allowed no extra compensation 'therefor..The CO~.C~O_ R shall give the ENGINEER ample notice of the time and place where lines and grades will b~i~ed. All stakes, marks, etc., shall be carefully preserved by the CONTRACTOR, and in ease'0f ~eless destruction or removal by him or his employees, such stakes, marks, ere., shall be replace~'~t the CONTEACTOR'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. G-2 ® ~ ~. ~ ~= The CONTRACTOR is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to gelect the means, method and manner of performing such work, so 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, ot any visit or observation during ~eonsttuction, 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 CONTRAC- TOR'S attention or not shall in no way relieve CONTRACTOR from his responsibility 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 eneoun- 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 ;.n 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 a~'ees 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 manor 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 unitary 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 snd st 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 pa~ 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 submL~ion, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shaU be the CONTI-LAC- 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 improvement~ 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 a~'eed that the ENGINEER does not assume 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 specifics- ~ons. 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 ~oroperly perform the contract, including without limitations, the obligation tO st 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 ENGJ_N~ER shall, upon request of the CONTRAC- TC)R, inspect and accept or reject any material furnished, and in event the material has been once accepted by the ENGINEER, ~uch 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 said work, all expense of removing, re-examination and replacement shall be borne by the CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORI~ and shall be paid for by the OW]NER; provided that, where inspection or approval is specific*fly required by the specifications prior to performance of certain work, should the (~ONTRACTOR proceed with such work without requestir~ prior inspection or approval he shall bear all e~xpe~ of taking up, removing, and replacing thru work if so directed by the ENGINEER. 2.14 DEFECTS AND THEIR REMEDIES. It is further a~ ithat if th~ work or any part thereof, or any material brought on the site of the work for use' in thi'~ork or selected for the same, shall be deemed by the ENGINEER as unsuitable or not~in~eonfornfity with .th~'speel- ficationa, the CONTRACTOR shall, after reeeipt of written notie~ Xhereof.from the KN(3iNEER, forthwith remove such material and *,,build or otherwise remedy SUch 'work'so that it .shall I~ 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 clarified 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;" otherwL~, such additional work shall be paid for as provided under Extra Work. In case the OWNER shall make such changes or alterations as shell make useles~ any work already done or material already furnished ot used in said work, then the OV~ER shall recompense the COr~rRACTOR for any material or labor so nsed, 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 CONTF. ACTOR 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 ~.'~e constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHI~ OF DRAWINGS. All drawings, specific~ ami 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 Document~:, the safety of the structure and the practicability of the operations of the completed project; provided the CONTRACTOR has complied with the requ/xements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the OW'NER. 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 modi/icatinns 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 inspect/rig the work, or for the purpo~ of constructing or installing such collateral work as sa. id 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 CONTKAC- 'IX)R, 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 thk contract that all work must be done and ali material must be furnished ia 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 gill 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 EQUII'MENT, 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 reimbur~ 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 az to cause Io~s for which the OWNER becomes liable, then the CONTRACTOR shall reimbursa the OWNER for such Ioas. 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 nea~ the work and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. Alt 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. Unle~ 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 unde, w~iting 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. Unlesz otherwise specified, the cost of the premium for the performance and payment bonds shah be included in the CONTRACTOR'S proposal. 3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specitied, all loss or damage to the CONTRAC'I~R 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 et his own cost and expense. 3.12 PROTECTION OF ADJOINING PROPERTY. The said CON'rI~ACTOR ~ take proper means to protect the adjacent or adjoining property or prop~ties in any way encountered, which might be injured or seriously affected by any process of ~onstruction to b~ umt~.~k~n und~ this Agreement, from any damage or injury by mason of s~l proc~ol'eonstmelion;,.l~.~ heshgl be liable for any and all claims for such damage on account 'o~ ~ls fa~ur~ to ~ul]y~roteet all adjoining property. The CONTRACTOR agrees to indemnify, save-and _hold h~ t~· OWNER and ENGINEER ~gainst any claim or chims fOr dame,s du~'.~ ~y~iniuO' to any['~ec~'nt or adjoining property, ~rising or growing out of the performsg~j~f.the' ¢ontract..b~l~[~anY~SUch mdemmty shall not apply to any claim of any kind ~,mng out ,0~ the ~n~ .or ~:~aracter of the work. '..,' ' :i.~.=' ,~?"'~:~;' - :: ~ :~.l.~;~-: - 3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTOILq, LABORER~, '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 O~ER may at the option of the CONTRACTOR either pay directly any unpaid bills, of which the OWNER has written notice, or withhold from the C.~NTRACTOR'S unpaid compensation a sum of money deemed reasonably 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 accords.tee with the terms of this contract, but in no event shall the provisions of this sentence be construed to impo~ any obligation upon the O~IER by either the CONTRACTOR ot his Surety. 3.14 PROTECTION AGAINST ROYALTW-q OR PATENTED INVENTION. The CON- TRACTOR shall pay all royalties and license fees, and shall provide for the nsc of any design, device, material or process covered by letter~ patent or copyright by suitable |egal M~ment with the patentee or owner. The CONTKACTOR shall defend aU suits or clainu for infrinlement of any patent or copyright right~ and shall indemnify and save the OWNER and ENGINEER harnde~ from any loss on account thereof, except that the OWNER shall defend ali euch suits and clainu and shah be responsible for ~1 such loss when a particular desi&,n, device, material or proce~ or the product of s particula~ manufacturer or manufactuter~ is specified or required by theOWNER; provided, however, if choice of alternate design, device, material or pro~ il allowe~ti to the CONTRACTOR, then CONTRACTOR shall indemnify and rave OWNER harnde~ from any loss on account thereof. If t,~e material or process specified or requh'ed by the OWNER is an infriMe- 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 times obserYe 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 uve harmless the OWNER and ENGINEER against any claim arising from the violation of any such laws, ordinances, and regulations whether by the CONTRACTOR or his employees, except wllere such violations are called for by the provisions of the Contract Documents. If the CONTRACTOR observes that the plato and q~ecifications ate at variance therewith, he shah promptly notify the F. NGINEER La writ~g, and my nec-e~rary changes shall be adjusted as provided in the contract for changes in the work. If the CON'rKAC- TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the ENGINEER, he shall bear all costs arising therefrom. In case the OWNER is a body politic and corporate, the law from which it derives its power, insofar as the same regulates the objects for which, or the manner ia which, or the conditions under which the OWNER may enter into contract, shall be controlling, ~nd shall be considered es part of this contract, to the same effect as though embodied herein. 3.16 ASSIGNMENT AND SUBLEI~rING. The CONTKACTOR further agrees that he will retain personal control and will give his pe~onal attention to the fulfillment of this contract that he will not a~ign by Power of Attorney, or other-wise, or sublet eald contract without the written consent of the ENGINEER, and that no part or feature of the wodr will be sublat to anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials requited ia the petfortaanco of this contract, shall not relieve the CONTRACTOR from his full obligatiom to the OWNER, provided by this A~eement. 3.17 INDEMNIFICATION. The CONTRACTOR ~hall defend, imiem~ify and hold harmle~ the OWNER and the ENGINEER and their resoective officers, agents m~d employees, from and against all damages, claims, losses, demands, suit*, judgments and eo~ taclnding 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, co~t or expense: (1) 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 causal in whole or in part by any negligent act or omission of the Contractor, any Subcontrector, anyone directly or indirectly emplo)'ed by any one of them or anyone for whose acts an)' of them ma)' be liable, regardless of whether or not it Js caused ia part by a party indemnified hereunder. The obligation of the GONTRAC'I'OR under this Paragraph shall not extend to the liability of the ENGINEER, his agents or employees arising out of the preparation or approval of maps, drawings, reportz, surveys, Change Orders, designs or specifications, or the giving of or the failure to give directions or instructions by the ENGINEER, his agents or employs, 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 ia force such insurance az 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'b ~ompensation claims, disability benefits and other simiLu employee benefit acts; (2) Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees, and claims insured b)' usual bodily injury liability coverages; (3) Claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees, and clalm~ 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 i~ the meanin~ and intent oftlii~eOntr~:% unlem otherwise herein specifically provided, that the CONTRACTOR ~hdl b~ allowt~ his work at such times and seasons, in such order of precede~c~, and in such however, that most conducive to economy of construction: provided,, the order an~'~ time of prosecution shall b~ such that the work shall be substantially ~0mPlet~8 as:a whoi® a~i~ 'ii~ P~rt, in accordance with this contract, the plans and specifications;' and within' the time'of~Pletion designated ia the Proposal; provided, also, the[ when the OWNER is ~avi~'bthes worl~:~h~either by contract or by his own force, the ENGINEER may direct the time and manner of ~'onstructlng 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 az 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. 4.02 EXTENSION OF TIME. Should the CON'I'RACTOR be delayed in the completion of the work by 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 strikes, 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 extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount 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 case said 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 be paid by the OWNER to the CONTRACTOR. ,5. MEASUREMENT AND PAYMENT ,5.01 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 clas~es of work to be done and material to be 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 propo~l= offered for the work. It is understood and 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 make no claim for damages, anticipated profits or otherwise on account of any difference~ which may be found between the quantities of work actually done, the m~terial actually furnished under this contract and the estimated quantities contemplated =nd contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as 20% more than, or 20% less than the estimated or contemplated quantity for such item~, 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 propor, al that has a total cost equal to or greater than five (5) per cent of the totel 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 by the terms of this Agreement, as provided under "Extra Work." 5.03 PRICE OF WORK. In consideration of the furnishing of dl the nec'~sary labor, equipment and 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 conformity with the specifications and stipulations herein contained, the OWNER agrees to pay the CONTRACTOR the prices 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. G-9 e~' "- ~'~ '~ ''~ 5.04 PARTIAL PAYMENTS. On fir before the 10th day of each month, the CONTRACTOR shall prepare and submit to the ENGINEER for approval or modification & 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; said 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, ler. s 10 j~er cent of the amount thereof, which 10 per cent shall be retai~ed 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 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. The OWNER shall have the 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 posse~ion 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, the contract is "substantially completed" and when so notifying the ENGINEER, the CONTRAC- TOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The 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 the 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 the 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, the 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 TOR in writing of the reason for non-acceptance. :, · ~ 5.07 FINAL I~AYMENT. Upon the ~sauanee of the Cem2ka~'4~f shall p,.oc~. _ tO make final measurements and prepare '~ statement of th~ ~ ~;.~'~' ' work performed ~nd materials furnished under the terms of the'~nt~and shall '~~;~ .' to the OWNER, who'shall pay to the CONTRACTOR on or ~][~i~,r?th~'l~0th da,, ~e'~oo~?{.l~'~3 . day, after .the da. re of the Certificate of Complet,on, the~.~iue .the ~'"'~"~ under the terms of th~. Agreement, provided he hai fully P~rf~iy~ii"Co'itraetuid~o~'~ %-. under the terms2of ;'%hiS contract; and saki payment shall ...b~l~i'~!~lny - ' po ormanca .b.y~! (:ONTRACTOR..Ne,ther .the Certificate ai ~.f.~n' -.' -c, ~o,,the fini~:i'.~'~'~'{?~ :;~. nor any provision in the Contract Documents, shall relieve the C~ ~.~ 'i~ the 0bi~ ~..'..` ~.~?~..~ fulfillment of any ~arranty which may be required. - - '.' '~.7~- ~-~.-' ~ · 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 t~ 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 fuil~' 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 payments 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 A~'eement, the OWNER may, at any time or from time to time, order additions, deletions or revisions to the work; such cbsn.~es will be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER and the CONTRACTOR. The Change Order shall set forth the ha,i, for any change in 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 inconsistent 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 c~e, 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 involve~ 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 shell 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 az 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 transportetion charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, ~ all nece~.sary incidental expenses incurred directly on account of such Extra Work, including 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 and Workmen's Compensation, and all other insurance az 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 eecounts shsll 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 th~ A.w, ociated General Contractors of America. Where practicshle 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 CONTItAC,- 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" az 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 unless ordered in writing by the ENGINEER. In case any orders or instructions, either oral or written, appear to the CON'TR.AC- TOR to involve Extra Work for which he should receive compeusation 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 s, to the payment therefor, and the ENGINEER in~i~ts 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, ss provided under Method (C). The CONTI~ACTOR will thereby preserve the right to submit the matter of payment to arbitration, as hereinbelow provided. ,~..~:: 6.04 TIME OF FILING CLAIMS. It ~s further qraeaby both parties questions of dispute or adjustment presented by the OON~tAC~fOR 'shall be ~~md fried with the ENGINEER within thirty (30) days after the ENG~R Im given ~n~L~~ order or imtruction to which the CONTRACrI~OR desire~ ~.to~.~ke~"ekception. · shall reply within thir~ (30) days to ~uch ~kltten -xceptions ~?,th.~ CONTRACTOR~r~, er; his rmal dec-,on .In ,,,,ting. In c~se ~the CONTRACTOR ~h0 _ukl~-peg from the ENGINEER'S; ~ , decision, ny demand ;for.~rbitratioii Shall~.be filed witli tl~,.~G. INEER an~! writing within ten (10) days after the~.d~'te Of delivery to · rm- decisio,, i, further thai aCcept ce acceptance by the CONTRACTOR of 'the final payment sh~ll'b~ a bar to an~' 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 arbiters so selected: or if the arbiters fail to select a third within ten (10) days, he shall be chosen by a District ,Judge serving the County in which the major portion of the project is located, unless otherwise specified. Should the party demanding arbitration fail to name an arbiter within ten (10i 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 (101 days, the ENGINEER shall appoint 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 award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the cost and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing. 7. AB~NDONMENTOFCONTRACT 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 a 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 iu the final settlement. Where there is no performance bond provided or in ~ase 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, took, materials and supplies as said OWNER may deem necessary 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 greater than the sum which would have been payable under this contract, if the same had been completed by said 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 a 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 th: ;Jew 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 be*n 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, az provided in Paragraph 5.06 hereinshove, shall be iesued. A complete itemized statement of the contract accounts, certified to by the ENGINEER az 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 f~teen (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, shal] be mailed to the CONTRACTOR and his Surety at the respective addresses designated in this eontract, 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 OWNER 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 or private sale, with or without notice, as the OWNER may elect. The OWNER 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 the 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 ag]'eed 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 can7 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 Afreement and shall certify r.~me to the OWNER who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notifi~tion; by the CONTI',ACTOR the balance shown by said rmal statement. ~ du~ the CONTRAC3~')R,.i~ under the terms of this Agreement. ~., :~.~:', ~.- ~' .~,,~-4~ ~:;~,~,/ . ,, , ~;~i~-~.:~ SECTION 00800 SPECIAL CONDITIONS SECTION 00800 SPECIAL CONDITIONS PART 1 - 1.01 ] .02 1.03 Ao .04 GENEP~AL GENERAL CONDITIONS The General Conditions of Agreement, as adopted by the Texas Section of the American Society of Civil Engineers and as revised October 7, 1971, Articles 1 through 7 inclusive, is a part of this Contract and is referred to in the Contract Documents as "General Conditions" or "General Conditions of Agreement." SPECIAL CONDITIONS These Special Conditions modify (change, delete, add to) the General Conditions. Where a part of the General Conditions is modified, the unaltered portion of that part shall remain in effect. OWNER AND ENGINEER Add the following definitions to Section 1 of the General Conditions. Owner. Where the word "Owner" is used in the Contract Documents it shall be understood as referring to Vista Mortgage & Realty, Inc. Engineer. Where the word "Engineer" is used in the Contract Documents, it shall be understood as referring to Carter & Burgess, Inc., 7950 Elmbrook Drive, Suite 250, Dallas, Texas 75247, Engineer of the Owner. CONTRACT DOCUMENTS Paragraph 1.02, "Contract Documents", of the General Conditions is deleted in its entirety and replaced by the following: "1.02 Contract Documents. The Contract Documents shall consist of the Invitation to Bidders, Instructions to Bidders, Special Conditions, Bid Proposal, Signed Standard Form of Agreement, Performance and Payment Bonds {when required), Special Bonds (when required), General Conditions, Specifications, Construction Contract Drawings (or Plans) and all Addenda incorporated in any of the Documents before the execution of the Agreement. The Contract Documents are complementary so that what is called for by one is as binding as if called for by all. If the Contractor finds a conflict, error or discrepancy in the Contract Documents, he will call it to the attention of the Engineer, in writing, before 00800-1 1.05 1.06 1.07 1.08 1.09 proceeding with the work affected thereby. In resolving such conflicts, errors and discrepancies, the Documents shall be given precedence in the following order: Signed Standard Form of Agreement, Performance and Payment Bonds, Special Bonds (when required), Bid Proposal, Special Conditions, Instruction to Bidders, Specifications, Drawings and General Conditions. Figure dimensions on Drawings shall 9overn over scaled dimensions, and detailed Drawings shall govern over general Drawings. Any work which may be reasonably inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials or equipment described in words which so applied have a well- known technical or trade meaning shall be deemed to refer to such recognized standards. The Contractor assumes full responsibility for having familiarized himself with the nature and extent of the Contract Documents, the work locality, and local conditions, which may in any manner affect the work to be done. COPIES OF CONTRACT DOCUMENTS The successful Bidder will be furnished with ten (10) sets of all Contract Documents without charge. Additional sets will be furnished upon request at printing costs. Reuse of these Documents on work other than defined by the Contract Documents is strictly prohibited. INITIAL DETERMINATIONS Section 2.04 of the General Conditions is hereby modified as follows: Delete last sentence of section in its entirety. OBJECTIONS Section 2.05 of the General Conditions is hereby modified as follows: Change " . . to arbitration as hereinafter provided." to" determination by appropriate legal proceedings." · for CHARACTER OF WORKMEN Section 2.09 of the General Conditions is hereby modified as follows: Line 3, after the word "ENGINEER", insert the words "or OWNER". CONTRACTOR'S BUILDINGS Section 2.10 of the General Conditions is hereby modified as follows: a. Line 3, after the word "ENGINEER", insert the words "or OWNER". b. Line 4, after the word "ENGINEER", insert the words "or OWNER". 00800-2 1.10 ADEOUACY OF DESIGN Section 3.03 of the General Conditions is hereby modified as follows: Line 5, after the word "provided", insert ": . . upon receipt of the Contract Documents, the CONTRACTOR shall examine same and shall report any observed errors or omissions therein to the ENGINEER and the OWNER in writing and thereafter..." 1.Il ESTIMATED QUANTITIES Section 5.02 of the General Conditions is hereby modified as follows: a. Second Paragraph, fourth line delete remainder of paragraph after" . contained in the proposal;". b. Delete third and fourth paragraphs in their entirety. 1.12 PARTIAL PAYMENTS Delete Section 5.04 of the General Conditions and replace as follows: "5.04 Partial Payments. On or before the lOth day of each month, the Contractor shall prepare and submit to the Owner and Engineer for approval or modification, a statement showing as completely as practical the total value of the Work done by the Contractor up to and including the last day of the preceding month; said statement shall include the value of all sound, non-perishable materials (excluding sand and gravel aggregates and reinforcing steel for concrete) delivered and properly stored on the site of the Work that are to be fabricated into the Work. The Contractor shall include substantiating evidence as necessary to confirm quantities and value of Work and substantiation with the Bid and Schedule of Value items. At no time shall submittal of specific item partial payment requests by the Contractor exceed the total amount bid for that item until final completion and acceptance of the item has been substantiated by the Owner. The Contractor shall sign and date said statement after approval or modification by the Owner and Engineer. The Owner shall then pay the Contractor, within 45 days of the date that the statement was approved, the total amount of the approved statement except as provided below and in Section 01150. Prior to Substantial Completion of all Work, progress payments will be in an amount equal to g5 percent of the Work completed, and 95 percent of materials and equipment not incorporated in the Work but delivered and suitably stored (excluding sand and gravel aggregates and any reinforcing steel for concrete}, less in each case the aggregate of payments previously made. Upon Substantial Completion of all Work, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 98 percent of the Contract Price, less such amounts as ENGINEER shall determine in accordance with Article 5 of the General Conditions." 00800-3 1.13 FINAL COMPLETION AND ACCEPTANCE Add following paragraph to Section 5.06 of the General Conditions: "The work shall not be considered to be finally completed or accepted until the specified Burmudagrass coverage for the Bid Item "Seeding" is obtained. 1.14 EXTRA WORK Section 6.03 of the General Conditions is hereby modified as follows: The last sentence of the section is hereby deleted. 1.15 ARBITRATION Paragraph 6.05 of the General Conditions is hereby deleted in its entirety. 1.16 FIELD ORDER AND CHANGE ORDERS All references to the term FIELD ORDER in the General Conditions shall be changed to the term CHANGE ORDER. 1.17 INSURANCE The Contractor the prosecution set forth below: shall obtain, pay for and maintain at all times during of the Work under Contract, such types of insurance as (a) Worker's Compensation Insurance insuring the Contractor's full liability under the Workers' Compensation and Occupational Disease Laws of the State of Texas and Employer's Liability at a limit of not less than $100,000 each accident. (b) Comprehensive Liability Insurance. Coverage shall be on an "occurrence" basis and shall insure Contractor for work performed under the Contract against claims for Bodily Injury, including death of any person other than the Contractor's employees, and Property Damage for injury to or destruction of tangible property, other than the Work itself. The policy shall contain the Personal Injury and Broad Form Property Damage Endorsements modified as set forth below, and the policy shall be endorsed to remove any Property Damage Liability exclusions pertaining to loss by explosion, collapse or underground damage. The policy shall include coverage for: (1) Completed Operations Liability (2) Contractual Liability insuring the Indemnification Agreement contained in the Contract (3} Personal Injury Liability (4) Broad Form Property Damage extended to apply to Completed Operations (5) Automobile Liability insuring Contractor for operations of all owned, hired and non-owned vehicles {6) Limits of Liability shall not be less than: Bodily Injury, except automobile $500,000 each occurrence $500,000 aggregate completed operations 00800-4 Property Damage, except automobile $100,000 each occurrence $500,000 each aggregate Co Bodily Injury, automobile $250,000 each person $500,000 each occurrence d. Property Damage, automobile $100,000 each occurrence (c) "UMBRELLA" Excess Liability. Policy shall insure the Contractor for an amount of not less than $2,000,000 combined single limit Bodily Injury/Property Damage excess of primary Employers Liability and Comprehensive Liability insurance limits as set forth in paragraphs 1 (a) and (b) (7) above. Contractor shall be required to name Owner as an Additional Insured without exception on Contractor's Comprehensive Liability, Automobile Liability and Umbrella policies as follows: "Denton County Road Utility District No. 1 is named as an Additional Insured; naming Denton County Road Utility District No. 1 as an Additional Insured shall not prevent recovery in any situation in which recovery would have been available had Denton County Road Utility District No. I not been named as an Additional Insured." Contractor shall have all policies endorsed to waive rights of subrogation against Owner. Certificates of insurance acceptable to the Owner shall be given to Owner prior to Contractor initiating work. Certificates shall be kept current for each renewal and shall reflect 30 Days Notice of Cancellation to be given to Owner. Owner may request certified complete copies of policies in the event of a claim estimated by Owner to be over $100,000. Builder's Risk and Damaqe to Work. All costs for damage to work shall be borne by Contractor. Contractor may elect to purchase builder's risk insurance on any portion of the work. If Contractor elects to purchase builder's risk coverage, Owner will be named as an Additional Insured and Loss Payee. A waiver of subrogation endorsed in favor of the Owner shall be secured. The Contractor may elect any level of deductible, hOwever, any loss below the deductible, excluded from coverage, uninsured for any reason shall be at Contractor's own cost and expense without reimbursement from the Owner. SUBCONTRACTOR'S INSURANCE A. The following forms of insurance are required to be furnished by all Subcontractors: 00800-5 Workers' Compensation Insurance insuring the Contractors full liability under the Workers' Compensation and Occupational Disease Laws of the State of Texas and Employer's Liability at a limit of not less than $100,000 each accident. Comprehensive Liability Insurance. Coverage shall be on an "occurrence" basis and shall insure Contractor for work performed under the Contract against claims for Bodily Injury, including death of any person other than Contractor's employees, and Property Damage for injury to or destruction of tangible property, other than the Work itself. The policy shall contain the Personal Injury and Broad FoKm Property Damage Endorsements modified as set forth below, and the policy shall be endorsed to remove any Property Damage Liability exclusions pertaining to loss by explosion, collapse or underground damages. The policy shall include coverage for: a. Completed Operations Liability b. Contractual Liability insuring the Indemnification Agreement contained in the Contract c. Personal Injury Liability d. Broad Form Property Damage extended to apply to Completed Operations e. Automobile Liability insuring Contractor for operations of all owned, hired and non-owned vehicles f. Limits of Liability shall not be less than: 1. Bodily Injury, except automobile $500,000 each occurrence $500,000 aggregate complete operations 2. Property Damage, except automobile $250,000 each occurrence $500,000 aggregate 3. Bodily Injury, automobile $250,000 each person $500,000 each occurrence 4. Property Damage, automobile $250,000 each occurrence 1.18 PERMITS AND LICENSES The Contractor shall procure all Federal, County, State, and City permits and licenses, including business licenses, and pay all charges and fees for the same without recourse under the Contract, and shall give all notices necessary for the lawful prosecution of the work. _ 00800-6 1.19 A. 1.20 A. ENGINEERS RESIDENT PROJECT REPRESENTATIVE The Engineer may furnish a Resident Project Representative to assist the Engineer in observing the performance of the work. Normal working hours for the Resident Project Representative will be 8:00 A.M. to 5:00 P.M., Mondays through Fridays, excepting legal holidays. A Resident Project Representative will be available for work not to exceed ten (10) hours daily each day, except Sundays and legal holidays, unless multiple shifts are to be used to accomplish the work. Whenever services of the Project Representative might be required at times other than normal working hours, the Contractor shall request such services 72 hours in advance. The words "Project Representative", "Engineer" or other like words as used in the Contract Documents for this Project shall be understood as meaning the Engineer may observe and administer the construction in sufficient detail to satisfy himself that the work is proceeding in general compliance with the Contract Documents. He will not be a guarantor of the Contractor's performance. The Contractor shall have complete responsibility to supervise his work and other operations in order to accomplish the detail and specified work. Unless otherwise specified, it is mutually agreed between the parties to the Agreement that the Engineer shall observe all work included in this Project. Observation of the work by the Engineer shall not relieve the Contractor of his obligations necessary to ensure the proper execution of the Contract. It shall be the complete responsibility of the Contractor to supervise and manage his operations. The Contractor shall make the site open and accessible to officials from the City of Coppell and the State Department of Highways and Public Transportation for their observation and inspection of the work. ACTION AND APPROVAL BY ENGINEER Wherever the words "Directed," "Required," "Permitted," "Designated," "Considered Necessary," "Prescribed," or words of like import are used in the Contract Documents, it shall be understood that they are intended to refer to action by the Engineer and, similarly, the words "Approval," "Acceptable," Satisfactory," or words of like import shall mean approval by the Engineer. Whenever in the Contract Documents the terms or descriptions of various qualities relative to finish, workmanship, or other qualities of similar kind cannot, because of their nature, be specifically and briefly described and are customarily described in general terms, the Engineer shall be the final judge as to whether or not the workmanship so described is being performed in compliance with his interpretation of the meaning of such words, terms or clauses. 00800-7 1.21 MULTIPLE SHIFTS The Contractor shall indicate in its Proposal his intentions regarding the utilization of multiple shifts in the accomplishment of the Work. 1.22 FIELD CHANGES All field changes or deviations from the Contract Documents, which are proposed by the Contractor, shall be submitted to the Engineer in writing. Field changes or deviations shall not be made unless permission is obtained in writing from the Engineer. 1.23 LIOUIDATED DAMAGES 1.24 The Contractor agrees that time is of the essence in this Contract and that the Owner will be damaged if there is delay in completion of the Work provided in this Contract beyond the time provided. The parties agree that the amount of damage which will be incurred by the Owner as a result of any such delay is difficult to estimate, and that from the viewpoint of the parties as of the date of the execution of this Contract the amount of liquidated damages hereinafter specified is reasonable. It is furthermore specifically agreed by the parties that this provision for the payment of liquidated damages by the Contractor on account of delay beyond the time specified, is a bona fide attempt by the parties to estimate as well as they are able the amount of damages which the Owner will actually incur as a result of any such delay and that the requirements for payment of liquidated damages is not intended as a penalty. The parties further agree that it is in the best interest of both parties that the amount of liquidated damages be specified herein rather than that the parties should be faced with the problem of determining actual damages in the event of any such delay. On the basis of the foregoing, the parties agree that for each day of delay beyond the Specified Substantial Completion date agreed upon for the work herein specified and contracted for (after due allowance for such extension of time as is provided for in the General Conditions of Agreement), the Contractor shall pay to the Owner as liquidated damages the sum of $500.00, which sum may be permanently withheld by the Owner from the Contractor's total compensation provided in this Contract. Reference is also made to Section 01010, which outlines additional requirements regarding milestone and/milestone dates for various phases or portions of the Project. The parties agree that those conditions shall be subject to liquidated damages as if printed herein. STANDARDS Standard specifications, codes, rules and regulations referred to in these Contract Documents by basic name or designation only shall be considered to be of the latest issue with all amendments as of the date of the advertisement for Bids, unless one particular issue is specifically named. 00800-8 1.25 RIGHT OF ENTRY The Owner will provide, without cost to the Contractor, rights of way for the proposed construction to the extent indicated on the Drawings. Any additional right of way needed by and for the convenience of the Contractor shall be obtained by and at the expense of the Contractor. 1.26 USE OF PRIMARY ARTERIES The Contractor shall confine his haul routes to primary arteries. Damage to streets caused by the Contractor's equipment shall be repaired upon direction and in the manner prescribed by the Engineer. ].27 ACCESS AND HAUL ROUTES The Engineer shall approve the proposed access roads which shall be used for the movement of personnel and equipment. The initial access roads shall be subject to change by the Engineer, occasioned by the progress of the work or unforeseen conditions. The Contractor shall be permitted to propose alternate routes in accordance with permit limitations imposed upon him by state, county or municipal road or highway departments. A change in haul routes shall not be the basis for extra payment. 1.28 EXISTING UNDERGROUND FACILITIES The Engineer has made a reasonable effort to locate all underground facilities. The Contractor shall immediately report to the Engineer any additional underground facilities which he discovers. It shall be the Contractor's responsibility to determine the true location and depth of all underground facilities if their preservation is necessary to the existing owner of said facility. 1.29 EXISTING STRUCTURES The Owner assumes no responsibility for failure to show any or all of known surface and subsurface structures on the Drawings, 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 or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or requires the building of special work, provisions for which are not made in the Contract Documents, in which case the provisions of these Contract Documents for extra work shall apply. 1.30 PROTECTION OF TREES No tree shall be removed without the express written permission from the Owner or his authorized representative. All trees that are not O0800-g designated t~ be removed shall be protected from damage to their trunks and limbs, and the Contractor shall not allow any fill or excavation material to be placed at the base of any of the existing trees so that the natural grade is raised. Any tree that is damaged or destroyed by the Contractor shall be replaced at the Contractor's expense. Any tree of a specimen type that cannot be replaced in type and quality, or because of size, will be considered a value loss, and such trees will be assigned a net value of $2000. The Owner will submit an itemized statement for such tree loss and may charge same against the Contractor's pay estimates, and withhold payment for all damaged or destroyed trees until replacement. 1.31 STORAGE OF MATERIALS 1.32 A. The Contractor shall at all times carefully and properly protect all materials of every description, both before and after being used in the work, and provide any enclosing or special protection from the weather deemed necessary by the Engineer without additional cost. Partial payments will not relieve the Contractor of any of his responsiblity in this regard. BARRICADES. LIGHTS AND WATCHMEN While the work is carried on, the Contractor shall furnish and erect at his own cost and expense such barricades, fences, lights and danger signals, shall provide such watchmen and shall take such other precautionary measures for the protection of persons or property and of the work as are necessary to prevent vehicles from being driven on or into any work under construction. The Contractor will be held responsible for all damage to the work and bodily injury due to failure to provide barricades, signs, lights and watchmen to protect it. Whenever evidence is found of such damage, the Owner may order the damaged portion immediately removed and replaced by the Contractor at no cost to the Owner. The Contractor's responsiblity for the maintenance of barricades, signs and lights and for providing watchmen shall not cease until the Project shall have been accepted by the Owner. 1.33 FENCES, DRAINAGE CHANNELS, LIVESTOCK. AND TREE AND GRASS DAMAGE Ao The Contractor's attention is directed to the Project Area as obtained by the Owner. The Contractor shall restrict his operations within the limits of the Project Area. He shall be responsible for all damages to roadways, bridges, trees, grasses, etc., which as a result of his operations occur outside such limits. Should the Contractor require additional right of way for access or egress, he shall make arrangements with the owners of such property for such right of way at no cost to the Owner. 00800-10 Boundary fences removed to permit the installation of the work shall be replaced in the same location and left in a condition as good as, or better than, that in which they were found, except where otherwise indicated on the Drawings. Where surface drainage channels, terraces or pipe drains are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is complete. D. The Contractor shall replace in kind any livestock injured or killed as a result of his operations. 1.34 DUST CONTROL The Contractor shall sprinkle areas under construction, haul routes and detours as required to maintain sufficient moisture content in the surface layer for dust control. 1.35 USE OF EXPLOSIVES The use of explosives will not be permitted. 1.36 CLEANUP 1.37 .38 A. Upon completion and before work, the Contractor shall ground occupied by him in excess materials, temporary the work shall be left in satisfactory to the Owner. making application for acceptance of the clean all streets, borrow pits and all connection with the work, of all rubbish, structures, and equipment. All parts of a neat and presentable condition deemed Special cleanup conditions will be specified in the technical Specifications. SAFETY The Contractor shall be responsible for the safety of himself, his employees, 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 operation. All work shall be done in accordance with the Occupational Safety and Health Administration, Safety and Health Regulations of the United States Government for construction and all other applicable government regulations. ACCIDENTS The Contractor shall provide, at the site, such equipment and medical facilities as are necessary to supply first aid service to anyone who may be injured in connection with the Work. 00800-11 Bo The Contractor shall promptly report in writing to the Owner and Engineer all accidents whatsoever arising out of, or in connection with the performance of the Work whether on or adjacent to the site which caused death, personal injury, or property damage, giving full details and statements of witnessess. In addition, if death, serious injury, or serious damage is caused, the accident then shall be reported immediately by telephone or messenger. 1.39 WAGE RATES All employees of the Contractor on the work to be performed under this Contract shall be paid the prevailing wage scale in this locality for work of a similar character. 1.40 AFFIDAVIT OF BILLS PAID AND COMPLETE WAIVER OF LIEN Prior to final acceptance of this Project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the construction of these improvements have been paid in full, and that there are no claims pending. A copy of the affidavit is included for reference at the end of this section. 1.41 CONSTRUCTION STAKING The Owner will provide the horizontal and vertical control in the form of ten control monuments. The Contractor shall provide all construction stakes necessary for the facilities to be constructed under this Contract. The Contractor has ten (10) working days after the "Notice to Proceed" has been issued to verify all primary control. If the validity of any primary control monument is questionable, either to horizontal or vertical location, the Contractor will notify the Engineer in writing who will check the monument(s) in question. Any control monuments found to be in error will be reset. There will be no charge to the Contractor for this service, and it is understood that the Engineer will not be charged for any standby or "down" time as a result of such checking and/or resetting procedure. After the ten (10) working days, the Contractor assumes the responsibility from the Engineer for the accuracy and preservation of all primary control monuments. The Contractor shall be fully responsible for the accuracy of all construction staking. The Contractor shall also conduct his operations such that the staking of other Contractors working within the Project Area will be preserved. Any stakes disturbed by the Contractor shall be replaced at his cost. No direct compensation will be paid to the Contractor for the construction staking of the facilities included in this Project. It is understood that the cost of the construction staking is included in the unit prices bid for the items in the Proposal. 00800-12 During final' inspection of the job, the Engineer will verify that all primary control monuments are still in place. Any missing or disturbed monuments shall be replaced by the Contractor. Should the Contractor not reset missing or disturbed monuments before the next phase of work on the Project, the Owner may have the monuments reset and subtract the cost form the Contractor's final payment. Further description of construction staking is in Section 01051. END OF SECTION 005:2201-32 00800-13 SECTION OO9OO ADDENDA DIVISION ! GENERAL REQUIREMENTS SECTION 01010 - CONTRACT TIME, ORDER OF COMPLETION, MILESTONE DATES AND SCHEDULF~ PART ] - GENERAL 1.01 DESCRIPTION This section governs the time schedule for the construction of the proposed facilities. The schedule listed herein shall serve as the Project completion time as referenced in Paragraph 1.22 of the Special Conditions. 1.02 SCOPE The Contractor shall schedule his work such that the work will be completed in accordance with the time schedule listed herein. The Contractor shall also continually update the Engineer as to the progress of the work and promptly notify the Engineer of any delays ].03 SUBMITTALS The Contractor shall prepare and maintain a current detailed Progress and Schedule Chart in bar-graph form, supporting the Contract completion date including all milestone dates indicated herein. The Progress and Schedule Chart shall be prepared based upon the dates listed in the Project schedule below and shall provide adequate information which shall include at a minimum: time duration of each activity, production rates for each activity, and manpower and equipment allocations for each activity. Bo The first Progress and Schedule Chart shall be submitted to the Engineer prior to issue of Notice to Proceed. The second Progress and Schedule Chart shall be submitted to the Engineer not later than the fourth working day of the following month, provided at least 10 working days have intervened since submission of the first chart. Otherwise, submit on the same date of the next month. Thereafter, charts shall be submitted to reach the Engineer not later than the fourth working day of each month. Co Two copies of the Progress and Schedule Chart shall be submitted to the Engineer each month until completion of the items represented on the Chart. Do Commencement and Completion Date of each item of Work shall be indicated. Eo Other work may be added to the chart as requested or approved by the Owner or Engineer. The chart shall be maintained current by coloring or cross-hatching a length of bar to indicate daily progress toward completion. 1.04 RESPONSIBILITY FOR MAINTAINING PROGRESS AND WORK COMPLETION Ao The Contractor shall be responsible for meeting Contract Time, order of completion, milestone dates, and schedules. 01010-1 Bo 1.05 A. 1.06 A. Bo Co If the l~test completion time for any job does not come within the time allowed by the Progress and Schedule Chart for the Project, the sequence of jobs and/or time for performance of jobs shall be revised by the Contractor through concurrent operations, additional manpower, additional shifts, overtime, etc., until the schedule produced indicates that all Contract completion and milestone dates will be met. No additional costs will be allowed the Contractor for overtime, additional manpower, equipment, additional shifts, etc., {except as provided elsewhere in the Specifications) if such expediting procedures or measures are necessary to meet the agreed completion and milestone date or dates. SCHEDULE It is anticipated that right-of-way for the entire project will not have been acquired prior to issuing Notice to Proceed. Accordingly, construction of the project shall be phased. The following schedule includes start and completion dates for various phases of the work to be performed by the contractor. Earliest date when work can begin between MacArthur Blvd. Sta. 217+00 and Sta. 227+04.80. Date of Notice of Proceed Earliest date when work can October 1, 1990 begin between the intersection of MacArthur Blvd. and Deforest Road and MacArthur Blvd. Sta. 217+00 Substantial completion of all work included in the contract 180 days from date of Notice to Proceed Final completion of all work included in this Contract 195 days from date of Notice to Proceed ADJUSTMENT OF CONTRACT OR MILESTONE COMPLETION TIMF If the Contractor requests an extension of any milestone or Contract completion date, he shall furnish justifications and supporting evidence as the Owner and Engineer deems necessary to determine whether the Contractor is entitled to additional time under the provisions of this Contract. Each request for change in any milestone or Contract completion date shall be submitted by the Contractor within fifteen (15) calendar days after the beginning of the delay for which a time extension is requested (unless the Owner grants a greater period of time). No time extension will be granted for a request which is not submitted within the foregoing time limit. After receipt of a request for a time extension the Owner shall make its finding of facts and its decision thereon and shall advise the Contractor in writing. 01010-2 The Contractor acknowledges and agrees that delays in activities which do not in fact actually affect any milestone dates will not be the basis for a change thereto. The Contractor agrees that adjustments in milestone completion times or the Contract completion shall not be a cause for additional compensation. END OF SECTION 007:2201-32 01010-3 SECTION 01011 - UTILITY ADJUSTMENTS PART 1 - GENERAL 1.01 DESCRIPTION ] ,02 There are several existing power lines and poles at the intersection of MacArthur Blvd. and Deforest Road. The Contractor shall be responsible for making arrangements to have the power lines and poles relocated as required to construct the proposed paving and drainage facilities. The Contractor shall make allowances in its schedule for the time required to make the necessary relocations. PAYMENT The Owner will absorb all franchise utility cost of relocating existing facilities. END OF SECTION 008:220]-32 01011-1 SECTION 0]040 - COORDINATION PART I - GENERAL 1.0! DESCRIPTION A. Coordination with Owner's Existing Facilities. The Contractor shall plan and execute all his work in such a manner to allow continuous operation of the existing facilities. Connections to existing facilities that require shutdown or in any way impede the operations of the existing facilities shall be closely coordinated with the Owner. The Contractor shall schedule his work so as to use each operational interruption to accomplish as many interrupting work items as possible and thus minimize the number of interruptions. B. Coordination with other Contractors. When two or more Contractors are employed on related or adjacent work or obtain materials from the same material source, or when work must be completed by one Contractor before another can begin, each shall conduct his operations in such a manner as not to cause an unnecessary delay or hindrance to the other. Each Contractor shall be responsible to the other for all damage to work, to persons, or to property caused to the other by his operations, and for loss caused the other due to unreasonable or unjustified delays or failure to finish the work or portions thereof, or furnish materials within the time requested. The Owner or Engineer shall under no circumstances be liable or responsible for guaranteeing or assuring that any claims among Contractors shall be paid; and any representation, expressed or implied, that any Contractor to whom a Contract is awarded is responsible or will be able to respond for damages is expressly negated. The Contractor shall coordinate the location of haul roads, diversion ditches, and dikes, sedimentation ponds, maintenance shops, stockpile areas, and all other construction activities with other contractors within the Project Area. 009:2201-32 END OF SECTION SECTION 01051 - PART I - GENERAL 1.01 A. B. GRADES. LINES AND LEVELS DESCRIPTION AND RESPONSIBILITY See Division 0 for General Conditions and Special Conditions. All work under this Contract shall be constructed in compliance with the alignments indicated on the Drawings. The Contractor shall be responsible for the following: 1. Layout and control of all grades, lines and levels except as stated in Paragraph D below. Layout and setting of form lines and grades. Layout and setting of embedded items. All staking except as stated in Paragraph D below. The Engineer will be responsible for the following: 1. Set following center line and base lines as shown on the Drawings. Stakes will be set at lO0-foot stations. a. Centerline of MacArthur Boulevard. b. Centerline of proposed bridges across Denton Creek. 2. Stake property lines where construction activities are controlled by said property lines. 3. Establish primary control consisting of ten bench marks and ten horizontal control points within the Project Area for use by the Contractor. 4. Verify finished grades and dimensions after Contractor has certified them to be correct. 5. Survey and plot final grade cross sections of all areas where embankment for payment has been made. The Engineer has already surveyed and plotted original cross sections of all areas where embankment for payment will be made. Cross sections were taken at lO0-foot intervals and at other locations as determined to be necessary by the Engineer. Compute embankment quantities for final payment. 01051-1 Fo Primary Control. The Contractor has ten (10) working days after the primary control has been established to verify all primary control. The Contractor shall run levels between all vertical control and traverse between all horizontal control to verify accuracy. If the validity of any primary control monument is questionable, either to horizontal or vertical location, the Contractor will notify the Engineer who will check the monuments{s} in question. Any control monuments found to be in error will be reset. There will be no charge to the Contractor for this service, and it is understood that the Engineer will not be charged for any standby or "down" time as a result of such checking and/or resetting procedure. After the ten (10) working days, the Contractor assumes the responsibility from the Engineer for the accuracy and preservation of all primary control monuments. The Contractor shall be fully responsible for the accuracy of all construction staking. Staking. All stakes will be color-coded with flagging in accordance with the following schedule: Primary Control Boundary Traverse Line Street Centerline Block and Lot Corners Clearing Drainage Water Sewer Manholes, Valves, Fire Hydrants, Inlets Building Location Soil Borings Pinkglo and White Pinkglo and Blue Pinkglo Red Blue and Yellow Pinkglo and Yellow Green Blue Yellow White/Blue, Green or Yellow White Only Red and Yellow The Contractor shall provide two (2) copies of the construction staking surveying notes (cut sheets) to the Engineer prior to construction of that portion of the facility. The Engineer assumes no responsible for the accuracy of the survey notes. No direct compensation will be paid to the Contractor for the construction staking of the facilities included in this Project. It is understood that the cost of the construction staking is included in the prices bid for the items in the Bid Proposal. During final inspection of the job, the Engineer will verify that all primary control monuments are still in place. Any missing or disturbed monuments shall be replaced by the Contractor. 01051-2 Should the Contractor not reset missing or disturbed monuments before the next phase of work on the Project, the Owner may have the monuments reset and subtract the cost from the Contractor's final payment. lhe Contractor shall safeguard all points, grade marks stakes and bench marks established on the work; shall bear the cost of re-establishing same if disturbed; and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain and protect such established points and marks. ~he Contractor shall and holidays) minimum services are required. give the Engineer two days (excluding weekends notice of the time and place where survey Such notice shall be in writing. The Contractor shall request in writing to the Engineer any changes in the manner in which the surveys by the Engineer are being per- formed. Approvals of such requests shall be at the sole discretion of the Engineer. The Contractor shall dewater all areas in which surveying by the Engineer or Contractor is required. These areas shall be maintained in a dry condition suitable for surveying operations by the Contractor or Engineer until surveying in the dewatered area is complete. The Contractor shall make an allowance in his work schedule and the amount bid to perform the work for the time required for the Engineer to complete the required surveying as specified in this section and elsewhere in the Contract Documents. Neither the Owner or Engineer will be charged for downtime due to surveys. END OF SECTION 010:2201-32 01051-3 SECTION 01077 - ABBREVIATIONS. SYMBOLS. TRADE NAMES AND MATERIALS PART 1 1.01 1.02 1.03 A. GENERAL DESCRIPTION This Section of the Specifications lists many of the trade associations and general standards which are referenced repeatedly in the Specifications, along these references. This requirements for the Work, associations and their individual Specifications other trade associations repeatedly. with the abbreviations commonly used for Section also specified certain general in relation with standards, and with trade published recommendations. Refer to Sections for names and abbreviations of and standards which are referenced less ABBREVIATIONS AND NAMES The following abbreviations maybe referenced in Documents are defined to mean the associated names. for words are listed on the Drawings. the Contract Abbreviations AASHTO ACI AISI ANSI ASCE ASTM AWS AWWA CIPRA CRSI Fed.Spec. NEC NEMA NCTCOG OSHA SDHPT UL American Association of State Highway and Transportation Officials American Concrete Institute American Iron and Steel Institute American National Standards Institute (previously A.S.A. American Standards Association) American Society of Civil Engineers American Society for Testing and Materials American Welding Society American Water Works Association Cast Iron Pipe Research Association Concrete Reinforcing Steel Institute Federal Specification National Electric Code National Electrical Manufacturers Association North Central Texas Council of Governments Occupational Safety and Health Administration State Department of Highways and Public Transportation Underwriters Laboratories, Inc. OUALITY ASSURANCE General Applicability of Standards Except where more explicit or more stringent requirements are specified or are required by governing regulations, applicable standards of the construction industry have the same force and effect for the Work; and are made a part of the Contract Documents by reference as if copied directly into the Contract Documents, or as if published copies were bound herewith. 01077-) Referenced Standards Referenced standards shall have precedence over non-referenced standards, which are intended by the manufacturer for application to work similar to that required on the Project. Non-Referenced Standards Industry standards not specifically referenced for applicability to the Work, including standards listed in this Section but not referenced elsewhere, have the following general applicability to the Work: No particular applicability is intended, except as a general measurement of whether the performed work complies with standards of the construction industry. Comply with the standards which were in effect at the date of bidding except where specifically indicated to comply with a publication of another date. Copies of Standards In general, copies of applicable standards have not been bound with the Contract Documents. Where copies of standards are needed for proper performance of the Work, the Contractor is required to obtain such copies directly from the publication source. END OF SECTION 011:2201-32 01077-2 SECTION 0])50 MEASUREMENT AND PAYMENT PART 1 - GENEP~AL 1.01 GENERAL Section 5, "Measurement and Payment" of the General Conditions shall be supplemented by the following items. 1.02 BID PROPOSAL The Bid Proposal is a part of these Contract Documents, and lists each item of work for which payment will be made. No payment will be made for any items other than those listed in the Bid Proposal. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Bid Proposal, and which are not specified in this Section to be measured or to be included in one of the items listed in the Bid Proposal shall be considered as incidental to the specified work required under this Contract, and all costs thereof including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his Bid accordingly. Work includes furnishing all plant, labor, equipment, tools, and materials, and performing all operations required to complete the work satisfactorily in place, as specified and as indicated on the Drawings. 1.03 MEASUREMENT A. Measurement of an item of work will be by the unit indicated in the Bid Proposal. An instrument survey of the site by the Engineer of the specified work will be made prior to commencement of work under this Contract, and measurements as specified will be based on this survey, without regard to any natural changes that may occur prior to or during the prosecution of the work. Prior to final inspection, an instrument survey will be made by the Engineer to verify compliance with the Drawings and Specifications. All work required, if any, to bring the Project in compliance and all costs to resurvey for compliance shall be borne by the Contractor at no cost to the Owner. Measurements will include all not specified to be included Proposal. necessary and incidental related work in any item of work listed in the Bid Measurement of concrete will be made on the basis of the actual volume of concrete within the lines of the structures as indicated on the Drawings and as specified. Measurement of concrete placed against the sides of any excavation without the use of intervening forms will be 01150-1 made only within the neat lines of the structure. No deductions will be made for rounded or beveled edges or space occupied by metal work, nor for voids or embedded items which are either less than five cubic feet in volume or one square foot in section. Work required in stockpiling or temporary storing and transporting to and from stockpiles or temporary storage will not be measured for payment. Measurement of an item of work will be by the unit indicated in the Bid Proposal and will include all work as listed below. Bid Item No. specified in clearing and grubbing and also include as requested 1, "Clearing, Grubbing and Stripping," covers work Section 02102 and as indicated on the Drawings for grubbing all areas to be excavated and clearing, stripping all areas to be filled. This item shall an allowance of $2,000 for construction photographs by the Engineer and specified in Section 01380. Measurement will be by the job. Bid Item No. 2, "Seeding," covers work specified in Section 02270 and as indicated on the Drawings for seeding all areas required on the Drawings to be seeded only. This item includes preparation of the seed bed, seeding, fertilizing, mulching, and watering as required to provide an acceptable stand of grass of the type and density specified. Measurement will be by the acre of area seeded. Bid Item No. 3, "Compacted Embankment" covers work specified in Section 02200 and 02210 and as indicated on the Drawings for compacted roadway embankment fill. This item includes removal of topsoil, earth, and friable rock; foundation prepartion, obtaining, hauling and stockpiling and rehandling; distribution, grading and compacting of fill material. Embankment quantities for payment will be based upon original ground surveyed cross sections which have been or will be obtained by Owner, and the finished grades as shown on the Drawings or actual as-built finished grade, whichever results in lesser compacted embankment. Embankment quantities will be based on original ground cross sections regardless of material changes which may occur prior to or during construction. The average end area method will be used to compute volumes. No separate measurement shall be made for excavation, temporary or erosion control drainage ditches or any earthwork performed for the convenience of the Contractor. This item does not include excavation, embedment or backfilling for drainage pipes and boxes, utilities, or bridge structures. Such work shall be considered incidental to the installation of drainage and utilities facilities and bridge structures and will not be paid for separately. Measurement will be by the cubic yard in place. 01150-2 Bid Items No. 4 through 8, inclusive, "8-inch 3000 psi Continuously Reinforced Concrete Pavement", "6-inch Concrete Integral Curb", "4-inch Concrete Median Paving", "Reinforced Concrete Street Header", "4-inch Reinforced Concrete Sidewalk," respective]y, covers work specified in Section 02515 and as indicated on the Drawings for concrete pavement, curb, median paving, concrete street header and concrete sidewalk. This item includes shaping and fine-grading of the roadbed; lnc]uding furnishing and applying all water required, for furnishing, loading, and unloading, storing, hauling and handling all concrete, ingredients, including all freight and royalty involved; for mixing, placing, finishing, sawing, cleaning, and sealing joints and curing all concrete; for furnishing and installing all reinforcing steel; for furnishing all materials for sealing joints and placing longitudinal and expansion joints, including all steel dowel caps and load transmission devices required, and wire and devices for placing, holding, and supporting the steel bars, load transmission devices and joint filler material in proper position; for coating steel bars where required by Plans and for all manipulations, labor, equipment, appliances, tools, traffic provisions and incidentals necessary to complete the work. Measurement of concrete pavement will be by the square yard of surface area of complete and accepted work. The surface area will be construed to include that portion of the pavement area extending beneath the curbs. Monolithic integral curb will be paid for by the linear foot. Concrete street header will be paid for by the linear foot. Concrete median paving and sidewalks will be paid for by the square foot of surface area. Bid Item No. 9, "Lime Stabilization," covers work specified in Section 02502 and as indicated on the Drawings for the lime treatment of the subgrade to the depth shown. This item includes all correction of secondary subgrade, loosening, mixing pulverizing, spreading, drying, application of lime, water content of the slurry, shaping and maintaining, all manipulations required, all hauling and freight involved, all tools, equipment, labor, and all incidentals necessary to complete the work. Sprinkling and rolling will not be paid for directly but the cost of all sprinkling and rolling will be subsidiary to other Bid Items. Measurement will be by the square yard at the depth specified. Bid Item No. ]0, "Hydrated Lime," covers work specified in Section 02502 and as indicated on the Drawings for lime for subgrade stabilization. This item includes furnishing and delivery of all lime. Measurement will be by the ton (2,000 pounds) dry weight. Bid Items No. 1] and 12, "Type A Asphaltic Concrete Pavement", and "Type D Asphaltic Concrete Pavement," covers work specified in Section 02513 and as indicated on the Drawings for asphaltic concrete pavement. This item includes furnishing all materials, 01150-3 heating, mixing, hauling, tack coat, placing of asphaltic concrete mixture, rolling and finishing, and all manipulations, labor, tools, equipment and incidentals to complete the work. Measurement will be by the square yard composite asphaltic concrete placed. Bid Item No. 13, "Flexible Base," covers work specified in Section 02501 and as indicated on the Drawings for flexible base for pavement. This item includes shaping and fine grading the roadbed; securing and furnishing all materials, loosening, screening, and temporary stockpiling when required; load all materials; spreading, mixing, blading, shaping and finishing, and all manipulations, labor, tools and incidentals to complete the work. Measurement will be by the cubic yard in place. go Bid Item No. 14, "Metal Beam Guard Fence," covers work specified in Section 028]0 and as indicated on the Drawings for the installation of non-galvanized metal beam guard fences and terminal anchor sections. This item includes furnishing all labor, materials, tools, equipment and incidentals necessary for a complete installation. Measurement will be by the linear foot of guard fence and terminal anchor section installed. 10. Bid Item No. 15, "Traffic Button," covers work specified and as indicated on the Drawings for the installation of traffic buttons. This item includes furnishing all labor, materials, supplies, equipment and incidentals to complete this work. Measurement will be by each button installed. 11. Bid Item No. 16, "Removal of Concrete Pavement", covers work specified and as indicated on the Drawings for the removal and disposal of existing reinforced concrete pavement, sidewalk and curb. Measurement will be by the square yard of surface area of concrete removed. 12. Bid Item No. 17, "Removal of Asphalt Pavement", covers work specified and as indicated on the Drawings for the removal and disposal of existing asphalt pavement. Measurement will be by the square yard of surface area of asphalt pavement removed. 13. Bid Items No. 18 through 23, inclusive, for reinforced concrete pipe of various diameters installed by open cut covers work specified in Section 02721 and as indicated on the Drawings for furnishing and installing reinforced concrete pipe and fittings. These items include care of water, excavation and backfill, all backfill materials, bedding, fittings and joints. Extra excavation and backfill for trench safety is not included and will be paid for separately. Measurement will be by the linear foot of pipe installed measured along the center line of the pipe. 14. Bid Items No. 24, "5-Foot By 5-Foot Reinforced Concrete Cast-in-Place Box", installed by open cut covers work specified in Section 02721 and as indicated on the Drawings for reinforced concrete box sections. These items include care of water, 01150-4 15. 16. 17. 18. 19. excavabion and backfill, all bedding and backfilling materials, compaction, concrete and reinforcing steel. Extra excavation and backfill for trench safety is not included and will be paid for separately. Measurement will be by the linear foot of box section installed, measured along the center line of the box section. Bid Item No. 25, "Reinforced Concrete Transition Structure", covers work specified in Section 02721 and as indicated on the Drawings for constructing the cast-in-place reinforced concrete transition structure at Deforest Road. This item includes care of water, structural excavation and backfill, all bedding and backfilling materials, compaction, concrete and reinforcing steel. Extra excavation and backfill for trench safety is not included and will be paid for separately. Measurement will be lump sum. Bid Items No. 26 through 30, inclusive, for inlets of various sizes, depths and types covers work specified in Section 02721 and as indicated on the Drawings for constructing concrete inlets for various drainage pipes and box sections. These items include care of water, structural excavation, backfill, compaction, concrete, reinforcing steel, and frames and covers. Measurement will be by each inlet installed. Bid Item No. 31, "Type 'C' Reinforced Concrete Headwall," covers work specified in Section 02721 and as indicated on the Drawings for constructing concrete headwalls for various drainage pipes. This item includes care of water, structural excavation, backfill, compaction, concrete and reinforcing steel. Measurement will be by each headwall installed. Bid Item No. 32 and 33, for reinforced concrete manholes of various types and depths, covers work specified in Section 02721 and as indicated on the Drawings for constructing concrete manholes for various drainage pipes. These items include care of water, structural excavation, backfill, compaction, concrete, reinforcing steel, frames and covers, and incidentals necessary to complete the installation of the manholes. Measurement will be by each manhole installed. Bid Item No. 34, "Trench Excavation Safety Protection (Drainage)," covers work specified in Section 02225 for maintaining trench safety during installation of drainage pipes 01150-5 20. 21. 22. 23. 24. and appurtenances. This item includes all materials, maintenance, installation, removal and disposal of trench boxes and trench shoring materials, and extra excavation and backfill required for layed back slopes. Measurement will be by the linear foot of trench excavated, regardless of the method or combination of methods used. Bid Item No. 35, "Select Sand Backfill," covers work specified in Section 02223 for furnishing and placing Select Sand Backfill behind the bridge abutments, wingwalls, under bridge approach slabs as specified and as indicated on the Drawings. The price bid shall be full compensation for furnishing, placing and compacting the Select Sand Backfill. Select Sand Backfill placed in accordance with Section 02225 will not be paid for directly, but will be included in the linear foot price of the particular utility installed. Measurement will be lump sum. Bid Item No. 36, "Select Backfill," covers work specified in Section 02223 for furnishing and placing Select Backfill at the channel slopes. The price bid shall be full compensation for furnishing, placing and compacting the Select Backfill. Select Backfill placed in accordance with SectiOn 02225 will not be paid for directly, but will be included in the linear foot price of the particular utility installed. Measurement will be lump sum. Bid Item No. 37, "24-inch Diameter Drilled Shaft," covers all work specified in Section 02360 including drilling, furnishing and placing reinforcing steel and any required casing, furnishing and placing concrete, preventing seepage of water, and removing accumulated seepage water and all loose material prior to placing concrete, and additional drilling to reach minimum penetration into foundation strata if required. Measurement will be by the linear foot. Bid Item No. 38, "30-inch Diameter Drilled Shaft," covers all work specified in Section 02360 including drilling, furnishing and placing reinforcing steel and any required casing, furnishing and placing concrete, preventing seepage of water, and removing accumulated seepage water and all loose material prior to placing concrete, and additional drilling to reach minimum penetration into foundation strata if required. Measurement will be by the linear foot. Bid Item No. 39, "Class "C" Concrete (Abutment and Wingwall}," covers all steel reinforcing and concrete work as specified in Section 03210 and 03310 and as indicated on the Drawings. Structural excavation as specified in Section 02223 and required for this work is not to be considered a separate pay item, but is subsidiary to this item. Backfilling will be paid for separately in the separate item "Select Sand Backfill". Measurement will be by the cubic yard. 01150-6 25. 26. 27. 28. 29. 30. 31. 32. Bid Item No. 40, "Class "C" Concrete (Approach Slab)", covers all steel reinforcing and concrete work as specified in Sections 03210 and 03310 and as indicated on the Drawings. Structural excavation as specified in Section 02223 and required for this work is not to be considered a separate pay item, but is subsidiary to this item. Backfilling will be paid for separately in the separate item "Select Sand Backfill". Measurement will be by the cubic yard. Bid Item No. 41, "Class "S" Concrete {Bridge Deck and Bridge Sidewalk)", covers all steel reinforcing and concrete bridge slab work, including concrete rail pedestals, diaphragms, armor joints and embedded items as specified in Section 03210, 03310 and 05120 and as indicated on the Drawings. Measurement will be by the cubic yard. Bid Item No. 42, "Class "A" Concrete (Slope Paving and Miscellaneous Concrete"), covers all steel reinforcing and concrete slope paving work in the vicinity of the bridge structure, as specified in Section 03210 and 03310 and as indicated on the Drawings. Structural excavation as specified in Section 02223 and required for this work is not to be considered a separate pay item, but is subsidiary to this work. Backfilling will be paid separately in the separate items "Select Sand Backfill" or "Select Backfill" where applicable. Measurement will be by the cubic yard. Bid Item No. covers all shipped, and as shown on foot. 43, "Prestressed Concrete Beam (AASHTO Type IV)," AASHTO Type IV prestressed beams manufactured, erected in place as specified in Section 03420 and the Drawings. Measurement will be by the linear Bid Item No. 44, "Bridge Rail," covers all metal railing work for the bridge, as specified in Section 05520 and as indicated on the Drawings. Measurement will be by the linear foot. Bid Item No. 45, "Granbury Limestone," covers all stone facing work as specified in Sections 04100 and 04200 and where indicated on the Drawings for bridge abutments, wingwalls, and rail pedestals. This item includes all materials, hauling, delivery on-site, cutting of stone, placing stone, mortar, and manipulations, labor, tools and incidentals necessary for a complete installation. Measurement will be by the square foot. Bid Item No. 46, "Cast Stone Caps," covers work specified in Section 04435 and as indicated on the Drawings for the cast stone caps at the bridge rail pedestals and the wingwalls. This item covers all labor and materials necessary for complete fabrication and installation of the cast stone caps. Measurement will be lump sum. Bid Item 47, "Crushed Rock," covers work specified in Section 02225 for approved removal of unstable foundation material and replacement with crushed rock. Measurement will be by the cubic yard. 01150-7 33. 34. 35. 36. 37. 38. Bid Item 48, "Class 'A' Concrete (Extra Work)," covers work specified in Section 02223 for Authorized Additional Excavation and replacement with Class "A" Concrete. Measurement will be by the cubic yard of concrete. Bid Item No. 4g, "12-inch Ductile Iron Water Line (Bridge}," covers work specified in Section 02600 and as indicated on the Drawings for the water line along MacArthur Boulevard, including that portion along the roadway and also the portion carried underneath and along the bridge structure. This item includes furnishing all materials, labor and installation, excavation, backfill, concrete encasement, fittings and other appurtenances, pipe hangers, testing and sterilization and all incidentals necessary for a complete installation. Extra excavation and backfill for trench safety is not included and will be paid for separately. Measurement will be by the linear foot of water line installed. Bid Item No. 50, "Relocation of Fire Hydrant," covers work specified in Section 02713 and as indicated on the Drawings, for the relocation of an existing fire hydrant at the intersection of MacArthur Boulevard and Deforest Road. This item includes all excavation, embedment, backfill, fittings, thrust blocking, 6-inch pipe lead, 6-inch gate valve, hydrant, sterilization, testing and incidentals to complete the relocation of the fire hydrant assembly. Measurement will be by each fire hydrant relocated. Bid Item No. 51, "Adjustment of Valve Box," covers work specified in Section 02713 and as indicated on the Drawings for the adjustment of existing water valve stems and boxes to match finish grade. Measurement will be by each valve adjusted. Bid Item No. 52, "Trench Excavation Safety Protection (Water)," covers work specified in Section 02225 and as indicated on the Drawings for maintaining trench safety during installation of water pipes and appurtenances. This item includes all materials, maintenance, installation, removal and disposal of trench boxes and trench shoring materials, and extra excavation and backfill for layed back slopes. Measurement will be by the linear foot of trench excavated, regardless of the method or combination of methods used. Bid Item No. 53, "4-inch Ductile Iron Sanitary Sewer Force Main (Bridge)", covers work specified in Section 02600 and as indicated on the Drawings for the sanitary sewer force main along the MacArthur Boulevard bridge. This item includes furnishing all materials, fittings and other appurtenances, labor and installation, and all incidentals necessary for a complete installation. Measurement will be by the linear foot of force main installed. 01150-8 1.04 A. 39. Bid Item No. 54, "4-inch P.V.C. Conduit (Bridge)," covers work specified in Section 16111 and as indicated on the Drawings for P.V.C. conduit along MacArthur Boulevard, including the portions along the roadway and also the portions carried underneath and along the bridge structures. This item includes furnishing all materials, labor and installation, excavation, backfill, concrete encasement, fittings, and other appurtenances, pipe hangers and all incidentals necessary for a complete installation. Measurement will be by the linear foot of conduit installed. 40. Bid Items No. 55 and 56, for utility sleeves of various diameters, covers P.V.C. sleeving specified in Section 02910 and as indicated on the Drawings for future utility and gas lines. These items include all fittings, risers, and flagging, trenching and backfilling and incidentals necessary for the complete installation of the sleeve. Measurement will be by the linear foot of conduit installed. PAYMENT Payment will be made for items of work as indicated in the Bid Proposal, and for which measurement has been specified in this Section of the Contract Documents. No separate payment will be made for any work for which measurement has not been specified, and such work shall be considered as incidental to and included in the various Bid Item prices. Payment will be made at the Contract Price per unit indicated in the Bid Proposal with total price of the Contract being equal to the Total Bid as specified and as modified by extending unit prices multiplied by quantities as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. Payment for all pipelines including storm sewer and water in this Project shall be in accordance with the following: 1. 70% of unit price for pipe laid in place as specified when testing is required. 2. 80% of unit price for pipe laid in place as specified when no testing is required. An additional 10% for pipe successfully tested including air testing, hydrostatic testing and television inspection as specified (where required by Contract Documents). 4. An additional 20% for pipe backfilled in accordance with Specifications. 01150-9 Co l ,05 All pipeline work is subject to retainage as stated in the General Conditions and Special Conditions. e For the purpose of partial payment only pipe shall be considered as successfully tested when the Engineer or his designated representative acknowledge a successful test in writing and the City of Coppell's inspector verbally acknowledges to the Engineer or his designated representative that the testing was successful. Said acknowledgement by the Engineer, his designated representative, or the City of Coppell's inspector does not relieve the Contractor of his responsibility for additional testing as required to obtain final written acceptance from the City of Coppell. Payment for grassing shall be in accordance with the following: 20% of unit price bid for grassing when area is first seeded with Bermudagrass, fertilized and watered as specified. 2. Remaining 80% of unit price bid for grassing when specified coverage is obtained. 3. All grassing is subject to retainage as stated in the General Conditions and Special Conditions. OVERTIME The Owner reserves the right to require the Contractor to work overtime (in excess of 40 hours per week} if the construction of the Project is behind schedule as determined by the Owner. No additional payment will be made for the requirement of overtime work. END OF SECTION 012:2201-32 01150-10 SECTION 01202 PROGRESS MEETINGS AND REPORTS PART 1 - GENERAL 1.01 DESCRIPTION The Owner or Engineer may request special meetings with the Contractor at any time on matters pertaining to the progress of work being carried out under this Contract. Bo The Owner may require that weekly meetings be held between the Owner or Engineer, and the Contractor to discuss status, request for information, schedules, etc., which may arise during the construction of the Project. The meeting will be held at a prearranged date and time. In preparation for each special meeting, it will be the responsi- bility of the Contractor to supply whatever information is requested by the Owner or Engineer in a form that is acceptable concerning the Project and its progress. This information will include but not be limited to: short range schedules indicating anticipated progress; review of progress to date as compared to previously submitted short range schedules; and plans to rectify any delays in progress. Do The Engineer may require the Contractor to submit daily progress reports to the Engineer. The daily report shall be submitted in duplicate using a form approved by the Engineer. Resident Project Representatives, when provided by the Owner or Engineer, are required to make daily reports, which, except for the Engineer's record of grades and final measurements, are the sole record of the work performed. The Contractor shall arrange to have these records reviewed and signed each day by his authorized representative. It shall be the duty of the Contractor's representative to note upon the face of these reports any matter which differs from the records of the Project Representative. The absence of any such entry or signature by the Contractor's representative will be taken as evidence of agreement with the Project Representative's records, both as to accuracy and as to completeness. All work covered by verbal instructions or specifications, and a complete record of all regular and extra work performed, shall be entered on the daily reports. Should the Contractor be in complete disagreement with the daily report as prepared by the Project Representative, he shall so note thereon and make reference thereon to his separate report which shall be submitted to the Engineer within two (2) working days. END OF SECTION 013:2201-32 01202-1 SECTION 01320 PROGRESS AND SCHEDULE CHART PART I - GENERAL 1.01 DESCRIPTION Ao The Contractor shall prepare and maintain a current detailed Progress and Schedule Chart in bar-graph form, supporting the Contract Completion Date including all milestone dates as indicated in the Contract Documents. The Progress and Schedule Chart shall be prepared based upon date of Notice to Proceed and shall provide adequate information which shall include at a minimum: time duration of each activity, production rates for each activity, and manpower and equipment allocations for each activity. Two copies of the Progress and Schedule Chart shall be submitted to the Engineer each month until completion of the items represented on the Chart. C. Commencement and Completion Date of each item of work shall be indicated. Do Other work may be added to the chart as requested or approved by the Owner or Engineer. The chart shall be maintained current by coloring or cross-hatching a length of bar to indicate daily progress toward completion. 1.02 SUBMITTALS The first Progress and Schedule Chart shall be submitted prior to receipt by Contractor of Notice to Proceed. The second Progress and Schedule Chart sha)l be submitted to the Engineer not later than the fourth working day of the following month, provided at least 10 working days have intervened since submission of the first chart. Otherwise, submit on the same date of the next month. Thereafter, charts shall be submitted to reach the Engineer not later than the fourth working day of each month. 1.03 RESPONSIBILITY FOR MAINTAINING PROGRESS AND WORK COMPLETION 1. The Contractor shall be responsible for meeting the Project Completion Date and all milestone dates. If the latest completion time for any significant job does not come within the time allowed by the Plan and Schedule for the Project, the sequence of jobs and/or time for performance of jobs shall be revised by the Contractor through concurrent operations, additional manpower, additional shifts, overtime, etc., until the schedule produced indicates that all significant Contract com- 01320-1 pletion 'and occupancy dates will be met. No additional costs will be allowed the Contractor for overtime, additional manpower, equipment, additional shifts, etc., (except as provided elsewhere in the specifications} if such expediting procedures or measures are necessary to meet the agreed Completion Date or Dates. 1.04 ADJUSTMENT OF CONTRACT OR MILESTONE COMPLETION TIMF If the Contractor requests an extension of any milestone or Contract Completion Date, he shall furnish justifications and supporting evidence as the Owner and Engineer deems necessary to determine whether the Contractor is entitled to additional time under the provisions of this Contract. Each request for change in any milestone or Contract Completion Date shall be submitted by the Contractor within fifteen (15) calendar days after the beginning of the delay for which a time extension is requested (unless the Owner grants a greater period of time). No time extension will be granted for a request which is not submitted within the foregoing time limit. After receipt of a request for a time extension the Owner shall make its finding of facts and its decision thereon and shall advise the Contractor in writing. The Contractor acknowledges and agrees that delays in activities which do not in fact actually affect any milestone dates will not be the basis for a change thereto. END OF SECTION 014:2201-32 0]320-2 SECTION 01340 - SHOP DRAW)NGS, PRODUCT DATA AND SAMPLES PART 1 1.O1 A. Be Ce - GENERAL DESCRIPTION AND REQUIREMENTS Type of Submittals This Section of the Specifications describes the procedures for submittals such as shop drawings, product data, samples and miscellaneous work-related submittals. It does not include the submissions required for administrative work which are described elsewhere in Division 1 and Contract Documents. Submittal Contents The submittal contents required are specified in each Section. Definitions Submittals are categorized as follows: 1. Shop Drawings Bo Shop drawings shall include technical data, drawings, dia- grams, schedules, templates, patterns, reports, calculations, instructions, measurements and similar information as appli- cable to specific item for which the shop drawing is prepared. be Provide newly-prepared information, on reproducible sheets, with graphic information at accurate scale (except as other- wise indicated) or appropriate number of prints thereof, with name of preparer (firm name) indicated. The Contract Draw- ings shall not be traced or reproduced by any method for use as or in lieu of detailed shop drawings. Show dimensions and note which are based on field measurement. Identify materi- als and products in the work shown. Indicate compliance with standards and special coordination requirements. Do not allow shop drawing copies without appropriate final "Action" markings by the Engineer to be used in connection with the Work. 2. Product Data Product data includes standard printed information on materi- als, products and systems, not specially prepared for this Project, other than the designation of selections from among available choices printed therein. 01340-1 bo Collect required data into one submittal for each unit of work or system, and mark each copy to show which copies and options are applicable to Project. Include manufacturer's standard printed recommendations for application and use, compliance with standards, application of labels and seals, notation of field measurements which have been checked, and special coordination requirements. 3. Samples ao Samples include both fabricated and unfabricated physical examples of materials, products and units of work, both as complete units and as smaller portions of units of work, either for limited visual inspection or (where indicated) for more detailed testing and analysis. Provide units identical with final condition of proposed materials or products for the work. Include "range" samples (not less than 3 units) where unavoidable variations must be expected, and describe or identify variations between units of each set. Provide full set of optional samples where the Engineer's selection is required. Prepare samples to match the Engineer's sample where so indicated. Include infor- mation with each sample to show generic description, source of product name and manufacturer, limitations, and compliance with standards. Samples are submitted for review and confir- mation of color, pattern, texture and kind by the Engineer. Engineer will not test samples (except as otherwise indi- cated) for other requirements, which are the exclusive responsibility of the Contractor. Miscellaneous submittals related directly to the work (non- administrative) include warranties, maintenance agreements, workmanship bonds, survey data and reports, physical work records, statements of applicability, quality testing and certifying reports, copies of industry standards, record drawings, field measurement data, operating and maintenance materials, overrun stock, security/protection/ safety keys and similar information, devices and materials applicable to the work but not processed as shop drawings, product data or samples. 5. Special Project Requirements a. Concrete Reinforcing Drawing Concrete Reinforcing Drawings will be checked for general arrangement and structural safety; however, the responsi- bility of reinforcing the structures in compliance with the design Drawings rests entirely with the Contractor. lhe shop drawings shall have been checked by the Con- tractor before being submitted. Drawings submitted that have not been checked will not be accepted. 01340-2 1.02 A. Bo Do The reinforcing details shall consist of a bar schedule, showing the number of bars, marks, sizes, lengths, weights, bending configurations, and an erection drawing indicating the location in the structure of all rein- forcing bars and accessories as required to support the steel in compliance with the latest American Concrete Institute Manual of Standard Practice and as specified. GENERAL SUBMITTAL REOUIREMENTS Scheduling Where appropriate in various required administrative submittals (listings of products, manufacturers, suppliers and sub-contractors, and in job progress schedule), show principal work-related submittal requirements and time schedules for coordination and integration of submittal activity with related work in each instance. Coordination of Submittal Times Within 20 days after receipt of a notice of award, the Contractor shall submit to the Engineer a complete listing of all items to be submitted. The listing shall include the following information. 1. Item to be submitted 2. Expected date of first submittal 3. Latest date of approval The listing shall be sufficiently broken down to provide for partial submittal of some items (i.e. reinforcing steel and concrete drawings). The Contractor shall obtain the Engineer's approval of the submittal schedule prior to making the first submittal. Sequencing Requirements As applicable in each instance, do not proceed with a unit of work until submittal procedures have been sequenced with related units of work, in a manner which will ensure that the action will not need to be later modified or rescinded by reason of a subsequent submittal which should have been processed earlier or concurrently for coordination. Preparation of Submittals Provide permanent marking on each submittal to identify Project, date, Contractor, subcontractor, submittal name and similar infor- mation to distinguish it from other submittals. Show Contractor's executed review and approval marking and provide space for the Engineer's "Action" marking. Package each submittal appropriately 01340-3 Fo 1.03 A. for transmittal and sources other than without action. handling. Submittals which are received from through the Contractor's office will be returned Number of Copies Submit 2 copies of each sample and submittal for the Engineer's use. The Contractor shall also submit the number of additional copies {up to four) that he wishes returned to him. Receipt from Contractor: No shop drawings sent directly to the Engineer from any supplier, subcontractor, or any source other than the Contractor will be accepted for review. SPECIFIC CATEGORY REOUIREMENTS General Except as otherwise indicated in the individual work sections, comply with general requirements specified herein for each indicated category of submittal. 1. Submittals shall contain: a. The date of submission and the dates of any previous submissions. b. The Project title and number: Denton County Road Utility District No. 1: Paving, Drainage and Utilities - MacArthur Blvd. - Deforest Road to Denton Creek Drainage Channel. c. The names of the: 1. Contractor 2. Supplier 3. Manufacturer d. Identification of the product, with the Specification Section number and equipment tag numbers. e. Field dimensions, clearly identified as such. f. Relation to adjacent or critical features of the work or materials. g. Applicable standards, such as ASTM or Federal Specification numbers. ho Notification to the Engineer in writing, at time of submission, of any deviations in the submittals from requirements of the Contract Documents. i. Identification of revisions on resubmittals. j. An 8-inch x 3-inch blank space for Contractor and Engineer stamps. 01340-4 l .04 1.05 A. 1.06 A. Contractor's stamp, initialed or signed, certifying review of submittal, verification of products, field measurements and field construction criteria and coordination of the infor- mation within the submittal with requirements of the Work and of Contract Documents. Submittal sheets or drawings showing more than the particular items under consideration shall have all but the pertinent description of the item for which review is requested crossed out. ROUTING OF SUBMITTALS Submittals and routine correspondence shall be routed as follows: 1. Supplier to Contractor (through representative if applicable) for preliminary check. 2. Contractor to Engineer for general review or comment. 3. Engineer to Contractor. 4. Contractor to Supplier. ADDRESS FOR COMMUNICAT]ONS Engineer Carter & Burgess, Inc. ATTN: Phil Deaton, P.E. 7950 Elmbrook Drive, Suite 250 Dallas, Texas 75247 Telephone {214) 638-0145 REVIEW OF SUBMITTALS Review Time Allow a minimum of two (2) weeks for the Engineer's initial processing of each submittal requiring review and response, except allow longer periods where processing must be delayed for coordination with subsequent submittals. The Engineer will advise the Contractor promptly when it is determined that a submittal being processed must be delayed for coordination. Allow two weeks for reprocessing each submittal. Advise the Engineer on each submittal as to whether processing time is critical to progress of the work, and therefore the work would be expedited if processing time could be foreshortened. 01340-5 Engineer's A6tion Final Unrestricted Release. Work complies with Contract Documents, with the following marking: may proceed, provided it when a submittal is returned "Reviewed" Conditional Release. Work may proceed, provided it complies with the Contract Documents and the revisions indicated on the submittal are made, when a submittal is returned with the following marking: "Furnish as Corrected" Revision revisions submittal Requested. Work may not proceed. Make indicated to the submittal and resubmit the information, when a is returned with the following marking: "Revise and Resubmit" Rejection. Work may not proceed. Item submitted does not conform to the Plans and Specifications. Resubmit an item that does conform to the Specifications when a submittal is returned with the following marking: "Rejected" PART 2 - PRODUCT {Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 015:2201-32 01340-6 SECTION 01370 SCHEDULE OF VALUES PART I - GENERAL 1.01 CONTRACTOR COST BREAKDOWN Ao Immediately after being awarded a Contract for the Work, the Contractor shall furnish the Engineer with a breakdown of its lump sum Bid Items suitable for use in the preparation of progress estimates for the job. Such a breakdown shall tabulate quantities and the unit prices to be applied for the various features of the Work and shall be in sufficient detail as to permit its use in preparation of progress estimates. The cost breakdown shall not be unbalanced. B. Progress payment for materials on hand and equipment delivered for installation as a part of the work will be based on invoices. The Engineer will not approve a progress estimate for payment until a satisfactory cost breakdown for the Project has been submitted by the Contractor. END OF SECTION 016:2201-32 01370-1 SECTION 0]380 - CONSTRUCTION PHOTOGRAPHS PART I - GENERAL 1.01 DESCRIPTION Ao At a time directed by the Engineer, photographs shall be taken from a helicopter on or about the first day of each month showing the general condition of the work. An established commercial photo- grapher approved by the Owner shall be used. A representative of the Owner shall accompany the photographer. Construction photo- graphs shall be submitted along with progress payment request. Prints shall be in color, matte finish, commercial grade. A minimum of 12 views shall be taken each month but not less than that required to view the construction site in detail from all necessary angles or view points. Two 8x10 prints of each view shall be supplied to the Owner and one to the Engineer as soon as practical after the first day of each month. The Contractor shall furnish negatives so additional copies may be made at the Owner's expense, if he so chooses. Each photograph shall be indentified on the back {typed on label) with the name of Owner, Engineer, Contractor, the date the photograph was taken, direction which view is looking and a description of subject. A drawing of the area showing the location where photographs were taken shall be furnished. END OF SECTION 017:220]-32 01380-1 SECTION 01400 QUALITY CONTROl PART I - GENERAL 1.01 DESCRIPTION Specific quality control requirements for the work are indicated throughtout the Contract Documents. Quality control provisions for manufactured products are specified in indivdual work Sections. 1.02 CODES AND STANDARDS Testing shall be performed to meet the requirements of pertinent codes and regulations and with selected standards as specified elsewhere in the Specifications. 1.03 TEST REPORTS Test reports and related instruction shall be processed and distributed promptly to ensure necessary retesting and replacement of materials with the least possible delay in the work. 1.04 PAYMENT FOR LABORATORY TESTING SERVICES A. The Owner will employ and pay for initial testing unless otherwise specified. When initial tests indicate non-compliance with the Contract Documents, retesting shall be performed by the same testing laboratory at the Contractor's expense. Said expense shall be deducted from the next monthly partial payment statement. C. Inspection or testing performed exclusively for the Contractor's convenience shall be borne by the Contractor. Employment of a testing laboratory by the Owner in no way relieves the Contractor of his obligation to perform the work according to the Contract Documents. 1.05 MATERIAL TESTING Representatives of the testing laboratory shall have access to the work at all times, Facilities for access shall be provided in order that the testing laboratory may perform its functions properly. B. Testing Schedules The testing laboratory shall be consulted in advance to determine time required to perform tests and issue each of the findings. Required time shall be included within the construction schedule. 01400-1 1.06 When changes of the construction schedule are necessary, such changes shall be coordinated with the testing laboratory as required. All samples for testing, unless othewise provided elsewhere in these Specifications, shall be taken by the testing laboratory. All sampling equipment and personnel shall be provided by the testing laboratory unless otherwise specified. All deliveries of samples to the testing laboratory shall be performed by the testing laboratory unless otherwise specified. ACCESS The Contractor shall provide the Engineer and Testing personnel access to all areas for the purpose of conducting tests as specified. END OF SECTION 018:220]-32 01400-2 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART I - GENERAL 1.01 pESCRIPTION 1.02 A. Fo 1.03 A. The facilities and controls specified in this Section are considered minimum for the Project. After obtaining approval, the Contractor may provide additional facilities and controls which he considers necessary for proper execution of the work and to meet his responsibilities for protection of persons and property. BUILDINGS FOR CONTRACTOR The Contractor shall maintain a field office for his use at an Owner approved location on the jobsite during the entire period of construction. Plans, working drawings, and Contract Documents shall be maintained at this office at all times. Separate telephone service shall be installed and maintained at all times at the Contractor's Field Office. A minimum of two separate trunk lines and numbers shall be installed. The Contractor shall make all necessary arrangements with the telephone company for service and he shall pay all charges for temporary lines, poles, and installation for service during the construction period. Storage. Watertight storage facilities of suitable size with floor above ground level shall be provided for all materials susceptible to weather damage. Storage of other materials on blocks off the ground is acceptable. Materials shall be placed to permit easy access for inspection and identification. The Contractor shall provide all water, heat, air conditioning, sanitary, cleaning and other services as may be necessary for the duration of the Project. The Contractor shall bear the cost of all expense associated with the operation and maintenance of the Contractor's field office and other buildings at no additional expense to the Owner. UTILITIES Temporary Connection. All temporary connections for water, electricity, gas and other services needed to do the work including water for construction and domestic consumption shall be arranged by the Contractor. The cost of connection and use shall be paid for by the Contractor. 01500-1 Bo 1.04 ] .05 1.06 Water on the property of the Owner, but not in Denton Creek or Gateway Creek (Chain of Lakes) may be used for earthwork construction as approved by the Engineer. SANITATION Sanitary conveniences shall be provided and maintained to satisfy requirements of local or state health authorities, ordinances, and laws. Approval for location, secluded from public view, shall be obtained. Sanitary facilities shall be cleaned, deodorized and disinfected a minimum of once each day when construction is in progress. PROJECT SIGN Signs, other than those specified, will not be permitted on the Project site without approval. REMOVAL OF TEMPORARY FACILITIES AND CONTROLS Prior to the final inspection all temporary buildings, storage facilities, sanitary conveniences, and signs shall be removed. All temporary utility connections shall be disconnected. Unnecessary safety items and temporary controls shall be removed. All temporary roads and parking areas shall be removed or restored, as required. END OF SECTION 019:2201-32 01500-2 SECTION 01567 - POLLUTION CONTROl PART 1 - GENERAL 1.O1 AIR POLLUTION CONTROL Conduct operations in compliance with the requirements of Texas Air Control Board Regulation 1. 1.02 DUST CONTROL Limit blowing dust caused by construction operations by applying water or employing other appropriate means or methods to maintain dust control, subject to the approval of the Owner. 1.03 A. Bo Co .04 PROTECTION OF ADJACENT PROPERTY The bidders shall visit the site and note the buildings, landscaping, roads, parking areas and other plant facilities near the work site that may be damaged by their operations. The Contractor shall make adequate provision to fully protect the surrounding area and will be held fully responsible for all damages resulting from his operations. Dust, Fumes, Spray or Spills. Protect all existing facilities (indoors or out) from damage by the above hazards (indoors or out): Protect motors, bearings, electrical gear, instrumentation, and building or other surfaces from dirt, dust, welding fumes, paint spray, spills or droppings causing wear, corrosion, malfunction, failure or defacement by enclosure, sprinkling or other dust palliatives, masking and covering, exhausting or containment. Note particularly the need to keep all foreign matter out of all filters at all times. WATER POLUTION CONTROl The Contractor shall conduct his operations such to prevent the discharge into waterways of oils, chemicals, paints, silt, sewage, or other objectionable materials. This shall include the construction of protective dikes around fuel storage tanks. END OF SECTION 020:220]-32 01567-] SECTION 01570 TRAFFIC CONTROL PART I - GENERAL 1.01 SCOPE The Contractor shall provide the necessary warning signs, flagmen, lights and barricades for traffic control as specified below. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 A. 3.02 TRAFFIC CONTROL The Contractor shall not use any public road as a haul road except when removal of material from the Project Area to an off-site location or material from off-site sources is required to be brought to the Project Area as required by these Specifications. The safety of the public and the convenience of the traffic shall be regarded as of prime importance at all times during construction. It shall be the entire responsiblity of the Contractor to provide for traffic along and across public roads as well as for ingress and egress to private property. All lanes of traffic on all public streets shall remain open at all times. At night or otherwise, all equipment not in use shall be stored in such manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flagmen at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel. When directing traffic, flagmen shall use the standard attire, flags and signals and follow the flagging procedures set forth in "Instructions to Flagmen" published by the Texas State Department of Highways and Public Transportation. BARRICADES AND DANGER, WARNING AND DETOUR SIGNS The Contractor shall place and maintain in good condition, standard Texas Department of Highways and Public Transportation signs. All signs shall have a reflectorized surface. Signs remaining in place at night and all points of hazard to traffic shall be illuminated by lights between sunset and sunrise. Signs which refer to construction operations which do not apply after work has ended for the day, shall be moved to points that are not visible to traffic until construction is resumed. The term "lights", as used herein 01570-1 shall mean flares, flashers or both as determined by the Engineer. Upon completion of the work, all signs and evidence thereof shall be removed by the Contractor. All regulatory, warning and construction signing, both permanent and temporary, shall conform to size, shape, and application as stated in Texas Manual on Uniform Traffic Control Devices, 1980, with all current revisions. END OF SECTION 021:2201-32 01570-2 SECTION 01576 - CONSTRUCTION IN EXISTING OR PROPOSED PUBLIC RIGHT OF WAY PART 1 - GENERAL 1.O1 DESCRIPTION This Section governs the installation of drainage culverts, pipelines and other underground utilities within existing or proposed street right of way. 1.02 SCHEDULE PART 2 PART 3 3.01 A. 3.02 Within ten days after Notice to Proceed, submit a schedule to the Engineer indicating the expected dates of installation of all underground utilities to be placed within existing or proposed right of way. Notify the Engineer of any delays in the commencement or completion of work within public right of way as soon as the delay is evident. PRODUCTS (Not Applicable) EXECUTION EXCAVATION Existing Streets Pipelines and other underground utilities shall be installed under existing roadways by bore, jack or tunnel methods. Small pipes and conduits (less than 4 inches in diameter) may be installed without casing pipes. Larger pipes and conduits (4 inches and larger) shall be encased in a steel or ductile iron casing pipe. Installation methods and procedures shall be in accordance with the entity which owns the street under which utilities are being located. Proposed Steets Pipelines and other underground utilities to be installed under future or proposed pavement may be installed by open cut methods. BACKFILL Pipeline trenches installed beneath proposed streets or other pavement shall be backfilled and compacted in 6 inch lifts. Each lift shall be compacted to a minimum 95 percent of ASTM D 698 density or the requirements of the entity which owns the street under which utilities are being located, whichever requirements are more stringent. END OF SECTION 022:2201-32 01576-] SECTION 01670 - TESTING OF PIPELINE~ PART 1 - GENERAL 1.01 DESCRIPTION Furnish all labor, material, and equipment to hydrostatically test water lines installed in conjuction with this Contract. PART 2 - PRODUCTS 2.01 WATER FOR TESTING The Contractor shall provide water for testing. Water shall be clean, (not potable} free from settleable solids, noxious odors, and pollutants. Upon completion of hydrostatic test, water used for testing shall be disposed of by the Contractor. C. Water from Denton Creek shall not be used for testing. 2.02 PRESSURE GAUGE Pressure gauges utilized in pipeline test shall be calibrated within one month of the test. PART 3 - EXECUTION 3.01 TEST REOUIREMENTS Potable Water Lines. Potable water piping shall be hydrostatically tested as specified in North Central Texas Council of Governments, "Standard Specifications For Public Works Construction, North Central Texas," Item 6.7.3. 3.02 NOTIFICATION Notify the Engineer and City of Coppell, in writing, 48 hours prior to beginning any pipe testing. 3.03 REPORTS Provide a written report to the Engineer on each pipe test. The report shall include. A. Time and Date B. Pipeline Designation C. Location E. Leakage F. Result {Pass or Fail) 023:2201-32 END OF SECTION 01670-1 SECTION 01710 CLEANING AND ADJUSTING PART I 1.01 A. 1.02 A. B. - GENERAL RESPONSIBILITY The Contractor is responsible for cleaning and adjusting the work. If the Contractor fails to clean and adjust the work, the Owner may do so and charge the resulting costs to the Contractor. Detailed cleaning and adjusting requirements for specific trades or work are specified in Sections pertaining to that trade or work. REQUIREMENTS OF REGULATORY AGENCIE% Fire Protection. Volatile waste shall be stored in covered metal containers and removed from the premises daily. Pollution Control. Cleaning and disposal operations shall be conducted in compliance with local ordinances and antipollution laws. 1. Burying of rubbish and materials permitted. Burning is permitted 02227. on the Project site is not as provided for in Section Disposal of volatile fluid wastes and other chemical wastes in storm or sanitary sewer systems or into streams or waterways is not permitted. Safety Standards. The Project shall be maintained in accordance with insurance and safety standards. PART 2 - PRODUCTS (Not Applicable) PART 3 3.01 A. - EXECUTION DURING CONSTRUCTION The premises shall be maintained free from accumulations of waste material and rubbish. Waste materials, rubbish and debris shall not be allowed to accumulate and become unsightly or create a hazard. Containers shall be provided and located on site for collection of waste material, rubbish and debris. At reasonable intervals during progress of the work, waste material, rubbish and debris shall be collected and disposed of. Waste shall be handled in a controlled manner. 01710-1 3.02 A. 3.03 Waste materials, rubbish and debris shall be removed from the site and legally disposed of at public or private dumping areas off the Project site. FINAL CLEANING AND ADJUSTING All waste material and rubbish shall be removed from the Project Area, as well as all tools, construction equipment, machinery, surplus materials and temporary facilities. The premises shall be maintained in a clean condition until they are occupied by the Owner. ADJACENT AREAS Adjacent areas affected by the construction shall be cleaned or repaired to the Engineer's and Owner's satisfaction. END OF SECTION 024:2201-32 01710-2 SECTION 01720 PROJECT RECORD DOCUMENTS 1.01 DESCRIPTION 1.02 A. .03 A. Bo The Contractor shall maintain at the site for the Owner's permanent records one copy of: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other Modifications to the Contract 5. Engineer Field Orders or Written Instructions 6. Shop Drawings, Product Data and Samples 7. Field Test Records MAINTENANCE OF DOCUMENTS AND SAMPLES Documents and samples shall be stored in Contractor's field office apart from documents used for construction. Documents shall in good order. purposes. be maintained in a clean, dry, legible condition and Record documents shall not be used for construction Documents and samples shall be made available at all times for inspection by the Owner. RECORDING Each document shall be labeled "PROJECT RECORD" in neat large printed letters. Information shall be recorded concurrently with construction progress. 1. No work shall be concealed until required information is recorded. Drawings shall be legibly marked to record actual construction as follows: Depths of various elements of foundation in relation to finish slab datum. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 01720-I Oo 1.05 A. 4. Field changes of dimensions and detail. 5. Changes made by Field Order or by Change Order. 6. Details not on original Contract Drawings. Each Specification and Addenda Section shall be legibly marked to record: 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. SUBMITTALS At Contract close-out Record Documents shall be delivered to the Owner. Submittals shall be accompanied with transmittal letters in duplicate, containing: 1. Date 2. Project title and number 3. Contractor's name and address 4. Title and number of each Record Document 5. Signature of Contractor or his authorized representative END OF SECTION 025:2201-32 01720-2 SECTION 01750 WARRANTIES AND BONDS PART 1 1.01 A. - GENERAL PROJECT MAINTENANCE AND WARRANTY In addition to other warranties specified elsewhere in these Specifications. the Contractor warrants and guarantees that Work performed under this Contract meets the Contract requirements and is free of defect of equipment, material or design furnished or workmanship performed by the Contractor or any of his subcontractors or suppliers at any tier. Such warranty shall continue for a period of one year from the date of final acceptance of the Work. but with respect to any part of the Work which the Owner takes possession of prior to final acceptance, such warranty shall continue for a period of one year from the date of Substantial Completion. The Contractor shall also provide maintenance and other bonds as required by the City of Coppell. The Contractor shall, at his own expense, furnish all labor, materials, tools and equipment required and shall make such repairs and removals or shall perform such work or reconstruction as may be made necessary by structural or functional defect or failure resulting from neglect, faulty workmanship or faulty materials, in any part of the Work performed by him. Except as noted on the Drawings or as specified, structures such as embankments and fences shall be returned to their original condition prior to the completion of the Contract. Damage to facilities not designated for removal, resulting from the Contractor's operations. shall be repaired at no cost to the Owner. The Contractor shall be responsible for road and entrance reconstruction and repairs and maintenance of same for a period of one year from the date of such reconstruction. In the event the repairs and maintenance are not made immediately and it becomes necessary for the Owner of the road to make such repairs, the Contractor shall reimburse the Owner of the road for the cost of such repairs. In the event the Contractor fails to proceed to remedy the defects of which he has been notified within 15 days of the date of such notice the Owner reserves the right to cause the required materials to be procured and the work to be done, as described in the Contract Documents. and to hold the Contractor and the sureties on his Bond liable for the cost and expense thereof. END OF SECTION 026:2201-32 01750-1 DIVISION 2 SITEWORK SECTION 02010 SUBSURFACE INVEST)GAT)ON PART I - GENERAL 1.01 DESCRIPTION Ao The following soil investigation reports have been prepared by McClelland Consultants (Southwest), Inc. and are included in the Appendix section. 1. "Geotechnical Investigation, MacArthur Boulevard - Denton Creek Bridge, Vista Ridge, Lewlsville, Texas", September 14, 1987, Report No. 0987-0229. "Geotechnical Investigation, MacArthur Boulevard and Denton Tap Road Bridges, Lewisville, Texas," November 29, 1988, Report No. 0988-0163. Bo If the Contractor wishes to obtain additional copies of the soil investigation reports, he shall make his own arrangements through McClelland Consultants (Southwest), 10290 Monroe Drive, Suite 203, Dallas, Texas 75229, Tel. No. {214} 357-3801. Co Subsurface information was obtained solely for use in establishing design controls for the Project. The accuracy of this information is not guaranteed and it is not to be construed as part of the Contract Documents governing construction of the Project. Neither the Owner or Engineer accept any responsibility for the accuracy or completeness of said information. It is the Bidder's responsibility to inquire of the Engineer if additional information is available, to make arrangements to review same prior to bidding and make his own determinations as to all subsurface conditions. END OF SECTION 027:2201-32 02010-1 SECTION 02]02 - CLEARING AND GRUBBING PART ] - GENERAL ].01 DESCRIPTION Clearing and grubbing consists of removal and disposal of trees, stumps, brush, roots, vegetation, logs, rubbish, concrete debris, and other objectionable matter within the Project limits. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS Clear areas required for embankment construction and all classes of excavation as shown on the Drawings. Clear areas of stumps, brush, logs, rubbish, concrete debris, trees and shrubs, except such trees and shrubs and certain areas designated on the Drawings for preservation. Additional areas to be preserved may be designated by the Engineer or Owner during construction. Protect trees, shrubs and other landscape features specifically designated for preservation from abuse, marring or damage during construction operations. Parking and/or servicing of equipment under branches of trees designated for preservation will not be permitted. Trees and shrubs designated for preservation must be pruned as directed by the Engineer. Treat exposed cuts over 2 inches in diameter with an approved asphaltic material. Grub areas required for embankment construction and all classes of excavation. On areas required for excavation, remove all stumps and roots to a depth of at least 2 feet below the lowest elevation of the excavation. On areas required for embankment construction, remove all stumps and roots to a depth of at least 2 feet below the existing ground surface. Backfill and tamp all holes remaining to provide positive drainage. In areas to be immediately excavated, the Engineer may direct that the holes not be backfilled. C. Do not cut or deface timber outside the Project limits. 3.02 REMOVING MATERIAL Unless otherwise specified, cleared and grubbed material becomes property of the Contractor, to be removed from the work site. Burning of cleared and grubbed material on the Owner's property is permitted, providing permits and authorization are obtained by the Contractor from the City of Coppell and the Texas Air Control Board. END OF SECTION 028:2201-32 02102-1 SECTION 02200 - UNCLASSIFIED ROADWAY EXCAVATION PART 1 - GENERAL 1.01 DESCRIPTION A. General. Unclassified excavation shall consist of the required excavation within the limits of the roadways and excavation slopes associated with the roadways, unless otherwise designated as structural excavation, the removal and proper utilization or disposal of all excavated materials, and the constructing, shaping and finishing of all earthwork in conformity with the required lines, grades and typical cross sections. Excavation for the installation of drainage pipes and boxes, utilities, and bridge structures is not considered unclassified roadway excavation. See respective Sections for description of work. B. Definitions: Unclassified excavation: Excavation and grading of all materials that can be removed without drilling or blasting. Rock excavation: Rock material which cannot be removed without drilling or blasting. 1.02 QUALITY ASSURANCE Construction Standards: North Central Texas Council of Governments, "Standard Specifications For Public Works Construction, North Central Texas," hereinafter referred to as "NCTCOG Specifications." Compaction density test: As shown on the Drawings in accordance with the City of Coppell Subdivision Ordinance, Appendix A. C. Owner will hire an independent testing laboratory to conduct in-place moisture and density tests. Contractor to pay for retests of materials not passing initial tests. 1.03 SUBMITTALS A. Test reports for all materials which must be retested. 02200-I 1.04 A. JOB CONDITIONS The Drawings show the approximate location of all known underground utility lines and structures. The Contractor shall verify location of all existing utilities. Where pipes, ducts, and other structures are encountered but not shown on the Drawings, immediately notify the Engineer. The Contractor shall protect existing utilities from damage due to any construction activity. Damages to existing utilities shall be repaired at no additional expense to Owner. PART 2 - 2.01 A. PRODUCTS EOUIPMENT Only equipment used. that has been approved for this Project shall be PART 3 - 3.01 A. Do EXECUTION EXCAVATION Perform work to line and grade shown on the Drawings in accordance with Item 3.3 of NCTCOG Specifications. Excavate to the lines and grades indicated on the Drawings. Excess or over-excavation performed by the Contractor, unless specifically ordered in writing by the Engineer, shall be at the expense of the Contractor. Filling of such excess or over-excavation with specified materials shall be at the expense of the Contractor. Grades not otherwise shown on the Drawings shall be uniform levels or slopes between elevation points and conforming to adjacent graded areas. Remove topsoil within limits of excavation area and stockpile for use as top layer on excavated or embankment areas. Protect topsoil from other excavated materials. Stockpile sufficient quantity to cover areas to be grassed a minimum of 4 inches. Strip surface to maximum depth of 6 inches to remove topsoil, rubbish and vegetation not removed by clearing and grubbing operations, and other unsatisfactory material from foundation area of compacted fills. All excavation areas except areas over which structural work will be placed shall be made in such a manner as to permit all surfaces to be brought to final line and grade within plus or minus 0.1 foot. 02200-2 Fo Stockpile areas shall be cleared as specified. Material shall be placed in the stockpile area and sloped to provide positive drainage away from excavation areas. As necessary, roll with smooth or rubber-tired rollers to seal stockpile material from penetration by rainfall. Depleted stockpile areas shall be left in a neat and sightly condition and sloped to provide drainage away from structures. The cost of hauling material to the stockpile areas, placing and spreading of stockpile material and dressing the surfaces and providing drainage shall be included in the respective contract unit prices for compacted embankment, regardless of the source of the materials. Stockpiles shall be placed only in areas approved by the Engineer. The Contractor shall maintain and protect the embankment at all times until final completion and acceptance of all work under this Contract. Any material placed in the embankment which does not meet Specifications as to classification, quality or compaction shall be removed, disposed of, and replaced at the expense of the Contractor. The Contractor shall be required to remove at his own expense embankment material placed outside prescribed slope lines. Disposition of Excess Materials It is the intent of these Specifications that all suitable material from required excavation be utilized in construction of the various fills as shown on the Drawings. Additional areas to be filled may be designated by the Engineer during construction in order to utilize all suitable excavated material. Waste material shall be disposed of as directed by the Engineer. END OF SECTION 029:2201-32 02200-3 SECTION 02210 - £MBANKM~NT PART I - GENERAL 1.01 DESCRIPTION 1.02 A. B. Embankment shall consist of placement and compaction of all materials obtained from roadway excavation and borrow for roadway embankment and all other fills. .03 A. QUALITY ASSURANCF Construction minimum standards: NCTCOG Specifications. Compaction density test: As shown on the Drawings in accordance with the City of Coppell Subdivision Ordinance, Appendix A. C. Owner will hire an independent testing laboratory to conduct in- place moisture and density tests. Notify Engineer one week prior to work activity so that tests can be scheduled. Contractor to pay for retests of materials not passing initial tests. SUBMITTALS Test reports for all materials which must be retested. PART 2 2.01 A. - PRODUCT MATERIAL Source. Fill material shall be obtained from required excavation or Owner designated areas. Suitability· The best material available from excavation shall be used for fill. Suitability of fill material is subject to the Engineer's approval. Organic material shall not be allowed in earth fills. Quality. Fill material must be free of excessive silts. Soil containing brush, roots, sod or similar perishable or organic material shall not be used. 02210-! Surface layer. The top one (1) foot of fill material including four (4} inches of topsoil shall contain no shale materials and shall be suitable to support designated vegetation. Embankment under pavement. Do not place topsoil layer on areas designated under pavement or other concrete work. PART 3 - 3.01 A. B. EXECUTION CONSTRUCTION Perform work in accordance with Item 3.7 of NCTCOG Specifications. Do not place fill on frozen surface. Snow, ice or frozen earth shall not be incorporated in the fill. Properly prepare foundation prior to placing fill. 1. Strip surface of fill area to remove vegetation and other unsuitable material. 2. Scarify sides of stump holes, test pits and other similar cavities to provide bond between foundation and fill. 3. Fill depressions and scarify surface to maximum depth of six (6) inches. 4. Compact surface of foundation area. Spread fill in uniform horizontal layers over foundation area. 1. Maximum depth of layer before compacting is eight (8) inches. 2. Remove roots and debris from embankment as material is spread. 3. If surface of any layer becomes too smooth to bond properly with successive layers, loosen surface prior to placing next layer. Compact to g5 percent Maximum Dry Density within 3% of Optimum Moisture Content. Bring surface of embankment to plus or minus 0.1 foot of final line and grade as shown on Plans. END OF SECTION 030:2201-32 02210-2 SECTION 02223 - STRUCTURAL I[XCAVATION, BACKFILL AND COMPACT)ON PART 1 - GENERAL 1.01 DESCRIPTION Ao Bo Furnish all work, materials, equipment and related items required to remove all earth, rock, water and other materials to the extent required for the construction of the facilities shown on the Drawings; to prepare the subgrade or subbase for the foundation of the facilities; and backfill around the facilities to the lines and grades established on the Drawings. Related work specified elsewhere: 1. Structural concrete: Section 03310 1.02 QUALITY ASSURANCE Ao American Society for Testing and Materials (ASTM) and SDHPT: 1. C 136 2. D 423 3. D 424 4. TEX-115-E Part II 5. TEX-113-E Sieve or Screen Analysis of Fine and Coarse Aggregates. Test for Liquid Limit of Soils. Test for Plastic Limit and Plasticity Index of Soils. Field Method for Determination of In-Place Density of Soils and Base Materails by the Nuclear Method. Determination of Moisture-Density Relations of Soils and Base Materials. Should conflicts arise between specifications mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. Co Where a particular material or method is specified, no other material or method will be permitted, except as described in Section 01340. 1.03 Owner will hire an independent testing laboratory to conduct tests. Contractor to pay for retests of materials not passing inital tests. A. Test reports for any retested materials. PART 2 - PRODUCTS 2.01 MATERIALS A. Backfill Material. 02223-1 Ordinary Backfill. Good sound earth free from waste, rubbish, objectionable organic matter, large rocks, waste concrete, or other unstable or unsuitable material. Select Backfill. Non-expansive sandy clay, clayey sand, silty sand or clean sand with a maximum liquid limit of 35 percent and a maximum plasticity index of 20. Limits of backfill shall be as shown on Drawings. Select Sand Backfill. Granular sand material meeting the requirements of ASTM C-33, with the following gradation: Sieve Site % Passing 3/8 in. 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 PART 3 - 3.01 A. Bo The amount of deleterious substances in the select sand shall not exceed limits defined in ASTM C-33. The limits of select sand backfill shall be as shown on the Drawings. EXECUTION EXCAVATION Excavations shall be of such dimensions as to permit the construction of the work in the manner, shape and size shown on the Drawings. Excavation shall extend a sufficient distance from walls to allow for placing and removal of forms, installation of piping and inspection. Authorized Additional Excavation. Where the proposed subgrade material on which the foundation, footing or slab is to be placed is deemed unsatisfactory by the Engineer, carry the excavation to an additional depth specified by the Engineer and fill the excavation space with Class "A" Concrete. The additional excavation and Class 'A' concrete shall be paid for at the unit price per cubic yard set forth in the Bid Schedule 02223-2 Approved Additional Excavation. Upon written request by the Contractor, the Engineer may approve additional excavation. Carry the excavation to a depth approved by the Engineer, and fill the excavated space below the structure foundation with crushed stone. Such work shall be considered as a convenience to the Contractor and shall be done at no additional cost to the Owner. Unauthorized Excavation. Whenever the excavation is carried beyond or below the lines or grades shown on the Drawings, refill all such excavated space below the structure foundation with crushed stone. This work shall be done at no additional cost to the Owner. Material Storage. Stockpile excavated materials classified as satisfactory soil material where directed by the Engineer until required for backfill or fill. Place, grade and shape stockpiles for proper drainage. F. Blasting. Explosives shall not be used. Go 3.02 Shoring, Sheeting and Bracing. Excavations shall be properly shored, sheeted and braced as the nature of the ground may require to prevent shifting of material with possible damage to existing or uncompleted structures and attendant delay of work. DEWATER[NG Commencing sufficiently in advance of excavation, during the excavation period and as long thereafter as the condition of the work may require, provide and maintain in good operating condition such equipment as may be required to prevent all water from entering any excavation. This shall include, but is not limited to: surface water which would drain into the excavation; seepage water which would enter as a result of the excavation and high ground water table; and the water which could penetrate the excavation due to the anticipated piezometric head coupled with the removal of overburden, should the Contractor not lower the water table in advance of the excavation. Complete backfilling operations before dewatering operations are suspended. Water removed from the excavation shall be disposed of in such a manner as to prevent damage to adjacent property or to other work under construction. Damage of whatever nature caused by dewatering the work or failure to dewater the work satisfactorily shall be promptly repaired or remedied by the Contractor at his own expense. Provision shall be made for the satisfactory disposal of water pumped from excavations so as to prevent damage to public or private property. In all cases, accumulated water'in the excavation shall be removed before placing any concrete or backfilling. After they have served their purpose, remove all temporary protective work at a satisfactory time and in satisfactory manner. All diversion channels and other temporary excavation shall be cleaned out, backfilled and processed under the same specifications as those governing the backfill. 02223-3 3.03 A. 3.04 A. Materials. Materials for backfilling around structures shall be accordance with the following schedule, and as shown on the drawings: Bridge abutments, wingwalls, sidewalk seat wall, and retaining walls: Select Sand Backfill. 2. Channel Slopes at MacArthur Bridge: Select Backfill. 3. Approach Slab Base Material: 12" of Select Sand Backfill. Placement of Backfill 1. Concrete in walls shall have attained the required 28-day compressive strength before any backfill is placed. 2. Ordinary backfill shall be placed at a moisture content slightly higher than optimum moisture. It shall be placed in layers a maximum of twelve {12) inches deep compacted to a density of 95 percent of the maximum dry density in accordance with TEX-114-E. Select backfill shall be brought uniformly around the struc- ture in horizontal layers of uniform thickness such that after consolidation the layers are not greater than 12 inches in thickness. Moisten and compact the material to a density of at least 95 percent of the maximum dry density as determined in accordance with TEX-II4-E. Add successive layers in the same manner until the backfill reaches the lines and grades shown on the Drawings. Remove all sheeting, shoring or bracing in such a manner as to prevent caving in of the bank or disturbance of adjacent areas of structures. Density of backfill in place shall be determined in accordance with TEX-115-E, at the Owners expense. Backfill that fails the density tests will be retested at the Contractor's expense. Backfilling behind all walls shall be done with hand-operated tampers or light compaction equipment. Heavy compaction equipment shall not be used closer than 6 feet from the wall. EXISTING UTILITIES Locate existing underground utilities in the areas of work. Provide adequate means of protection during excavation operations. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult the utility owner immediately 02223-4 for directions. Cooperate with the Owner and public and private utility companies in keeping their respective services and facilities in operation. Repair damaged utilities to the satisfaction of the utility company. Do not interrupt existing utilities except when permitted in writing by the user, and only after temporary utility services have been provided. END OF SECTION 013:2201-82 02223-5 unless otherwise specified. Sources and Evaluation Testing. Materials to be used for embedment and granular material to be used for select backfill shall be obtained in accordance with a sampling plan and ASTM D 75, Sampling Aggregates. Testing of materials to certify conformance with the 1.03 A. PART 2 2.01 A. B. C. D. Eo 2.02 Specification requirements shall be performed by an independent testing laboratory paid by the Contractor. Contractor's testing agency shall perform tests upon change of source and at sufficient intervals to certify conformance of all select material furnished for use on this Project. SUBMITTALS Contractor's reports on suitability of materials for embedment and granular materials. - PRODUCTS MATERIALS FOR EMBEDMENT OF PIPE Crushed Stone Embedment: Crushed rock as shown on the Plans and in accordance with NCTCOG Specifications Item 2.1.8. {a}, Grade 4. Granular Material: As shown on the Plans and in accordance with NCTCOG Specifications Item 2.1.8.(b). Sand: As shown on the Plans and in accordance with NCTCOG Specifications Item 2.1.8 (f). Select Material: Non-expansive sandy clay, clayey sand, silty sand or clean sand with a maximum liquid limit of 35 percent and a maximum plasticity index of 20. Limits of backfill shall be as shown on the Plans. Native Material: Excavated material may be used in the trench backfill as indicated on the Drawings, provided that all hard rock and stones having any dimensions greater than six (6} inches in diameter, and all frozen earth, debris and roots larger than two (2} inches are removed. Native material must be approved by the Engineer. Fine Crushed Rock: As shown on the Plans and in accordance with NCTCOG Specifications Item 2.1.8. (a). CLASS A CONCRETE FOR EMBEDMENT AND ENCASEMENT Concrete embedment and encasement shall have a minimum compressive strength of 3,000 pounds per square inch at 28 days in accordance with Division 3 of these Specifications. Dry mix will not be permitted. The concrete cushion portion of the embedment or encasement shall be mixed moist or damp to give a slump of not more 02225-2 than one (1) inch. Concrete for the sides and top, if specified, shall be mjxed to obtain a slump of not less than one {1) inch nor more than three (3) inches, and shall be placed after the concrete used for cushion portion of the embedment or encasement sets up. PART 3 - EXECUTION 3.0] CONSTRUCTION - GENERAL A. Construct to line and grade as indicated. Construct in accordance with Item 6.2 of NCTCOG Specifications. 3.02 TRENCH EXCAVATION Topsoil. Topsoil and grass shall be stripped a minimum of six (6) inches over the trench excavation site and stockpiled separately for replacement over the finished grading areas. B. Excavation. Trenches shall be excavated to the lines and grades shown on the Drawings with the centerline of the trenches on the centerline of the pipes. The sides of all trenches shall be vertical to a point one foot above the top of the pipe. Unless otherwise indicated on the Drawings, the trench width shall be eual to the sum of the outside diameter of the pipe plus 2 feet, within a tolerance of plus/minus 3 inches. This distance will be measured at an elevation in the trench which is 12 inches above the top of the pipe when laid to grade. Wherever the prescribed maximum trench width is exceeded, the Contractor shall use the next higher class (load factor) of embedment or encasement for the trench width as actually cut, at no additional cost to the Owner. o The trenches shall for the placement Drawings. be excavated to the required depth allowing of pipe bedding to the thickness shown on the Should the bottom of the trench become an unstable foundation for the pipe through the failure of the Contractor to adequately perform, the Contractor shall remove the unstable material and fill the trench to the proper subgrade with crushed rock. No extra compensation will be allowed for this material or work. Should the trench be inadvertently excavated to a greater depth than necessary, crushed rock fill to the proper subgrade shall be provided at no additional cost to the Owner. Should the undisturbed material encountered at the grade depth constitute, in the opinion of the Engineer, an unstable foundation for the pipe, the Contractor shall be required to remove such unstable material and fill the trench to the proper 02225-3 3.03 A. Bo Do 3.04 A. Bo subgrade with crushed rock. Payment will be made to the Contractor at the unit price per cubic yard set forth in the Bid Schedule. During excavation, the exact location of existing underground installations shall be determined by the Contractor and when uncovered, proper precautions and supports shall be provided so as not to interrupt existing service. When excavations are made near other utilities, structures, roadways, or other improvements such that damage to these items is possible, the Contractor shall take those precautions necessary to ensure that these items are protected during the time that the excavation is open, so as not to interrupt existing service. TRENCH SAFETY In caving ground or in wet, saturated or flowing or otherwise unstable materials, the sides of all trenches and excavations shall be adequately sheeted and braced, or the trench slopes shall be laid back, to maintain the excavation from slides or cave-ins and to provide safety for workmen. In all cases, excavation shall as a minimum conform to the requirements of the Occupational Safety and Health Administrations's (OSHA) standards for trench safety. Copies of geotechnical reports may be obtained for this project as indicated in Section 02010 for the Contractor's use in the design of the trench safety system. The Contractor shall review the information and familiarize on-site personnel with conditions as shown on the logs. Subsurface conditions between locations shown on the logs will vary and it is the Contractor's responsibility to detect varying conditions which may be hazardous and take appropriate action. Sheetings and shoring shall not be left in place unless its removal is determined impractical by the Engineer. DEWATERING EXCAVATIONS There shall be sufficient pumping equipment, in good working order, available at all times to remove any water that accumulates in excavations. Where the pipe line crosses natural drainage channels, conduct work in such a manner that unnecessary damage or delays will be prevented. Provide for the satisfactory disposal of surface water pumped to prevent damage to public or private property. In all cases, remove accumulated water in the trench before laying pipe, placing bedding or concrete, or backfilling. Water may be discharged directly to Denton Creek provided that such discharge does not interfere with activities being performed by others. Points of discharge shall be approved by the Engineer. Silt or other material deposited in Denton Creek as a result of dewatering 02225-4 3.05 3.06 A. Ce De 3.07 A. activities shall be removed and disposed of as directed by the Engineer at no additional cost to the Owner. EXCAVATED MATERIALS Place excavated material adjacent to the work to be used for backfilling as required. Place top soil separately in a careful manner to replace over the finished grading areas. ~MBEDMENT OF PIPE The embedment shall be as indicated on the Drawings. The initial layer of embedment placed to receive the pipe shall be brought to grade and dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade by tamping, or by removal of the slight excess amount of embedment under the pipe. Adjustment to grade line shall be made by scraping away or filling with embedment material. Wedging or blocking up of pipe will not be permitted. Each pipe section shall have a uniform bearing on the embedment for the length of the pipe, except immediately at the joint. All embedment and/or encasement shall extend the full width of the trench bottom. After embedment has been placed, joints made and inspected, and sufficient time has passed to prevent damage to the embedment or joints, backfill shall be placed to a depth of 12 inches over the top of the pipe or as shown on the Drawings. Trenches shall be mechanically tamped in layers not exceeding 12 inches in thickness of loose fill approximately equal on each side of the pipe. The first layer shall not extend above the spring line of the pipe. When necessary, backfill materials shall be moistened to facilitate compaction by tamping. Where shown on the Plans, pipe shall be backfilled with Sand to a height of 12 inches over the top of the pipe, or as shown on the Drawings. Bring up backfill in mechanically tamped lifts not exceeding six (6) inches in thickness, approximately equal on each side of the pipe. All embedment and backfill to 12 inches above the pipe shall be compacted as shown on the Drawings. CONCRETE EMBEDMENT AND ENCASEMENT After pipe joints are completed, embedments at the joints shall be brought to proper grade to fill any voids. Where concrete is placed over or along the pipe, it shall be placed in such a manner as not to damage the joints or displace the pipe. Free-fall of concrete shall not exceed five (5) feet. While placing concrete embedment and until the concrete sets up, each pipe shall be properly braced and held to grade so as to prevent any possible shifting or floating of the pipe. No cleavage line between the base concrete and the side or top 02225-5 3.08 A. Bo concrete shall be allowed. Backfilling shall be done in a careful manner and at such time after concrete embedment or encasement has been placed as not to damage the concrete in any way. Backfill placed over concrete embedment, encasement, cradle, or block shall not be placed until the concrete has set up to such an extent that backfill operations will not damage the concrete. FINAL BACKFILL PLACeMeNT From 12 inches above the top of the pipe, or as shown on the Drawings, the trench shall be backfilled with Native Material from the excavation, unless otherwise shown on the Drawings, placed in mechanically tamped lifts not exceeding six (6} inches in thickness. No appreciable weight of any sort, other than backfill, shall be allowed on the pipe until it has been covered to such a depth that damage to the pipe or joints will not occur. The top six (6} inches shall be free from rock. Dispose of excavated material which is unsuitable for backfilling and excess material in accordance with Section 02227. Surplus soil may be neatly distributed and spread on the right-of-way which shall be left in a clean and sightly condition. Remove surplus rock from the trenching operations from the site. The Owner may require surplus soil to be hauled to a designated waste area. Method of Consolidation. The final backfill material shall be compacted by mechanical tampers, rollers or by other means to provide the compaction required. All final backfill from 12 inches above the top of pipe shall be compacted as shown on the Plans. Such material shall be tested and approved by the Engineer before continuing. The initial test section shall be a minimum of 100 lineal feet. Material not meeting required Specification shall be removed and replaced at no additional cost to the Owner. Where construction enters the limits of State or County right-of- way, the special requirements of these agencies with respect to backfilling shall be complied with. END OF SECTION kn:O2774DS 2201-32 02225-6 SECTION 02227 - WASTE MATERIAL DISPOSAL PART 1 - GENERAL 1.01 DESCRIPTION Dispose of waste soils, materials which are in permanent work. cleared and grubbed materials and all excess of or are unsuitable for use in the PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 DISPOSAL OF CLEARED AND GRUBBED MATERIALS Dispose of the cleared and grubbed materials by burning or by other satisfactory methods. At no time shall fire be un- attended, and the Contractor shall be responsible for damage occasioned by such fires. Disposal of materials in streams will not be permitted. Do not pile materials in stream channels or along the banks where it might be washed away by flood. Timber and other cleared and grubbed materials within the areas cleared shall become the property of the Contractor. The Contractor may cut, trim, hew, saw or otherwise dress felled timber within the limits of the work area, provided all timber and all waste materials are disposed of as specified. 3. Contractor shall dispose of existing wood or brush piles located along the rights-of-way of proposed streets. All fence material removed within the areas to be cleared shall become the property of the Contractor and shall be removed from the jobsite. o The Contractor shall obtain the necessary permits and authori- zations from the Texas Air Control Board and City of Coppell. 3.02 DISPOSAL OF WASTE SOIL Dispose of excavated materials which do not meet Specifications for use as backfill or embankment or other required fills off the Project site. Material from stripping which is suitable for use as topsoil shall be stockpiled in sufficient quantity to provide not less than four inches of topsoil on areas requiring sprigging and seeding or seeding only. END OF SECTION 033:2201-32 02227-1 SECTION 02270 SEEDING FOR EROSION CONTROL Part 1 1.01 A. GENERAL DESCRIPTION Scope of Work. This Section includes seeding for permanent erosion control including placing of topsoil, tilling, smoothing, fertilizing, seeding, mulching, and watering the areas indicated to be seeded on the Drawings. Also included is seeding for temporary erosion control. Temporary erosion control shall be required when fill or excavation areas are completed during a period of the year which is not within the specified allowable planting season for the seeding of Bermudagrass. Inspection and Tests. Fertilizer. Furnish the Engineer duplicate copies of invoices for all fertilizers used on the Project. Invoices for fertilizer shall show the grade furnished. Each lot of fertilizer shall be subject to sampling and testing in accordance with the Texas Fertilizer Law. Sampling shall be in compliance with the official methods of the Association of Official Agricultural Chemists. Sampling and testing will be performed by an independent testing laboratory approved by the Owner. Samples and tests revealing material which does not meet specified requirements shall be at the Contractor's expense. Samples and tests revealing material which meets the specified requirements will be at the expense of the Owner. Seed. Furnish the Engineer duplicate signed copies of a statement from the seed vendor certifying that each container of seed delivered is fully labeled in compliance with the Texas Seed Law and is at least equal to the Specification require- ments. This certification shall appear on or with all copies of invoices for the seed. Each lot of seed shall be subject to sampling and testing. Sampling and testing shall be in com- pliance with the latest rules and regulations under the Texas Seed Law. Sampling and testing will be performed by an inde- pendent testing laboratory approved by the Owner. Samples and tests revealing material which does not meet specified require- ments shall be at the Contractor's expense. Samples and tests revealing material which meets the specified requirements will be at the expense of the Owner. Grassing of Individual Subareas. Seeding of any area shall not commence until the Engineer has verified that the area has been cut or filled to the finished grade shown on the Drawings and the Engineer has given written notice to proceed with grassing operations. 02270-1 PART 2 2.01 2.02 2.03 A. PRODUCTS FERTILIZER Fertilizer shall be of standard grade, pelleted, uniform in com- position, freeflowing, and suitable for application with standard equipment. The fertilizer shall comply with the applicable State fertilizer laws and shall be delivered in bags or other convenient containers, each fully labeled and bearing the name, trademark and warranty of the producer. Fertilizer applied during the initial planting of Bermudagrass shall have an analysis of 16-16-6. Ferti- lizer used in the second application shall have an analysis of 21-0-0. The figures in the analysis represent the percent of nit- rogen, phosphoric acid, and potash nutrients respectively as deter- mined by methods of the Association of Official Agricultural Chem- ists. Fifty percent or greater of the nitrogen required shall be in the form of nitrate nitrogen. The remaining nitrogen may be in the form of urea nitrogen. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be pelleted or granulated fertilizer with a lower concentration, but the total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. Fertilizer shall be stored at a location where it will not come in contact with any runoff. WATER Water shall be fresh and free from injurious amounts of oil, acid, alkali, salts, or other materials harmful to the growth of grass. SEED All seed shall meet the requirements of the Texas Seed Law including labeling requirements for showing pure live seed {PLS = purity x ger- mination), name and type of seed. All seed shall be treated with a fungicide; additionally, all legumes shall be innoculated. Seed which has become wet, moldy or otherwise damaged in transit or storage will not be acceptable. Seed shall comply with the following Specifications: The seed for permanent erosion control shall be Bermudagrass (Cynodon dactylon) and shall be new crop seed, free of other weed seed to the limits allowable under the Texas Seed Law. lhe seed shall be hulled and have a germination and purity that will produce a pure live seed content of not less than 75 percent. Each standard container of seed shall bear the date of the last germination test, which shall be within a period of nine months prior to the date of use. 02270-2 2.04 2.05 The seed for cool season temporary erosion control shall be annual Rye (Lolium multiflorum), Sudangrass (Sorghum Vulgate var. sudanese) or Harry Vetch (Vicia villosa) or other cool season plant seeds as approved by the Engineer. MULCH Mulch shall be locally obtained hay free of Johnsongrass or other noxious weeds or foreign materials. TOPSOIL Topsoil shall be suitable material as specified in Section 02200. All shall receive 4 inches of topsoil. obtained from stripping operations areas to be seeded and/or sprigged PART 3 3.01 3.02 EXECUTION SMOOTHING Smooth only areas planting operations of fertilizer. that have become gullied to such an extend that would be difficult. Smooth prior to appliciation TILLING Till entire area to provide a seed bed for seeding. Accomplish tilling prior to the distribution of seeds. Tilling shall be a separate operation from seeding. Till to a depth of not less than three inches. Perform tilling in such a manner that no objectionable roughness or cloddishness exists prior to planting operations. Perform tilling parallel to the embankment. 3.03 SEEDING FOR PERMANENT EROSION CONTROL Seed only during periods when satisfactory results are likely to be obtained. When conditions are such, by reason of drought, excessive moisture or other factors, that results are not likely to be satis- factory, discontinue work and resume it only when the specified results are likely to be obtained. Uniformly broadcast or drill hulled Bermudagrass seed on areas to be seeded at the pure live seed rate of twenty pounds per acre. Plant Bermudagrass seed immediately following compaction and smoothing and prior to watering. Where a cyclone seeder is used, cover the seed by light harrowing or by rolling with a cultipacker. Plant seed to a depth of one-fourth (1/4) to one-half (1/2) inch. 02270-3 3.04 MULCHING Uniformly cover seeded areas with mulch at the rate of approximately 1-1/2 to 2 tons of hay per acre. Mulching machine shall be equipped to inject tacking agent into the hay uniformly as it leaves the equipment at a rate of 0.05 to 0.10 gallon of tacking agent per square yard of mulched area. If tacking agent is placed by hand, then the rate of application shall be approximately 0.15 gallon per square yard. Anchor mulch by rolling with a dull disc plow, positioned for minimum tillage, or by other suitable means. If initial placement of mulch obtains satisfactory anchoring, rolling with the disc will not be required. 3.05 APPLICATION OF FERTILIZER 3.06 A. Broadcast the initial application of fertilizer uniformly over the areas at the rate of 500 pounds per acre of 16-16-6. Application of fertilizer shall not precede tillage more than 24 hours. Broadcast fertilizer with a fertilizer distributor or by hand. All areas shall be refertilized three months after the first application of ferti- lizer. Refertilize at the rate of 250 pounds per acre of 21-0-0 fer- tilizer. WATER)NG AND MAINTENANCE Apply water to the seeded areas after mulching. Apply water using portable pipe or hose lines with rotating sprinklers within 24 hours after covering the seeds. Sprinkling may be done with water trucks and hoses in certain locations where it is impractical to use portable lines or hoses. Supervise sprinkling to prevent runoff of water. The Contractor shall furnish all pumps, hoses, pipe lines, water trucks and sprinkling equipment required. Water shall be furnished by the Contractor. No water shall be obtained from Denton Creek. The Contractor shall water as required and maintain the seeded areas, including mowing as required, replacing topsoil and reseeding eroded areas, until the specified coverage is obtained and for a period of one year as specified in Section 01750 of these Specifications. 3.07 SEEDING FOR TEMPORARY EROSION CONTROL When specified, shown on the Drawings or directed by the Engineer, seeding for temporary erosion control of areas to receive permanent erosion control shall be performed, lhis work shall consist of sowing of cool season plant seeds as specified. Temporary erosion control measures shall be performed in addition to seeding of Bermudagrass for permanent erosion control as specified. The areas receiving temporary erosion control shall be prepared in accordance with the same procedures as areas receiving permanent erosion control. The pure live seed of the cool season plants, planted per acre and the planting season shall be as follows: 02270-4 P1 ant ing Rate (1) Season Annual Rye 30 8/15 - 9/30 Sudangrass 40 4/1 - 5/15 Harry Vetch 20 9/1 - 10/1 Other cool season plant seeds (2) (2) (1) lbs. of pure live seed per acre (2) as recommended by Dallas County Agricultural Extension Service and approved by the Engineer 3.08 OVERSEEDING 3.09 On or about June 1, the entire area which has previously been grassed in cool season plants shall be overseeded with Bermudagrass as specified. Apply Bermudagrass seed at the minimum rate of 20 lbs. per acre to the entire grassed area with a cyclone type spreader. The entire grassed area shall be reseeded if apparent weak spots show up as the cool season grass dies out in the summer months. COVERAGE These Specifications are given for guidance only and shall serve as minimum requirements. The Contractor shall do whatever is necessary, including seeding, watering, fertilizing, mowing and maintenance, etc., to provide the required coverage until acceptance by the Owner. The required coverage of Bermudagrass shall be a minimum of 95% coverage with no individual bare area larger than 4 square feet. END OF SECTION 034:2201-32 02270-5 - SECTION 02360 - DRILLED PIERS PART 1 - GENERAL 1.01 A. 1.02 A. 1.03 A. B. C. DESCRIPTION Scope. Furnish all labor, materials, tools, equipment and related items required to drill, install reinforcing and place concrete for drilled piers shown on the Drawings. Related work specified elsewhere: 1. Reinforcing steel: Section 032]0 2. Structural concrete: Section 03310 QUALITY ASSURANCE Construction Standards: lexas State Department of Highways and Public Transportation, "Standard Specifications for Construction of Highways, Streets and Bridges." Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of State Specifications shall apply. Owner will hire an independent testing laboratory to conduct tests: 1. Concrete slumps and strengths. Refer also to Section 03310. 2. Inspect stratum and determine suitability of foundation materials, prior to placement of concrete. Contractor to pay for retests of material not passing initial tests. Notify Engineer 24 hours prior to excavation and construction of drilled shafts to allow for inspection. SUBMITTALS Manufacturers technical Concrete mix designs. data or certificates for all materials. Refer also to Section 03310. Test reports for any retested materials. 02360-1 PART 2 - PRODUCTS 2.01 A. B. MATERIALS Reinforcing steel: Section 03210 Structural concrete: Section 03310 1. Concrete for Drilled Piers shall be Class "C" with a minimum 28- day compressive strength of 3600 psi. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Construction of drilled pier foundations shall be in accordance with Item 416 of State Specifications except as noted below: 1. Article 416.1 Delete second paragraph. 2. Article 416.3(1) Excavation. Delete sixth paragraph and replace with the following: The inside diameter of the casing shall be of sufficient size to allow a 24-inch or 30-inch auger to pass completely through it. The upper portion of the shaft may be oversized. 3. Article 416.6 and 416.7. Delete sections in their entirety. END OF SECTION 002:2201-82 02360-2 SECTION 02501 - FLEXIBLE BASE PART I - GENE~L 1.01 DESCRIPTION A. General: Furnish all labor, materials, tools, equipment and services for flexible base foundation course for surface course or base course as indicated on the Drawings, in accordance with Contract Documents. 2. See Division 1 for General Requirements. 1.02 QUALITY ASSURANCE Ao Construction minimum standards: Texas State Department of Highways and Public Transportation, "Standard Specifications for Construction of Highways, Streets and Bridges," hereinafter referred to as "SDHPT Specifications." Bo Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Co Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340 but the balance of SDHPT Specifications shall apply. D. Compaction density: Texas SDHPT Test Method Tex-l13-E. ].03 SUBMITTALS A. Certifications that materials comply with Specifications. PART 2 - PRODUCTS 2.01 MATERIALS A. Materials shall be crushed or uncrushed as necessary to meet requirements specified, and shall meet the requirements of Item 248 of SDHPT Specifications. B. Flexible base to be Type A, Grade 1. 02501-1 PART 3 - EXECUTION 3.01 CONSTRUCTION A. Bo On properly prepared subgrade, place shown on Drawings in accordance Specifications. Compact to 95 percent Maximum Dry Density. END OF SECTION flexible base to thickness with Item 248 of SDHPT 035:2201-32 0250]-2 SECTION 02502 - LIME TREATED SUBGRADF PART I - GENERAL 1.01 DESCRIPTION A. General 1.02 A. B. 1.03 A. Furnish all labor, materials, tools, equipment and services to treat, mix and compact subgrade as indicated on the Drawings. 2. See Division 1 for General Requirements. QUALITY ASSURANCE Construction minimum standards: NCTCOG Specifications. Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of NCTCOG Specifications shall apply. Compaction density: As shown on the Drawings in accordance with the City of Coppell Subdivision Ordinance, Appendix A. SUBMITTALS Manufacturer's technical data or certificates for all materials. PART 2 - PRODUCTS 2.01 MATERIALS A. Lime for subgrade stabilization shall be in accordance with Item 4.6 of NCTCOG Specifications. ]. Use Type B, Commercial Lime Slurry, Grade 2. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Prepare a complete course of treated material containing a uniform lime mixture to line and grade as indicated on the Drawings and in accordance with Item 4.6 of NCTCOG Specifications. 02502-1 Bo Apply percent lime by weight to subgrade base as indicated on Drawings. Compact treated subgrade under density control as indicated on the Drawings in accordance with the Coppell Subdivision Ordinance, Appendix A. END OF SECTION 036:2201-32 02502-2 SECTION 02513 - ASPHALTIC CONCRETE VEHICULAR PAVING PART I - GENERAL 1.0] DESCRIPTION A. General: Furnish all labor, materials, tools, equipment and services for all asphaltic concrete vehicular paving for roads, parking areas and other incidental structures as indicated, in accord with provisions of Contract Documents. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. 3. See Division 1 for General Requirements. 1.02 QUALITY ASSURANCE A. Construction minimum standards: SDHPT Specifications. Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Immediately nofity Engineer of conflict. Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of SDHPT Specifications shall apply. D. Owner will hire an independent testing laboratory to conduct tests: 1. In-place moisture and density tests. 2. Asphaltic concrete mix reports. 3. Contractor to pay for retests of material not passing initial tests. ].03 SUBMITTALS A. Certifications that materials comply with Specifications. PART 2 - PRODUCTS 2.01 MATERIALS A. Asphaltic concrete: described below. In accord with SDHPT Specifications and as 02513-1 B. Flexible base: In accord with Section 0250! - Flexible Base. PART 3 - EXECUTION 3.01 VEHICULAR PAVING CONSTRUCTION A. Construct to line, grade and typical section as indicated. 1. Proof roll subgrade prior to placing base course. Repair subgrade as required. 2. On properly compacted subgrade, install a 6-inch compacted layer of flexible base material, in accord with Section 02501. Spread a prime coat uniformly on compacted base material at rate of 0.5 gallons per SQ YD in accord with Item 310 of SDHPT Specifications. On prime coat, install a 4-inch compacted layer of hot mix asphaltic concrete base course, Type A, in accord with Item 340 of SDHPT Specifications. Spread a tack coat uniformly on compacted hot mix asphaltic concrete base course at a rate not to exceed 0.05 gallon per square yard of surface in accord with Item 340 of SDHPT Specifications. 6. Install a 2-inch surface course, Type D, in accord with Item 340 of SDHPT Specifications. Construct in accord with SDHPT Specifications and Asphalt Institute standards. C. Tolerance of finished grade: elevations. 1/8 inch in ten feet from required Contractor to make all necessary utility adjustments so that utility covers remain at grade and accessible. END OF SECTION 037:2201-32 02513-2 SECTION 02515 - CONCRETE PAVING, CURBS AND SIDEWALKS PART 1 - GENERAL 1.01 DESCRIPTION A. General: 1. 1.02 A. B. 1.03 A. Furnish all labor, materials, tools, equipment, and services for concrete paving, curb, gutter and sidewalks, as indicated, in accord with provisions of Contract Documents. Completely coordinate with work of all other trades. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. 4. See Division 1 for General Requirements. QUALITY ASSURANCE Construction minimum standards: NCTCOG Specifications. 3. Contractor tests. SUBMITTALS Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of NCTCOG Specifications shall apply. Owner will hire an independent testing laboratory to conduct tests: In-place moisture and density tests. Concrete strengths. to pay for retests of material not passing initial Manufacturer's technical data or certificates for all materials. B. Concrete mix reports from plant. 02515-1 PRODUCTS PART 2 - 2.01 A. C. D. E. MATERIALS Concrete for combined curb Specifications. vehicular pavements, sidewalks, curb, gutter or and gutter shall be in accord with Item 5.8 of NCTCOG Vehicular paving for thoroughfare paving. Concrete mix shall have a minimum 28-day compressive strength of 3000 psi. All hand-pours and irregular sections shall contain a minimum of 6 sacks of cement per cubic yard. 3. All concrete mixes shall contain crushed rock aggregate. 4. Fly ash will not be permitted for concrete pavement mixes. 5. Concrete for median paving shall attain a minimum 28-day compressive strength of 2000 psi. 6. Concrete for sidewalks shall attain a minimum 28-day compressive strength of 2500 psi. Expansion joint filler: As shown on the Drawings. Welded wire fabric: ASTM A 82 and ASTM A 185. Reinforcing steel: ASTM A 615, Grade 40. Dowels, load transfer devices, tie bars, etc.: ASTM A 615, Grade 60. Joint sealant: As shown on the Drawings. PART 3 - 3.01 A. 3.02 A. EXECUTION CONSTRUCTION o GENERAL Construct to line and grade as indicated. Construct in accord with Items 5.8, 8.2, 8.3, 8.4, 8.5 and 8.8 of NCTCOG Specifications. CONCRETE VEHICULAR PAVING On properly compacted subgrade, install 8 in. layer of concrete with 3/8 in. diameter reinforcing steel bars centered in layer spaced at 2 ft. centers each way. Bar laps shall be minimum of 30 bar diameters. Finish with broom finish. Provide expansion joints, longitudinal and transverse dummy joints in locations indicated on Drawings. Fill with sealant. 02515-2 D. E. F. 3.03 A. B. 3.04 A. C. D. E. 3.05 A. Contractor shall place curb integral with concrete paving: Depress curb for curb ramp as indicated. Where pavement is shown to stop on Plans, Contractor to provide clean break to permit future extension of pavement. Provide concrete header as indicated. No additional compensation will be paid for pavement thickening at intersections designated for concrete paving units. SEPARATE CONCRETE CURB AND GUTTER Construct to limits and dimensions as indicated. Provide transverse dummy joints at 10 ft. on centers (maximum with metal templates or saw cutting. 1. Saw cut depth to be 1/4 of gutter depth. 2. Cut gutter, top and face of curb. Provide expansion joints, 3/4 in. at 100 ft. on centers (maximum). Do not seal joints. Reverse gutter slope when drainage is directed away from curb. All dimensions are to face of curb, where vertical face meets gutter line. Depress curb for curb ramp as indicated. REINFORCED CONCRETE SIDEWALK On properly compacted subgrade, install 4 in. thick layer of concrete with welded wire fabric or reinforcing steel bars centered in layer. Construct to width as shown on the Drawings. Provide grooves every 4 ft., groove to be 3/8 in. deep at top. Provide expansion joints at 24 ft. centers as shown on the Drawings. Finish with light brush finish. CONCRETE MEDIAN PAVING Non-reinforced concrete median paving. 1. On properly compacted subgrade, install layer of non-reinforced concrete at the thicknesses and locations as indicated on Drawings. 02515-3 3.06 A. D. E. 3.07 and median paving as shown on Drawings. 3. Finish with light brush finish. CONCRETE DRIVEWAY On properly compacted subgrade, install 8-inch thick layer of reinforced concrete within limits indicated on Drawings. Reinforcing steel to be 3/8 inch diameter steel bars centered in layer spaced at 2 ft. centers each way. Bar laps to be a minimum 30 bar diameters. Finish with broom finish. Concrete to attain minimum 3000 psi, 28-day compressive strength. Provide curb as indicated. Depress curb as indicated. DEFICIENT PAVEMENT THICKNESS Adjustment in unit prices for deficient pavement thickness shall be made in accord with Item 5.8.6 of NCTCOG Specifications. Provide expansion joint material between back of median curb END OF SECTION 038:2201-32 02515-4 SECTION 02600 - DUCTILE IRON PIPE PART 1 ~ GENERAL 1.01 DESCRIPTION A. General. 1.Provide required iron pipe and fittings. B. Related Work Specified Elsewhere: the labor, materials, tools, equipment and related items to furnish and install, complete in place, all ductile 1. Trenching, Backfilling, Embedment and Encasement: Section 02225. 2. Water Distribution System: Section 02713. 1.02 OUALITY ASSURANCE A. Construction minimum standards: NCTCOG Specifications. B. Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. C. Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of NCTCOG Specifications shall apply. 1.03 SUBMITTALS A. Manufacturer's technical data or certifications that all materials meet Specifications. PART 2 2.01 A. B. - PRODUCTS DUCTILE IRON PIPE Ductile iron pipe shall conform to AWWA Standard C-151 (ANSI A21.51). All buried ductile iron pipe with push on or mechanical joints shall be minimum thickness class 50. All buried ductile iron pipe with flanged or grooved ends and all exposed ductile iron pipe shall have a minimum thickness class of 53. "Push-On" and mechanical joints shall conform to AWWA C-111. Flanged joints shall be ductile iron and conform to AWWA C-115. 02600-1 2.02 A. B. C. 2.03 A. Bo Co 2.04 A. PIPE FITTINGS AND APPURTeNANCeS Push-on, mechanical and flanged pipe fittings shall conform to AWWA C-110. Gaskets for flanged joints shall be full-faced, ASTM D-1330, Grade I, red rubber, 1/8 inch thick, or SBR, Neoprene, I/8 inch thick. Nuts and bolts used for flanged joints shall be either machine bolts having a hex head with a hexagon nut or a bolt-stud with two hexagon nuts complying with the requirements of ASTM A-307, Grade B, Low Carbon Steel Externally and Internally Threaded Fasteners. COATINGS Water service pipe shall be cement mortar lined (AWWA C-104} with an exterior bituminous coating 46-450 Heavy Tnemecol, 14 mils, Tnemec Co., Inc., or approved equal, for buried service. Sewage pipe shall be bituminous lined minimum one mil thickness with an exterior bituminous coating 46-450 Heavy Tnemecol, 14 mils, Tnemec Co., Inc., or approved equal, for buried service. Above ground piping shall be field painted in accordance with the following coating system: Surface preparation Primer Finish coat Commercial blast Series 66 Hi-Build Epoxy line, 3.0 mils, Tnemec Co., Inc. or approved equal. Series 71Endura Shield Semi-Gloss, 1.5 mils, Tnemec Co., Inc., or approved equal. ~INGS Pipe couplings shall be of a gasketed, sleeve type with diameter to properly fit the pipe. Each coupling shall consist of one (1) steel middle ring, two (2) steel followers, two (2) rubber compounded wedge section gaskets and sufficient track-head steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling. The middle ring and followers of the coupling shall be true circular sections free from irregularities, flat spots, or surface defects. They shall be formed from mill sections with the follower-ring section of such design as to provide confinement of the gasket. After welding, they shall be tested by cold expanding a minimum of one percent (1%) beyond the yield point. The coupling bolts shall be of the elliptic-neck, track-head design with rolled threads. The manufacturer shall supply information as to the recommended torque to which the bolts shall 02600-2 2.05 be tightened. All bolt holes in the followers shall be oval for greater strength. The gaskets of the coupling shall be composed of a crude or synthetic rubber base compounded with other products to produce a material which will not deteriorate from age, heat, or exposure to air under normal storage conditions. It shall also possess the quality of resilience and ability to resist cold flow of the material so that the joint will remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other adjustments of the pipe line. The outside diameter of the plain ends of the pipe sections which are to be joined by an expansion coupling shall be smooth and round for a distance of eight (8) inches from each end. The pipe diameter variances shall comply with the coupling supplier's requirements. Expansion couplings shall be Dresser Style 38, Rockwell Style 411, or equal. SUPPORTS AND HANGERS The Contractor shall furnish and install all necessary supports and hangers indicated on the Drawings or required for the proper installation of the ductile iron pipelines. PART 3 - EXECUTION 3.01 LAYING AND INSTALLATION A. Install pipelines to line and grade indicated on the Drawings. All pipelines shall be kept clean during construction. Pipe lines laid in excavated trenches shall have open ends or other openings plugged with temporary bulkheads or caps at any time the work will be left in an uncompleted state for a period of more than eight (8) hours. Remove all foreign objects from the pipe lines. Trench excavation, backfill, embedment and encasement shall be in accordance with Section 02225. Cm Elbows, tees, valves, crosses, reducers, adapters, bends and similar fittings causing a change in direction of fluid flow shall be blocked and anchored with concrete so that there is no movement of pipe due to internal or external pressures. Class "C" concrete shall comply with NCTCOG Specifications Item 7.4.$. Concrete thrust blocking shall be in accordance with Section 02225, and as indicated on the Drawings. Where vertical P.I. angles are not standard pipe fittings, the pipe may be adjusted to match the profile by deflecting the joints near the P.I. The angle of deflection per joint shall not exceed the manufacturer's recommended limits per joints. 02600-3 3.03 A. Be Ce 3.04 INSTALLING MECHANICAC JOINTS Rubber gaskets shall have their surface cleaned with a wire brush and lubricated with soapy water prior to slipping the gasket over the spigot end of the pipe and into the bell of the adjoining pipe. The spigot shall be centered in the bell. Bolts shall be tightened in such a manner as to bring the gland up towards the pipe flange at an even and uniform rate, maintaining approximately the same distance between the gland and the face of the flange around the perimeter at all times. The normal ranges of bolt torques to be applied to standard iron bolts in joints are: Bolt Size, Inches Range of Torque, Foot-Pounds 5/8 40 - 60 3/4 60 - 90 I 70 - 100 1 1/4 gO - 120 Torque wrenches shall be available on the job to check the average pull required with a regular socket wrench of definite length. If a tight joint has not been attained at the maximum torque above indicated, the joint shall be disassembled and reassembled after cleaning. Overstressing of bolts to compensate for poor installation will not be permitted. TEST)NG Pipelines shall be subjected to a hydrostatic test as specified in NCTCOG Specifications Item 6.7.3. END OF SECTION 0037:1734-01 02600-4 SECTION 02713 - WAT[R DISTRIBUTION SYSTEM PART 1 - GENERAL ].01 DESCRIPTION A. General: The Contractor shall furnish all labor, materials, tools, equipment and services to complete the water distribution system as shown on the Drawings and as specified. 1.02 OUALITY ASSURANCE A. Construction minimum standards: NCTCOG Specifications. Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of NCTCOG Specifications shall apply. City of Coppell, "Subdivision Ordinance," hereinafter referred to as "Coppell Ordinance," where indicated. E. AWWA Standards, where indicated. 1.03 SUBMITTALS A. Manufacturer's technical data or certificates for all materials. PART 2 - PRODUCTS 2.01 P.V.C. WATER PIPE All P.V.C. water pipe shall comply with the requirements of AWWA Standard C 900 and NCTCOG Specifications Item 2.12.20. All P.V.C. water pipe shall be blue, with integral bell. Pipe larger than 10 inches shall be Class 150 {DR ]8). Pipe 10 inches and smaller shall be Class 200 (DR 14). B. Fittings for P.V.C. water pipe shall conform to AWWA Standard C 110. C. Joints shall be push-on type with rubber gasket. 02713-1 2.02 A. B. 2.03 A. C. D. 2.04 2.05 GATE VALVES Valves shall be as specified on the Drawings. Valves shall comply with NCTCOG Specifications Item A. the requirements of AWWA Standard C 509, 2.13 and the Coppell Ordinance Appendix Valves shall be non-rising stem type with push-on rubber gasket ends. Stainless steel extension stems shall be provided on all buried valves as specified on the Drawings. Extension stems shall be not smaller in diameter than the stem of the valve. Each extension stem shall be connected to the valve operator with a suitable universal joint type coupling. Each extension stem shall be provided with spacers which will center the stem in a valve box having an inside diameter of 5 inches and shall be equipped with a standard AWWA wrench nut as described in Section 20 of AWWA Standard C 500. Extension stem shall be solid shaft construction. Valve boxes shall be ductile iron, suitable for the depth of cover over the pipeline as specified on the Drawings and in the Coppell Ordinance Appendix A. Valve boxes shall be not less than five (5) inches in diameter, shall have a minimum thickness at any point 3/16 inch, and shall be provided with suitable cast iron bases and covers. FIRE HYDRANTS Fire hydrants shall comply with the requirements of AWWA Standard C 502, NCTCOG Specifications Item 2.14 and the Coppell Ordinance Appendix A. Fire hydrants shall be as specified on the Drawings. Paint color codes shall be in accordance with applicable City of Coppell Standards. Reflectors shall be installed in the street pavement adjacent to the fire hydrants as specified on the Drawings. PLUGS Plugs shall be Clow Model F-115g solid plug or equal. DUCTILE IRON PIPE Ductile iron pipe shall be provided and installed in accordance with Section 02600. 02713-2 PART 3 - 3.01 A. 3.02 A. B. 3.03 A. EXECUTION LAYING AND INSTALLATION Water pipe and appurtenances shall be installed in accordance with NCTCOG Specifications Item 6.7.3, the Coppell Ordinance Appendix A, and the Drawings. Trench excavation, backfill, embedment and encasement shall be in accordance with Section 02225. STERILIZATION Sterilization of all water mains including P.V.C. and ductile iron pipe shall be in accordance with AWWA Standard C 601. The Contractor shall be responsible for furnishing all equipment, labor, materials and water necessary for the complete sterilization of all water mains. HYDROSTATIC TESTING Water lines shall be subject to a hydrostatic test as specified in NCTCOG Specifications Items 6.7.3. END OF SECTION 040:220]-32 02713-3 SECTION 02721 - STORM SEWER SYSTEM PART I - GENERAL 1.01 pESCRIPTION A. General o Furnish all labor, materials, tools, equipment, and services for all storm sewer systems as indicated, in accordance with provisions of Contract Documents. 2. Completely coordinate with work of all other trades. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. 4. See Division I for General Requirements. B. Definitions: Unclassified excavation: Excavate and grade all materials that can be removed without drilling or blasting. 2. Rock excavation: Rock is not anticipated on this Project. Notify Engineer immediately if encountered. Blasting will not be permitted. ].02 OUALITY ASSURANCE A. Storm drainage system standards: NCTCOG Specifications. Cast-in-place concrete boxes, transition structures, and Type SWW straight wing walls; SDHPT Specifications. Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. Do Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of NCTCOG Specifications shall apply. E. Compaction density test: ASTM D 698. F. Owner will hire an independent concrete testing laboratory to conduct tests in accordance with Section 03310. 02721-] 1.03 A. B. 1.04 A. Owner will hire an independent soils laboratory to conduct in-place moisture and density tests per Section 02225. ASTM standards indicated. ACI standards indicated. SUBMITTALS Shop drawings and certifications for materials. Manufacturer's affidavit certifying that material furnished for this Project complies with Contract requirements. Cast-in-place concrete and reinforcement: Specifications. JOB CONDITIONS Lengths indicated on Drawings are lengths as required. Existing utilities and structures. 1. 2. Division 3 of these for information only. Furnish Plans indicate existing utilities as shown on site survey. Verify accuracy, location and depth of each utility prior to open cut trenching or tunneling. If pipe or box adjustment is necessary due to location of other utilities, secure approval from Engineer. Revisions to Contract Drawings. 1. If it becomes necessary to change location of storm drainage lines due to building construction, secure approval of Engineer. 2. If Contractor initiated, make approved changes without added cost to Owner. Do not change pipe or box sizes without securing written approval of Engineer. 02721-2 PART 2 - PRODUCTS 2.01 MATERIALS A. Acceptable manufacturers: All pipe, joint materials, and fittings: Manufacturer who has produced these materials successfully used, for at least 5 years. B. Reinforced concrete pipe R.C.P.: 1. Pipe and fittings: a. ASTM C76, Class III (unless otherwise shown on Drawings), tongue and groove , per Item 6.7.4 of NCTCOG Specifications. b. Testing of pipe and fittings shall be performed in accordance with the test methods of ASTM C76. c. Monolithic pipe sewers are not permitted. 2. Joints: Compression type. Use field applied preformed flexible pipe joint sealing compound. Install in strict accordance with manufacturer's recommen- dations. Pipe size changes: Cast-in-place concrete collar as indicated on the Drawings. 4. Sizes: As indicated Concrete for cast-in-place boxes, transition structures, and Type SWW straight wing walls: Section 03310. Concrete shall be of the class as indicated on the Drawings. D. Reinforcement bars: Section 03210. Manholes: Construct cast-in-place reinforced concrete manholes, as shown on the Drawings. All concrete and reinforcing steel shall comply with the applicable divisions of these Specifications, when not specified in referenced ASTM designations. Concrete shall be 4,000 psi minimum 28-day strength. Inlets and Headwalls: Construct with 3000 psi concrete as indicated on the Drawings in accordance with Division 3 of these Specifications at locations as shown on Drawings. G. Bedding and Backfill materials: Section 02225 1. Moisture content at time of placement: As shown on the Drawings. 2. Density: As shown on the Drawings. 02721-3 PART 3 - 3.01 A. B. 3.02 A. 3.03 A. B. 'EXECUTION TRENCH EXCAVATION. BEDDING. BACKFILL AND COMPACTION As shown on the Drawings and in accordance with Section 02225. Open no more than 300 LF of trench at one time, or less as required by Engineer. Compact all trench backfill materials as shown on the Drawings. No excavation for storm sewer installation shall be performed within 100 feet of outfalls until channel excavation at the outfalls is complete. Jetting of backfill will not be allowed. iNSTALLATION OF PIPE AND BOX CULVERTS As shown on the Drawings and in accordance with Item 6.7 of NCTCOG Specifications. Lay pipelines and boxes on uniform grades between inverts. Locate structures as indicated and construct lines between them. Lay pipe and boxes upgrade beginning at lower end. Lay sections with tongue end downstream. Do not lay pipe when trench conditions or weather is unsuitable for such work. Join pipe and box sections of different sizes with cast-in-place concrete collar as shown on the Drawings or transition section as approved by the Engineer. Where pipe or box joints are not fully closed, the entire annular space at the joints, on both inside and outside, shall be completely filled with cement mortar, as approved by the Engineer, firmly caulked or pressed and compacted to form a dense, tight joint. Remove any section of pipe or box already placed which is found to be out of alignment, defective or damaged. Relay or replace as directed, without additional cost to Owner. Bedding: Lay pipe or box section directly on embedment material as shown on Drawings. No blocking permitted. DRAINAGE STRUCTURES Excavation, backfill and compaction: Section 02223. Reinforced Concrete Work: Conform to applicable requirements of Division 3 of these Specifications. Form, size, and brace so finished structures conform to details indicated on Drawings. 02721-4 Co Bend reinforcing steel to required shapes while steel is cold. Excessive irregularities in bending will be cause for rejection. Detail bars in accordance with ACI 315. Splicing of bars will not be permitted without written approval. Approved bar bending schedules or placing drawings constitute written approval. Splice bars with a lap of 24 times the diameter of reinforcement but not less than 12 inches. Stagger splices or else locate at points of low tensile stress. Support reinforcement properly throughout placement to maintain position approximately equidistant from top and bottom surface of the slab, unless otherwise noted on Drawings. Forms shall be used to shape the concrete to the required lines unless otherwise noted on Drawings. Surface of construction joints shall be clean, rough, and surface dry when covered with fresh concrete or mortar. Remove all laitance, loose or defective concrete, coating, sand, sealing compound if used, and other foreign material. Chamfer all exposed concrete edges ! inch except as otherwise noted on the Drawings. If the slopes and bottom of the areas to receive concrete are dry and not consolidated properly, the Owner may require the entire area to be sprinkled, or sprinkled and consolidated, to 95 percent of the density, as determined in accordance with ASTM D 698. All surfaces shall be moist when concrete is placed. Do not place concrete in standing or running water. After the concrete has been placed, compacted and shaped to comply with the dimensions indicated on the Drawings, and after it has set sufficiently to avoid slumping, finish surface per Section 03310 to secure a reasonably smooth surface unless otherwise directed by the Owner. Concrete Manholes: Conform to Drawings and applicable requirements of Item 6.7.4 of NCTCOG Specifications. END OF SECTION 041:2201-32 02721-5 SECTION 02810 - METAL BEAM GUARD FENCE PART 1 - GENERAL 1.01 DESCRIPTION Furnish all labor, materials, tools, equipment and services for the installation of metal beam guard fence complete in place as indicated on the drawings. B. Completely coordinate with work of all other trades. 4 Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. D. See Division 1 for General Requirements. 1.02 QUALITY ASSURANCE Construction minimum standards: Texas State Department of Highways and Public Transportation, "Standard Specifications for Construction of Highways, Streets, and Bridges". Should conflicts arise between standard specifications of government agencies mentioned herein and Concrete Documents, Contract Documents shall govern. Where a particular type of material or method is specified, no other type of material or method will be permitted except as described in Section 01340, but the balance of State Specifications shall apply. 1.03 SUBMITTALS A. Manufacturer's technical data or certificate for all materials. PART 2 - PRODUCTS 2.01 MATERIALS Metal beam guard rail, posts, fittings end end shoes shall be in accordance with Item 540 of State Specifications. Guard rail to be non-galvanized. B. Use wood posts and non-galvanized guard rail. PART 3 - EXECUTION 3.01 CONSTRUCTION Install and paint non-galvanized metal beam guard fence at locations indicated on the drawings in accordance with the Item 540 of State Specifications. END OF SECTION 003:2201-82 02810-1 SECTION 02910 - UTILITY SLEEVES PART I - GENERAL ].0] DESCRIPTION A. General. This item shall consist of placing P.V.C. utility sleeves under proposed concrete pavement for future irrigation piping and wiring, future telephone cable, and other future utilities. 2. See Division ! for General Requirements. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices necessary for or incidental to a sound, secure and complete installation. B. Related work specified elsewhere: I. Concrete paving, curbs and sidewalks: Section 02515. 1.02 OUALITY ASSURANCE Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340. B. Compaction density test: ASTM D 698. C. Construction minimum Construction Details standards: City of Coppell Standards D. ASTM Standards as indicated. 1.03 SUBMITTALS Manufacturer's affidavit that material furnished for this Project complies with Contract requirements. 1.04 JOB CONDITIONS A. Lengths indicated on Drawings are for information only. Furnish lengths as required. PART 2 - PRODUCTS 2.01 MATERIALS A. Irrigation Sleeve. P.V.C. Pipe and Fittings: indicated on the Drawings. 02910-1 ASTM D 2241, Schedule 40, sizes as Be 2. Flagging: Color as indicated on Drawings. 3. Pipe adhesive: Approved P.V.C. pipe adhesive. Telephone Sleeves. 1. GTE will supply conduit materials. Contractor shall contact Engineer to arrange delivery of material. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Irrigation and Gas Line Sleeves. 1. Place pipe in trench at locations and depths shown on Drawings. Provide fittings and pipe riser to lengths shown. Seal fittings and pipes together with adhesive. e Backfill and compact trench to 95 percent Maximum Dry Density at or above Optimum Moisture Content in lifts not greater than 12 inches. 4. Provide flagging and caps on risers as shown. B. Telephone Sleeves. Contractor to install sleeves as directed by GTE at locations indicated on Drawings. Backfill and compact trench to g5 percent Maximum Dry Density at or above Optimum Moisture Content in lifts not greater than 12 inches. 3. Provide flagging or special marking tape as directed by GTE. C. Contractor to ensure that flagging and risers are protected throughout construction of other facilities. D. Repair or replace damaged risers. END OF SECTION 043:220]-32 02910-2 DIVISION 3 CONCRETE SECTION 03210 - REINFORCING STEEl PART 1 1.01 A. 1.02 A. Bo Do 1.03 - GENERAL DESCRIPTION Scope. Furnish materials, labor, tools, equipment and related items required to provide and place concrete reinforcing. Related work specified elsewhere: 1. Drilled shaft foundations: Section 02360 2. Structural concrete: Section 03310 3. Prestressed concrete structures: Section 03420 Construction minimum standards: Texas State Department of Highways and Public Transportation, "Standard Specifications for Construction of Highways, Streets and Bridges." American Concrete Institute, ACI 315, "Manual of Standard Practice for Detailing Reinforced Concrete Structures." Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of State Specifications shall apply. All reinforcing steel in place must be inspected by the Engineer prior to placement of any concrete. Notify Engineer a minimum of 24 hours notice prior to placing concrete. ~UBMITTALS Submit the following items to the office of the Engineer prior to placing any reinforcing steel: Detail and placement drawings for reinforcing steel in accordance with ACI 315. Certifications from materials supplier indicating that reinforcing steel conforms with the requirements of ASTM. PART 2 - 2.01 A. PRODUCTS MATERIALS Reinforcing steel shall conform to the requirements of Item 440 of State Specifications except as noted below: 03210-1 Section 440.2 Materials. Reinforcing steel shall conform to the requirements of ASTM A 615, Grade 60, open hearth, basic oxygen, or electric furnace billet steel. a. Grade 40 steel will not be permitted. b. ASTM A 617 steel will not be permitted. When reinforcing steel is to be welded, conform requirements of ASTM A 706, Grade 60, billet steel. to the PART 3 - EXECUTION 3.01 CONSTRUCTION A. Bend, store, splice, and place reinforcing steel in accordance with Item 440 of State Specifications. B. Weld reinforcing steel in accordance with Item 448 of State Specifications. C. Article 440.8 and 440.9. Delete articles in their entirety. END OF SECTION 004:2201-82 03210-2 SECTION 033)0 STRUCTURAL CONCRETF PART I - GENERAL 1.01 DESCRIPTION A. General Scope. Furnish all labor, materials, tools, equipment and related items required to do the cast-in-place concrete work. Work Installed by Others. All trades, whose work is related to the concrete or must be supported by it, shall be given ample notice and opportunity to introduce and/or furnish embedded items before the concrete is placed. B. Related work specified elsewhere: Drilled Piers: Section 02360 Reinforcing Steel: Section 03210 Prestressed Concrete Structures: Section 03420 1.02 QUALITY ASSURANCF Ao Construction minimum standards: Texas State Department of Highways and Public Transportation, "Standard Specifications for Construction of Highways, Streets and Bridges." B. American Concrete Concrete Formwork." Institute, ACI 347, "Recommended Practice for C. American Society for Testing and Materials {ASTM): 1. C 31 Curing Compressive and Flexural Strength Test Specimens in the Field. 2. C 39 Method of Test for Compressive Strength of Cylindrical Concrete Specimens. 3. C 42 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 4. C 172 Sampling Fresh Concrete. 5. C 231 Method of Test for Air Content of Freshly Mixed Concrete by the Pressure Method. D. Owner will hire an independent testing laboratory to conduct tests: Concrete strengths and slumps. 03310-1 1.03 A. Special testing ~f'field cured cylinders or beams to determine construction conditions for the benefit of the Contractor or testing required because of changes in materials or proportions of the mix requested by the Contractor, as well as extra testing of concrete or materials occasioned by failure to meet specification requirements, shall be performed by the Contractor at no additional expense to the Owner. Should conflicts arise between specifications mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. Where a particular material or method is specified no other material or method will be permitted, except as described in Section 01340. SUBMITTALS The following items shall be submitted for review to the office of the Engineer prior to placing concrete. 1. Concrete monolith drawings for all concrete work showing all proposed joints. Concrete mix designs. Certified test reports for cement and admixtures. Expansion joint material. PART 2 - 2.01 A. B. PRODUCTS MATERIALS Structural concrete shall be of the class indicated on the Drawings. Structural concrete shall conform to the requirements of Item 420 of State Specifications except as noted below: 1. Article 420.3: Delete the first two paragraphs and replace with the following: 420.3 General Requirements. 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 prescribed by these Specifications, local building codes, ACI 347, or as anti- cipated for the job conditions, whichever is most severe. 03310-2 Co Article 420.8: Revise the first paragraph to read: 420.8 Falsework. 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. 3. Article 420.9 a. Paragraph 4: Revise to read: 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. b. Paragraph 5: Delete the first sentence that reads: 'Forming plans shall be submitted for approval subject to the requirements of Article 420.3.' Structural concrete shall conform to the requirements of Item 421 of State Specifications except as noted below: 1. Article 421.2 (2): a. Revise the first paragraph to read: (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 C1 nor more than 1000 parts per million of sulfates as SO4 Mixing water used on the site will be subject to sampling a~d testing by the Owner to assure compliance with this Specification. b. Delete the second and third paragraphs that require submittal of water samples for testing. Article 421.7 a. Revise the first paragraph to read: 421.7. Classifications and Mix Design. 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-11 and Supplement thereto. 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. 03310-3 bo Delete the third paragraph that gives the Contractor the option of accepting a mix design furnished by the Engineer. 3. Article 421.9: Delete paragraphs three, seven and eight. PART 3 - EXECUTION 3.01 A. CONSTRUCTION SEOUENCE AND REMOVAL OF FORMS AND FALSEWORK State Specifications, as referenced herein, shall govern with the following requirements. No backfill is to be placed behind or on top of any structure prior to the structure attaining its specified 28-day compressive strength. Whenever the formwork is removed during the curing period, cure the exposed concrete by one of the methods specified in SDHPT Specifications, Item 420.21. When tests are performed to determine flexural strength 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. In lieu of flexural tests, the Contractor may use as the basis for formwork or shoring removal, the concrete attaining its required 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: ao At his own expense, have an independent laboratory, make samples in accordance with ASTM C-3] 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 be evaluated or 100 C.Y. maximum. The average strength of the two will be the basis for evaluation of the 28 day strength. bo Utilize the compressive strength tests conducted by the Owner, as specified herein, on laboratory cured samples. 03310-4 When formwork removal is based on the concrete reaching its specified 28-day strength, the concrete shall be presumed to have reached this strength when either of the following conditions is met: 3.02 A. 3.03 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 C31. When the concrete has been cured as specified in SDHPT Specifications, Item 420.21, for the the same length of time as the age at test of laboratory cured cylinders which have reached the required strength. The length of time the concrete has been cured in the field shall be determined by the cumulative number of days or fractions thereof, not necessarily consecutive, during which time the temperature of the air in contact with the concrete is above 50 degrees and the concrete has been damp or sealed from evaporation and loss of moisture. FINISHING OF FORMED SURFACE~ All structures shall receive a Grade I, Class B Finish in accordance with SDHPT Item 427, ~Surface Finishes for Concrete,~ unless shown otherwise on the plans. Areas shown to receive a stone, or other type facing shall receive an ordinary surface finish. TESTING Testing services provided by Owner: 1. The designated testing agency will: Test the Contractor's proposed materials for compliance with the Specifications. b Review and check the Contractor's proposed mix design. c. Obtain production samples of materials at plants stockpiles during the course of the work. or d. Conduct compressive strength tests of the concrete in accordance with the following: Secure composite samples in accordance with ASTM C 172. Obtain each strength test from a different batch of concrete on a representative, random basis, avoiding selection of the test batch other than by a number selected at random before commencement of concrete placement. When pumping or pneumatic equipment is used, take samples at the discharge end. 03310-5 Mild three specimens for each strength test in accordance with ASTM C 31 and cure under standard moisture and temperature conditions in accordance with ASTM. go Test one of the three specimens at seven days. Test two specimens at 28 days. The 28-days test result shall be the average of the strength of the two specimens. If one specimen in the 28-day strength test manifests evidence of improper sampling, molding or testing, discard and consider the strength of the remaining specimen the test result. If both specimens in a test show any of the above effects, discard the entire test. When Type III cement is used, the strength test shall be the average of two specimens tested at seven days. Test other specimen at two days if the Owner requests it. All tests shall be in accordance with ASTM C 39. Make one strength test for each 100 cubic yards, or fraction thereof, of concrete in each monolithic placement. In no case during the life of the project shall a given mix design be represented by less then five tests. i. Determine air content of concrete on a regular and frequent basis in accordance with ASTM C 231. j. Report all test results to the Owner and the Contractor on the same day that tests are made. 2. The testing agency will perform the following additional services, as directed by the Owner. Check batching and mixing operations to the extent deemed necessary. Review the manufacturer's report of each shipment of cement and reinforcing steel or conduct laboratory test or spot check of these materials as received. c. Mold and test reserve 7-day or field cylinders as required or perform additional services as authorized by the Contractor at his expense. Responsibilities and Duties of Contractor. The Contractor's duties in connection with testing shall include but not be limited to: 1. Furnishing all materials needed for required testing. 2. Submitting to the Owner the concrete mix designs he proposes to use and making written request for approval. 03310-6 3.04 A. Furnishing labor as is necessary to assist the Owner in obtaining and handling samples at the project or at other sources of materials· Advise the Owner in advance of construction operations to allow for completion of quality tests and for the assignment of personnel. Furnish copies of certified test reports of all shipments of cement and admixtures to the Owner. EVALUATION OF CONCRETE STRENGTH Evaluation of Test Results. The strength level of the concrete will be considered satisfactory when the averages of all sets of three 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. For evaluation of potential strength and uniformity, each type and specified strength of concrete shall be represented by at least five tests. Core Test Impact hammers, sonoscopes, or other nondestructive testing devices may be used to determine relative strengths of various areas of the structure as an aid in determining location of areas to be cored. Do not use such nondestructive test as a basis for acceptance or rejection. When required, obtain cores at least 2 inches in diameter and test in accordance with ASTM C 42. Take at least three representative cores from each member or area of concrete in place that is considered potentially deficient. The location of cores will be determined by the Owner so as to least impair the strength of the structure. Cores may not be taken from any part of the struture, if in the opinion of the Owner it will impair the safety of the structure. If, before testing, one or more of the cores show evidence of having been damaged subsequent to or during removal from the structure, additional cores may be required. If the concrete in the structure will be dry under service conditions, air dry the cores (temperature 60 to 80 F., relative humidity less than 60 percent} for 7 days before test and test dry. If the concrete in the structure will be more than superficially wet under service conditions, test cores after moisture conditioning in accordance with ASTM C 42. 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 strength. 03310-7 3.05 A. 5. Plug cores holes soJid as specified for defective areas. 6. Cores containing reinforcing steel may be unacceptable and additional cores may be required. ACCEPTANCE OF CONCRETE WORK Concrete Compressive Strength. Allow additional curing for concrete which fails to meet the compressive strength requirements and modify the concrete mix design for the remaining concrete work, at no additional cost to the Owner. Structural Tolerances: Formed surfaces resulting in configuration of members smaller than permitted under the tolerances allowed in ACI 347 will be considered deficient in strength and shall be treated as specified below. Formed surfaces resulting in configuration of members larger than permitted under the tolerances allowed in ACI 347 may be rejected and the excess material removed. Remove excess material in such a manner as to maintain the strength of the section and to meet applicable requirements of function and appearance. o Concrete members cast in the wrong location may be rejected if the strength, appearance or function of the structure is adversely affected or misplaced members interfere with other construction. If rejected, remove members cast in the wrong location and replace correctly. Strength of Structure: The strength of any structure in place will be considered potentially deficient if it fails to comply with any requirement which controls the strength of the structure. The Contractor may make a structural analysis of any structure considered potentially deficient by the Owner. If the analysis indicates the completed structure will be suitable for its intended use, it may be accepted, subject to the approval of the Owner. In addition to the structural analysis, core tests to check the concrete strength may be required and shall be performed by the Contractor at no additional cost to the Owner. If core tests are inconclusive or impractical to obtain and structural analysis does not confirm the safety of the structure, load tests may be required at no additional cost to the Owner. The results shall be evaluated in accordance with AASHTO 'Standard Specifications for Highway Bridges'. 03310-8 Reinforced concrete work judged inadequate by structural analysis or by load test shall be reinforced with additional construction or replaced at no additional cost to the Owner. Additional construction shall be approved by the Owner prior to the start of the work. END OF SECTION 005:2201-82 03310-9 SECTION 03420 - PRESTRESSED CONCRETE STRUCTURES PART 1 1.01 A. .02 A. Bo Co Do 1.03 A. - GENERAL DESCRIPTION Scope. Fabricate, furnish, prestressed concrete members as Contract Documents. install and erect all precast, indicated in accordance with the Related work specified elsewhere: 1. Reinforcing steel: Section 03210 2. Structural concrete: Section 03310 3. Structural steel: Section 05120 QUALITY ASSURANCF Construction minimum standards: Texas State Department of Highways and Public Transportation, "Standard Specifications for Construction of Highways, Streets and Bridges." Owner will hire an independent testing laboratory to take samples and conduct tests and provide inspection of materials and prestressing operations. Contractor to pay for any retests of materials which fail initial tests, or as specifically indicated in the State Standards. Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. Where a particular material or method is specified, no other material or method will be permitted, except as described in Section 01340, but the balance of State Specifications shall apply. SUBMITTALS The following items shall be submitted for review to the office of the Engineer prior to fabrication of the prestressed concrete members: ]. Design calculations for optional designs. 2. Fabrication and erection drawings. 3. Manufacturer's certifications and test reports for prestressing strand, and elastomeric bearings. 03420-1 PART 2 - PRODUCTS 2.01 MATERIALS A. Materials shall be as specified in the referenced items of State Specifications as modified herein. Prestressed concrete structures shall conform to the requirements of Item 425 of State Specifications except as noted below: 1. Article 425.2: a. Delete paragraph 2. b. 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. c. Paragraph 7. Delete the last sentence. d. Delete paragraphs 8 through 15. 2. Articles 425.8 and 425.9. Delete. Prestressing shall conform to the requirements of Item 426 of State Specifications except as noted below: Article 426.2. Do a. Paragraph 4. Delete the last sentence that begins, "In addition, the Contractor shall furnish . " b. Paragraph 14. Delete the last two sentences that begin, "For prestressing systems previously tested " c. Delete paragraph 15. 2. Article 426.5. Delete the last two paragraphs of this section. 3. Article 426.7 and 426.8. Delete. Elastomeric bearings shall conform to the requirements of Item 435 of State Specifications except as noted below: 1. Article 435.2 a. Delete part 1(c). b. Delete part 03420-2 PART 3 3.01 A. 2. Articles 435.4 and 435.5. Delete. - EXECUTION CONSTRUCTION Construction methods and procedures shall be in accordance with the referenced items of State Specifications except as modified herein. END OF SECTION 006:220]-82 03420-3 DIVISION 4 MASONRY SECTION 04100 - MASONRY MORTAR PART ! - GENERAL 1.01 DESCRIPTION OF WORK A. This Section specifies the mortar for unit masonry materials. B. Related work specified elsewhere 1. Stone Masonry: Section 04200 1.02 APPLICABLE SPECIFICATIONS AND STANDARDS A. The following publications of the issues listed below, but referenced to thereafter by basic designation only, apply to this Section to the extent applicable in each reference thereto. 1. American Society for Testing and Materials (ASTM} {Latest Edition} C 91 Specification for Masonry Cement C 144 Specification for Aggregate for Masonry Mortar C 150 Specification for Portland Cement C 207 Specification for Hydrated Lime for Masonry Purposes C 270 Specification for Mortar for Unit Masonry 1.03 QUALITY ASSURANCF Use the same source or brand of masonry mortar materials for the duration of the Project. 1.04 MATE~ Store mortar materials in a dry place, off the ground, under cover. PART 2 - PRODUCTS 2.01 MATERIALS A. Portland Cement: ASTM C 150, Type I. Use Type III high-early strength for laying masonry in cold weather. B. Masonry Cement: ASTM C 91, with 12 percent maximum air content by volume. C. Hydrated Lime: ASTM C 207, Type S. D. Aggregates: ASTM C ]44. 04100-1 E. Water: Clean, free of deleterious amounts of acids, alkalies or organic materials. 2.02 ~ A. General. Do not lower the freezing point of mortar by use of admixtures or anti-freeze a§ents. The use of calcium chloride in mortar is not permitted. B. Mortar for Unit Masonry. Meeting the requirements of ASTM C 270. C. Masonry Cement. ! part masonry cement to 3 parts sand, proportioned by volume. PART 3 - EXECUTION 3.01 MIXING Mix mortar with sufficient water for minimum of three minutes in a drum type batch mixer. Mix mortar thoroughly and only in such quantity as is needed for immediate use. Use mortar within two hours after mixing. Discard mortar not used within specified time. Clean mixer after four or five batches have been mixed. B. Add water to lime at least 24 hours before mixing it with other materials. C. Mortars that have stiffened within time interval stated above because of evaporation of moisture may be retempered to restore workability by adding water. Do not retemper mortar that has reached initial set. D. In cold weather, heat sand or water sufficiently to maintain temperature of mortar above 50°F as follows: 3.02 Air Temperature 40°F - 32' F 32'F - 20° F MEASURING MATERIALS Requirements Heat sand or mixing water Heat sand and mixing water A. Measure materials by volume or equivalent weight. B. Do not measure by shovel. END OF SECTION 007:2201-82 04100-2 SECTION 04200 - STONE MASONRY PART 1 - GENERAL 1.01 DESCRIPTION A. Bo Do .02 1.04 A. Furnish all materials, equipment and labor necessary to construct stone masonry as indicated on the drawings. Completely coordinate with work of all other trades. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for sound, secure and complete installation. Related work specified elsewhere: 1. Masonry Mortar: Section 04100 QUALITY ASSURANCF Furnish not less than five individual rocks as samples, showing extreme variations in color and texture, for approval by Owner. PRODUCT DELIVERY, STORAGE AND HANDLING Store masonry rock off ground to prevent contamination by mud, dust, oil or materials likely to cause staining or other defects. PART 2 - PRODUCTS 2.01 MATERIALS A. Chopped Granbury Limestone. Chopped Granbury Limestone shall be manufactured by Custom Stone Supply, 2627 Joe Field Road, Dallas, Texas 75229, (214) 243-1144. Stone shall be of rectangular shape, 10 to 22 inches long, 3 to 5 inches wide, and 4 to 6 inches high for the "Ledgetone" pattern. Stone shall have uniform parallel edges and be free from seqregations, cracks, seams or other structural defects or imperfections tending to destroy its resistance to weather. B. Mortar: Section 04100 04200-1 PART 3 - EXECUTION 3.01 PREPARATION 1. Use wetting methods which ensure that each masonry unit is nearly saturated but surface dry when laid. 2. Mortar bed shall be clean and well-moistened prior to placement of stones. 3.02 A. CONSTRUCTION Shaping Stone. Bo The stones shall be roughly squared on joints, beds, and faces. Selected stone, roughly squared and pitched to line, shall be used at all angles and ends of walls. All shaping or dressing of stone shall be done before the stone is laid in the wall, and no dressing or hammering which will loosen the stone will be permitted after it is placed. Laying Stone. Stone masonry shall not be constructed in freezing weather or when the stone contains frost, except by written permission of the Engineer and subject to such conditions as he may require. Lay up walls plumb and true with courses level, accurately spaced and coordinated with other work. The bottom or foundation courses shall be composed of larger, selected stones and all courses shall be laid with bearing beds parallel to the natural bed of the material. Prior to installation of stone work, erect sample wall panel mockup using materials, bond and joint finishing required for final work. Build one mockup for the "ledgeston: pattern at the site, where directed by Owner, indicating the proposed ranges of color, texture and workmansip to be expected in the completed work. Obtain Owner's acceptance of visual qualities of the mockup before start of subsequent stone work in question. If initial mockup is unacceptable to Owner, remove and rebuild until acceptable. Retain accepted mockup during construction as a standard for judging completed stone work. Do not alter, move or destroy mockup until work is completed. Use mockup to test cleaning procedures. The mockup shall be the following size: A. The "ledgestone" pattern mockup shall be 6 feet by 2 feet and be 4 feet tall to represent the stone work for the project. Lay stone for the wingwalls, abutments, sidewalk walls, and bridges pedestals in a "ledgestone pattern". 04200-2 3.03 Generally, joints will be 1/2 inch thick. Make joints straight and uniform, particularly where exposed to view. Cut exposed joints flush, compress and finish smooth with a round pointing tool. Joints to be slightly concave. Lay stone in freshly made mortar with completely filled bed, head and collar joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not slush head joints. Settle stones carefully in place before the mortar has set. Provide weep holes in head joints at base course of masonry. Leave head joint free and clean of mortar. Space weep holes on 24 inches centers. In case any stone is moved or the joint broken, the stone shall be taken up, the mortar thoroughly cleaned from bed and joints, and the stone reset in fresh mortar. POINT)NG Pointing shall not be done in freezing weather or when the stone contains frost. At completion of work, point holes in joints of exposed masonry surfaces. Completely fill with mortar and tool properly. After pointing has set and hardened, wet the exposed surfaces and clean with water and stiff fiber brushes. Mortar joints shall be well tooled and tight throughout. After the pointing is completed and the mortar set, the wall shall be thoroughly cleaned and left in a neat condition. SCAFFOLDING Provide scaffolding and staging required for masonry installation. Construct and maintain scaffolding in compliance with applicable ordinances and regulations. Scaffolding shall be sufficiently substantial to support workmen and necessary equipment and materials. Provide adequate guard rails for protection of property, workmen and passersby. END OF SECTION 008:2201-82 04200-3 SECTION 04435 - CAST STONE PART 1 - GENERAL 1.01 DESCRIPTION 1.02 ] .03 A. Bo 1.04 A. B. PART 2 - 2.01 A. B. Scope. Furnish and install all cast stone including necessary inserts and anchors. QUALITY ASSURANCE The manufacturer of cast stone shall have a minimum of five years continuous operation, having experience, adequate facilities and capacity to furnish the quality, sizes and quantity of cast stone required for the Project. SUBMITTALS Prepare and submit complete, properly marked setting drawings, showing details and sizes of stones; arrangement of joints; bonding; details of anchors; inserts; joints; connections to adjoining walls or materials; reinforcing; and method of installation and anchoring. Submit samples of cast stone for review by Owner for texture and color. Submit testing laboratory reports to Owner. DELIVERY AND STORAGE Store cast stone on non-staining planking, clear of the ground. Cast stone stored for an extended period of time shall be covered with polyethylene or other non-staining waterproof material. PRODUCTS MATERIALS Cement - Portland Type I or III white and/or grey meeting ASTM C150. Fine Aggregate Carefully graded and washed natural sand, or manufactured granite, quartz or limestone sands meeting ASTM C33. Gradation may vary to achieve desired finish and texture. Coarse Aggregate Carefully graded and washed natural gravels, or crushed graded limestone or other durable stone meeting ASTM C33. Gradation may vary to achieve desired finish or texture. 04435-1 2.02 A. C. 2.03 A. 2.04 2.05 A. 2.06 A. Color All colors added shall be inorganic (natural or synthetic) iron oxide pigments meeting ASTM cg7g excluding the use of a cement grade carbon black pigment, and shall be guaranteed by the pigment manufacturer to be lime-proof. The amount of pigment shall not exceed 10% by weight of the cement used. The color shall be identical to that of the cast stone located on the existing MacArthur Blvd. bridge located adjacent to the north end of this project. Pointing Mortar 1 part non-straining cement (ASTM Cgl), ! part hydrated lime (ASTM c20g, Type S} and 4 parts clean washed sand. Sealant - 1 part polyurethane joint sealant as Percora "Dynatrol I". MIX DESIGN Provide a mix design which achieves both the strength and the surface finish desired. Compressive strength shall be not less than 4000 p.s.i. Water absorption shall not exceed 8% by weight. REINFORCEMENT Provide reinforcing as required for safe handling, setting and structural stress. New billet steel meeting ASTM A615, Grade 40 or 60. Cold-drawn with ASTM ASTM A184. steel wire meeting ASTM A82, welded wire fabric conforming A185 or A497. Steel bar or rod material conforming with FINISH Fine grain texture similar to natural stone. The finish shall be identical to that of the cast stone located on the existing MacArthur Blvd. bridge located adjacent to the north end of this project. ANCHORS AND INSERTS Provide anchors and inserts as shown on Drawings. TESTING Perform four sets of tests at random times during the manufacture of cast stone. Test results shall be determined by an average of three specimens per test. Testing shall be done using 6" x 12" cylinders in accordance with ASTM C-31-69-(80), ASTM c3g-81 and ASTM C642-81. 04435-2 PART 3.0] A. 8. C. D. E. 3.02 A. 3.03 A. When the largest aggregate in the mix design is 5/8" or smaller, tests may be performed using 2" x 2" cubes in accordance with ASTM C]70 and C97. EXECUTION SETTING Set all stone accurately and in accordance with shop and setting drawings. Unless otherwise shown set cast stone in full bed of mortar with all vertical joints flush full. Place all anchors and dowels and fill all anchor holes, dowel holes and similar holes completely with mortar. Drench all stones with clear water just prior to setting. After each stone has been set, all joints shall be raked to a depth of 3/4" from the face for pointing. Sponge off the face of each stone to remove any splashed mortar or mortar smears. Set copings with unfilled vertical joints. The exterior vertical profile of these joints shall be packed with foam rod, and after wetting the ends of the stone, thoroughly fill the joint full from above with mortar grout to within 3/4" of top. After mortar has set, remove packing for pointing or sealant. PATCHING AND CLEANING Repair of chipped or damaged cast stone shall be done by mechanics skilled in this class of work, with materials furnished by the stone manufacturer, and according to his direction. Before pointing, the face of all cast stone shall be scrubbed with a fiber brush, using soap powder and water and shall then be thoroughly rinsed with clean running water. Remove any mortar from the face of the stone. No acids or prepared cleaners shall be used without the approval of the cast stone manufacturer. POINTING AND CAULKING Dampen all joints and carefully point to a slight concave finish. No pointing shall be done in freezing weather or in locations exposed to hot sun, unless protected properly. Caulk head joints in copings with joint sealant in accordance with manufacturer's instructions. 04435-3 3.04 A. INSPECTION AND ACCEPTANCE Acceptance of cast stone finish requires that color and texture shall be equal to the approval sample when viewed in good typical lighting at a distance of 10 feet. Cast stone shall show no obvious repairs or imperfections, other than minimal color variations when viewed at a distance of 20 feet. END OF SECTION 0062:1734-01 04435-4 DIVISION 5 METALS SECTION 05120 - SiRUCTURAL STEEl PART 1 - GENERAL 1.01 DESCRIPTION Scope: Furnish all labor, materials, equipment and related items required to erect all structural steel as indicated on the Drawings. Related work specified elsewhere: 1.02 I. Reinforcing steel: Section 03210 2. Bridge railings: Section 05520 QUALITY ASSURANCF Bo Co Do Construction minimum standards: Texas State Department of Highways and Public Transportation, "Standard Specifications for the Construction of Highways, Streets and Bridges." Should conflicts arise between standard specifications of government agencies mentioned herein and Contract Documents, Contract Documents shall govern. Immediately notify Engineer of conflict. Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of State Specifications shall apply. Owner will hire an independent testing laboratory to conduct tests. Contractor to pay for any retests of material which fail initial tests. 1.03 SUBMITTALS The following items shall be submittal for review to the office of the Engineer: Fabrication and erection shop drawings in accordance with the Standards referenced in Part 1. B. Mill test reports, certifications and test accordance with the Standards referenced in Part I. C. Welding procedures. PART 2 - PRODUCTS reports in 2.01 A. Materials shall be as specified in the referenced items of State Specifications as modified herein. 05120-1 Ferrous metals shall conform to Item 442 of State Specifications, and as indicated on the Drawings, except as noted below. PART 3 I 3.01 A. Article 442.14: Delete the second sentence that begins 'Paint and painting shall be in accordance . ' 2. Articles 442.16 and 442.17: Delete. Permanent metal bridge deck forms shall conform to Item 443 of State Specifications except as noted below: 1. Article 443.3: 2. Article 443.4: 3. Article 443.5: Delete second paragraph. Delete second sentence of first paragraph. Delete. High strength bolts shall conform to Item 447 of State Specifications. 1. Article 447.8: Delete. EXECUTION CONSTRUCTION Construction methods referenced items of herein. and procedures shall be in accordance with the the State Specifications except as modified Fabrication and erection of structural steel and steel structures shall be in accordance with Item 441 of State Specifications except as noted below: 1. Article 441.3: a. Paragraph 3. Delete second sentence. b. Delete paragraph 4, 5, 8, g, and 11. c. 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. 2. Article 441.5: a. Delete paragraphs 2, 3, 6 and 7. b. Revise paragraph 4 to read as follows: 05120-2 Prior to beginning fabrication, the Engineer mill test reports. reflect: the Fabricator shall furnish The mill test reports shall Specification to which material is produced. Heat number of material. Chemical and physical properties of the material by the material specification. Impact test data when required. required Grain size or statement that fine grain practice was used, when required. Article 441.23; paragraph 3: Delete reference to 'Protection System II~. Article 441.26: 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. b. Last Paragraph: Delete the sentence: The methods to be used shall be submitted on the erection drawings. 5. Article 441.28 a. Revise the first paragraph to read as follows: 441.28. Falsework. 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, and properly maintained. b. Delete paragraphs 2 and 3. Article 441.36: Delete. Article 441.37: Delete. 05120-3 Bolting of steel structures shall be in accordance with Item 447 of State Specifications, except as noted previously. Field welding of structural steel and reinforcing steel shall be in accordance with Item 448 of State Specifications except as noted below: 1. Article 448.3: Delete paragraphs 7 and 8. 2. Article 448.5: a. Paragraph 11: Division." b. Paragraph 14: and Brazos, . Substitute "Engineer" for "Bridge Delete reference to "Bridge Engineer, 11th "and substitute "Engineer." o Article 448.15: Delete 'having prior approval of the Materials and Tests Engineer.~ Article 448.17: Delete. END OF SECTION 009:2201-82 05120-4 SECTION 05520 - BRIDGE RAILINAS PART ] - GENERAL ].01 DESCRIPTION Scope. Furnish materials, labor, equipment and incidentals to construct concrete, steel, or aluminum railing, or a combination of these materials on bridges, culverts, walls, or incidental structures as shown on the plans. Related work specified elsewhere: I. Structural steel: Section 05120 2. Protective Coatings: Section oggo0 3. Reinforcing Steel: Section 03210 4. Structural Concrete: Section 03310 1.02 QUALITY ASSURANCE Bo Construction minimum standards: Texas State Department of Highways and Public Transportation, "Standard Specifications for the Construction of Highways, Streets and Bridges." Should conflicts arise between government agencies mentioned Contract Documents shall govern. conflicts. the standard specifications of herein and Contract Documents, Immediately notify Engineer of all Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340, but the balance of State Specifications shall apply. 1.03 SUBMITTALS The following items as called for in the related work specifications shall be submitted for review to the office of the Engineer. PART 2 - PRODUCTS 2.01 MATERIALS Materials for bridge railing shall conform to the requirements of Item 450 of State Specifications, except as modified below: Article 450.4: Delete. Article 450.5: Paragraph 1; Delete the second sentence. Articles 450.6 and 450.7: Delete. 05520-1 Structural Tubing: All structural tubing for bridge rails shall be of the size shown on the Drawings and shall meet the requirements of ASTM A 500, Grade B. C. Material for base plates shall meet the requirements of ASTM A36. PART 3 - EXECUTION 3.01 A. Bo CONSTRUCTION Construction and fabrication methods and procedures shall be in accordance with Item 450 of State Specifications. Painting rail: Section Og900. Color to be selected by Owner. END OF SECTION 010:2201-82 05520-2 DIVISION g PAINTING SECTION 09900 - PROTECTIVE COATINGS PART I - GENERAL 1.01 DESCRIPTION A. Furnish all labor, materials, tools and equipment to provide protective coatings for the following: 1. Bridge Railing. 2. Bridge Diaphrams, embedded items. Armor Joints, Pipe Hangers and miscellaneous Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. C. Related work specified elsewhere: 1. Structural Steel: Section 05120 2. Bridge Railings: Section 05520 1.02 QUALITY ASSURANCF Ao Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340. 1.03 SUBMITTALS Prior to delivery any painting materials to the jobsite, submit the following the to the Engineer: 1. Color Selection Chart (3 copies minimum for each type of paint used). 2. Manufacturer's data on each type of paint to be used. PART 2 - PRODUCTS 2.01 PAINT SCHEDULE The following field painting schedule establishes various paints and primers required under this specification. Specific instructions in other detail specifications supercede paint schedule for shop-coated materials and equipment. Substitutions of paints are not allowed unless specifically approved in advance. Include with request for substitution complete information as to formulation, coverage, application, etc. Surfaces not specifically listed and not excluded by other sections of this specification shall be painted so as to perform a complete job. 09900-1 SymbQ1 A B Min. Dry Mil Thickness Per Coat 5.0 4.0 Brand and Manufacturer Series 66 Hi-Build Epoxyline, Tnemec Series 73 Endurashield III, Tnemec Type of Surface Surface Preoaration I. Structural 1st Primer Coat Total Mils (Dry) a. Bridge Railing 2 b. Bridge Diaphragms, Armor Joints, Pipe Hangers, and miscel- laneous embedded items A(1) B - Hot Dipped Galvanized - 9.0(2) NOTES: (1) Shop primer or coating must be compatible with field applied coating. Test for compatibility before applying field coat. If not compatible, remove shop coat to a SSPC-SP-6 condition or apply a barrier coat of manufacturer supplied material. (2) Minimum dry film thickness of field coats applied. 2.02 A. PART 3.01 COLORS Color Selection Colors submitted shall be Deep Umber MC-46 in the deep, dark browns. 3 - EXECUTION WORKMANSHIP Employ only skilled workmen to apply paints and finish materials. Apply paints with brush or spray equipment in even and thorough coats, without runs, sags or other blemishes. Allow all coats of paint, regardless of material used, to dry thoroughly before application of succeeding coat, except when manufacturer recommends otherwise. Properly sand painted surfaces between coats of enamel, paint or shellac when applied to any surface other than masonry. Apply paints in accordance with manufacturer's recommendations. 09900-2 3.02 A. PREPARATION OF SURFACES Metal Surfaces: Unless otherwise designated, surface preparation shall be in accordance with the following table as noted on the paint schedule. FIELD SURFACE PREPARATION SCHEDULE Symbol Type 1 Solvent Cleaning Steel Structures Painting Council Specifications SSPC-SP-1-73T Description Removal of oil, grease, dirt, soil, salts and conta- minants by cleaning with solvent, vapor, alkali, emulsion or steam. 2 Commercial Blast SSPC-SP-6-73T Blast cleaning until at least two- thirds of each element of surface area is free of all visible residues. 3.03 A. APPLICATION OF PAINT Use one convenient location for storing and mixing of paint materials, and keep fire extinguisher available in this area as long as it is used for such purpose. Protect floor of this area, and all other areas where painting is done, with suitable drop cloths. Remove oily rags and waste from building or site at close of day. On completion of painting operations, clean off all paint spots, oil, and stain from all surfaces and leave entire project in perfect condition as far as painting work is concerned. Remove from premises all containers and debris resulting from painting operations. Thoroughly dry each coat of Allow full dry time between particular paint involved. paint before successive coat is applied. coats as specified by manufacturer of Apply at rate recommended by manufacturer. Deliver to site in original (unbroken) sealed containers with manufacturer's label attached. 09900-3 Eo Use only those thinners and solvents specified in paint formulas of paint being used, and mix in proportions as recommended by paint manufacturer. F. Brush Application (Not permitted, except for minor touch-up.) Go Use first quality hog hair or suitable synthetic bristle brushes. Use of horse hair bristle brushes not permitted. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes for oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with turpentine or mineral spirits before reuse. Apply in uniform thickness consistent with specified coverage, and with sufficient cross-brushing to insure filling of surface irregularities. Exercise particular care in painting around rivet heads, bolt heads and nuts, and in corners and other restricted spaces. Spray Application: Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hand agitator. Apply with width of spray not less than 12 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Make frequent checks to insure correct spreading rate and coating, and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. Take special care to cover edges, corners, and rivet heads without bridging over of paint film. H. Shop-coated metal surfaces After delivery to site of work and prior to installation, keep all shop-coated metal work clean and free from corrosion. Where directed, clean and retouch or repaint damaged areas with additional primer. After erection or installation of shop-coated metal work, clean and retouch all rust spots, all places where paint has been rubbed or scraped off, and all field rivets, bolt heads and nuts. After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been perfectly cleaned and dried, apply paint in accordance with painting schedule. Allow five (5) days for hardening of final coat before submerging in water. Galvanizing shall conform to the requirements of ASTM Standards A 123, A 120, and A 153. Abraded or otherwise damaged surfaces and cut ends of galvanized members shall touched-up with a single component, non-toxic, zinc rich compound with 95 percent zinc in the dried film, such as "Drygalv" by American Solder and Flux Company. END OF SECTION 011:2201-82 09900-4 DIVISION 16 ELECTRICAL SECTION 16111 CONDUITS PART I - GENERAL 1.01 DESCRIPTION A. General 1.02 A. Furnish and place conduit across bridges of the types and sizes indicated on the Drawings, including concrete pull boxes, fittings, attachments and incidentals. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation. Governing Standards. 1. NEC 2. Rigid Galvanized Conduit ANSI C80.1-1971 3. Non-metallic Rigid P.V.C. - Pipe (conduit) ASTM D 1785, Where a particular type of material or method is specified, no other type of material or method will be permitted, except as described in Section 01340. ].o) A. Certifications that materials comply with Specifications. PART 2 - PRODUCTS Ao Heavy wall rigid galvanized conduit: Conduit, couplings and fittings shall be hot dipped galvanized or electro-galvanized inside and out. Zinc coating shall be a minimum of 1.5 ounces per square foot when tested in accordance with ASTM A gO. All fittings shall be rain tight. Non-metallic rigid polyvinyl chloride (P.V.C.) pipe. 1. Pipe: ASTM D 1785, Schedule 40. 2. Couplings and fittings: ASTM D 1784, Class 13455-A. a. Joints shall be solvent welded as recommended manufacturer. by the 16111-] PARI' 3 3.01 3.02 A. Go b. Expansion coupler devices shall be same material as conduit and provide a minimum four inches of longitudinal movement. Provide a minimum of one coupler for each end of bridge span. Concrete: Section 03310 Supporting systems for conduit placed beneath the bridge shall be per the details and specifications indicated on the Drawings. - EXECUTION CONSTRUCTION Place the conduit, pull boxes, fittings and incidental in accordance with the lines, grades, details and dimensions shown on the Drawings and a specified or as directed by the Owner. HEAVY WALL Riqid GALVANIZED STEEL CONDUIT Install heavy wall rigid galvanized conduit for exposed wiring unless otherwise indicated. No trade size shall be smaller than 3/4 inch. Cut conduit ends square with a saw and ream. Cut thread to effect full thread joint engagement. All thread joints and fittings shall be given a liberal coating of white lead or equivalent, following which the joint shall be pulled up tight and secure. No running threads are permitted. Install pull boxes approximately every 100 feet in long conduit runs. Install exposed rigid conduit parallel to structural members and surfaces. Multiple runs in the same direction shall be parallel with symmetrical bends. Support each run or group of runs rigidly with galvanized hardware and framing materials, including nuts and bolts. Conduits across structural joints shall have OZ or DX bonded watertight expansion and deflection fittings where in structural movement. All conduits shall be clear of structural openings. Prevent the entry of dirt, trash or water in the conduit system. Cap future conduits if exposed and terminated in equipment. Plug with galvanized couplings flush with the structural surfaces if concealed. Where Drawings indicate future equipment, provide concealed portions of conduits. 16111-2 Ko Ne 0 3.03 A. Be Co Do 3.04 A. B. Maintain minimum separation of six inches between other pipelines and electrical conduits. Conduits entering from outside walls shall have seals of rubber neoprene similar to OZ type WSK and if entry is below grade, include cable gland similar to OZ Type W or CSB sealing bushing. Install conduits between reinforcing steel in walls and slabs. If there is only one layer of reinforcing steel in slabs, place conduits under the reinforcement, unless shown otherwise on the Drawings. Structural members and reinforcing steel shall not be cut, burned or damaged in any way. Holes cut through existing floors and walls shall be neatly repaired with zinc-coated pipe rings place on conduits at entry points. Avoid trapped runs and vertical loops in conduits, but where necessary, drain with proper fittings. NON-METALLIC RIGID POLYVINYL CHLORIDE PIPE (CONDUIT) Non-metallic rigid polyvinyl chloride (P.V.C.) conduit shall be used in all underground runs and beneath bridges, unles~ otherwise indicated, any run which turns up or out and becomes ~naccessible shall include rigid galvanized fittings connected to the appropriate P.V.C. adapter beneath the concrete. Underground runs of P.V.C. conduit shall be concrete encased as indicated on the Drawings. Trench excavation, backfill, embedment and encasement shall be in accordance with Section 02225. Weld joints as per manufacturer's instructions a. Smooth finished joint. b. Conduit shall penetrate fittings to its maximum. c. Joints shall be watertight and not leak when tested at 25 psi internal pressure for 12-hour period. All conduits installed for future use shall include removable caps on each each end. OBSTRUCTION TEST Installed duct will be checked for obstructions by pulling an approved conduit mandrel through each duct. If mandrel fails to pass properly, the duct shall be exposed, the defects corrected and duct retested with the mandrel. 0066:1734-0! END OF SECTION 16111-3