PROJECT MANUAL FOR MIDWAY ROAD DRAINAGE IMPROVEMENTS FROM GREENHILL DRIVE TO T.U. ELECTRIC R.O.W. FOR i TOWN OF ADDISON. TEXAS j j j J 1 1 1 j .. , ] J ..i ,j ; 1 j Espey, Huston & Associates, Inc. , Engineering & Environmental Consultants 1 .j I Document No. 950879 EH&A Job No. 16285 PROJECT MANUAL FOR MIDWAY ROAD DRAINAGE IMPROVEMENTS FROM GREENIDLL DRIVE TO T.U. ELECTRIC R.O.W. FOR TOWN OF ADDISON, TEXAS Prepared for: Town of Addison . --"'" 􀀭􀀭􀁾􀁅􀀮􀀠OF r}',P. o. Box 144 􀀻􀀢􀁜􀁾...........􀁾􀀭􀁴􀀺􀀠'. Addison, Texas 75001 ..."1"'1.;.,.....* · *,􀀬􀀮􀀢􀀮􀁾􀀠􀁾'* L. 􀁾􀀠􀁦􀂷􀁂􀁒􀁕􀁃􀁅􀂷􀁒􀁾􀂷􀁇􀁒􀁁􀁎􀁦􀁈􀁾􀁴􀁩􀂷􀁾-.. 􀁾..................•......I 􀁾􀀠 \ : I .'. 659 1.'!IfiI',," 􀁾􀀠.􀁾􀁾􀀠􀁾• .􀁾􀁾􀀯􀁓􀁔􀁴􀁾􀁾􀂷..􀁾􀁾􀀠;sos ........ oj.6 .., Prepared by: 􀁦􀁬􀁾􀀭􀀢􀀠Espey, Huston & Associated, Inc. 13800 Montfort, Suite 230 Dallas, Texas 75240 July 1995 j I . 1 ..1 J -I i Section AB Section m Section PF Section CA Section PrB Section PyB Section MB Section BP Section GP Section SP Section T Appendix A Appendix B TABLE OF CONTENTS Advertisement for Bids Instructions to Bidders Proposal Form Contract Agreement Performance Bnnd Payment Bnnd Maintellllllce Bond Contractor's Affidavit of Bills Paid General Provisions Standard Specifications for Public Works Construction, North Central Texas (separate document not furnished) Special Provisions Technical Specifications Sample of Texas Sales Tax Exemption Certificate Soil Bnring Information EH&A 162851950879 ii July 1995 I SECTION AB ADVERTISEMENT FOR BIDS I· " EH&A 162851950879 July 1995 AB-l SECTION AB ADVERTISEMENT FOR BIDS 1. Sealed bids addressed to the Town of Addison, Texas, for Midway Road Dtainage Improvements, Greenhill Drive to T.V. Electric R.O.W., for the Town of Addison, Texas, hereinafter called ·City" in accordance with plans, specifications and conttact documents prepared by Espey, Huston & Associates, Inc., will be received at the office ofClyde Iohnson, Purchasing Manager, Fmance Building, 5350 Belt Line Road, Addison, Texas until 2:00 p.m. on the 10th day ofAugust 1995. Bids received by the appointed time will be opened and read aloud. Any bids received after closing time will be returned unopened. 2. A pre-bid conference will be held at 9:00 a.m. on the 3rd day of August 1995. The conference will be at the Addison Service Center, 16801 Westgrove, Addison 75248. Attendance is bighly recommended; bowever, attendance at the conference will be voluntary. 3. The Contractor sball identify bis bid on the outside of the envelope by writing the words TOWN OF ADDISON MIDWAY ROAD DRAINAGE IMPROVEMENTS, GREENHILL DRIVE TO T.V. ELECTRiC R.O.W., Bid No. 95-30. 4. Bids shall be accompanied by a cashier's cbeck or certified cbeck upon a national or state bank in an amount oot less than five percent (5%) of the total maximum bid price payable withput recourse to the Town of Addison, or a bid bond in the same amount from a reliable surety company licensed by the State of Texas to act as a Surety, or a Binder of Insurance executed by a surety company licensed by the State of Texas to act as a surety or its authorized agent as a guarantee that the bidder will enter into a contract and execute a Performance Bond within ten (10) days after notice ofaward of contract to bim. 5. Plans, specifications and bidding documents may be secured from Clyde Jobnson, Purchasing Manager. Finance Building, 5350 Belt Line Road, Addison, Texas. 6. The rigbt is reserved by the Mayor and the City Council as the interest of the City may require to reject any or all bids and to waive any informality in bids received. 7. The Bidder (Proposer) must supply all the information required by the Proposal Form. 8. A Performance Bond, Labor and Material Payment Bond, and Maintenance Bond will be required by the Owner; each Bond sball be in the amount of 100% ofthe total contract amount. Bonds shall be issued by a surety company licensed by the State of Texas to act as a Surety. 9. ' For information on bidding or to secure bid documents, call Clyde Jobnson (214) 4so:.7090. For information on the work to be performed, call Jobn Baumgartner, City Engineer, (214) 450-2886. . 10. This project consists of providing paving, drainage, landscape, irrigation and other i/miscellaneous improvements as sbown on the plans and in accordance with the specifications'. EHM 162851950879 . AB-2 July 1995 SECTION IB INSTRUCTIONS TO BIDI;?ERS EH&A 162851950879 IB-1 July 1995 A. PROJECf: B. PROJECT DESCRIPTION: C. PROPOSALS: D. DOCUMENTS: SECTION m INSTRUCTIONS TO BIDDERS Midway Road Drainage Improvements. Greenhill Drive to T.U. Electric R.O.W. in the Town of Addison. This project consists ofproviding paving, drainage, landscaping, irrigation and other miscellaneous improvements as shown on the plans and in accordance with the specifications. Proposals must be in accordance with these instructions in order to receive consideration. Documents include the Bidding Requirements, General Provisions, Special Provisions, Technical Specifications, Drawings plus Addenda which may be issued by the Consultant during the bidding period. Bidding Documents may be viewed andlor obtained under the terms and conditions set forth in the Advertisement for Bids, Section AB of this Project Manual. E. EXAMINATION OF DOCUMENTS AND SITE: Bidders shall carefully examine the Bidding Documents and the construction site to obtain first-hand knowledge of the scope and the conditions of the Work. Each Contractor, Subcontractor and Sub-subcontractor, by submitting a proposal to perform any portion of the Work, represents and warrants that he has examined the Drawings, Specifications (Project Manual) and the site of the Work, and from his own investigation has satisfied himself as to the scope, accessihility, nature and location ofthe Work; the character of the equipment and other facilities needed for the perfurmance of the Work; the character and extent of other work to be performed; the local conditions; labor availability, practices and jurisdictions and other circumstances that may affect the performance ofthe Work. No additional compensation will be allowed by the Owner for the failure of such Contractor, Subcontractur or Sub-subcontractor to inform himself as to conditions affecting the Work. . F. INTERPRETATION OF DOCUMENTS: If any person contemplating submitting a bid for t;te proposed Contract is in doubt as to the meaning of any part of the Drawings, Specifications ,, (Project Manual) or other proposed Contract Documents, he may submit to the Consultant, not later than seven (1) calendar days prior to the date set for opening bids, a written request for an interpretation or clarification. Bidders should act promptly and allow sufficient tim.e for a reply to reach them before preparing their bids. Any interpretation or clarification will be in the form of an Addendum duly issued. No alleged verbal interpretation or ruling will be held binding upon the Owner. !' EH&A 162851950&79 July 1995 IB-2 O. SUBSTITUTIONS: Conditions governing the submission ofsubstitutions for specific materials, products, equipment and processes are in the Special Provisions. Requests for substitutions must be received by the Consultant seven (1) calendar days prior to the established bid date. H. ADDENDA: Interpretations, clarifications, additions, deletions and modifications to the Documents during the bidding period will be issued in the form of Addenda and a copy of such Addenda will be mailed or delivered to each person who has been issued a set of the Bidding Documents. Addenda will be a part of the Bidding Documents and the Contract Documents, and receipt of them shall be acknowledged in the Bid Form. All such interpretations and supplemental instructions will be in the form of written addenda to the contract documents which, if issued, will be sent by telegram, certified or registered mail, or hand delivered to all prospective bidders (at the respective addresses furnished for such purposes) not later than three (3) calendar days prior to the date fixed for the opening of bids. If any bidder fails to aclcnowledge the receipt of such addenda in the space provided in the bid form, his bid will nevertheless be construed as though the receipt of such addenda had been aclcnowledged. I. COMPLETION TIME: A reasonable completion time has been established by the Owner and is indicated in the Proposal Form. J. PREPARATION OF BIDS: Prices quoted shall include all items of cost, expense, taxes, fees and charges incurred, or arising out of, the performance of the work 10 be performed under the Contract. Bids shall be submitted in duplicate and shall be signed in ink. Any bid on other than the required form will be considered informai and may be rejected. Erasures or other changes in a bid must be explained or noted over the initials of the bidder. Bids containing any conditions, omissions, unexplained erasures and alterations, or irregularities of any kind may be rejected as informal. The prices should be expressed in words and figures or they may be deemed informai and may be rejected. In case of discrepancy between the rices written in the bid and Iliose . ven in the fi res' • e bid. Failure to submit all requested information will make a bid irregular and subject 10 rejection. Bids shall be signed with name typed or printed below signature, and, if a partnership, give full name of all parlOers. Where bidder is a corporation, bids must be signed with the legal name of the corporation followed by the name of the state of incorporation and the legal signature of an officer authorized 10 bind the corporation to a contract. K. SUBMlTIAL OF BIDS: Sealed proposals will be received at the time, date and place state:ll in the Advertisement for Bids. Proposals shall be made on unaltered Proposal Forms furnished by the Consultant. Submit proposal in an opaque, sealed envelope addressed to the Owner and plainiy mark on the outside of the envelope the project name, and the name and address -of the bidder. The Bid Bond must be completed and signed by each bidder and submitted willi the bid. Submit Bids by mail or in person prior to the time for receiving bids set forth -in the Advertisement for Bids issued by the City. EH&A 162851950879 m-3 July 1995 L. MODIFICATION AND WITHDRAWAL OF BIDS: Prior to the time set for bid opening, bids may be withdrawn or modified. Bids may be modified only on the official bid form and must be signed by a person legally empowered to bind the bidder. No bidder shall modify, withdraw or cancel his bid or any part thereof for thirty (30) calendar days after the time agreed upon for the receipt of bids. M. DISQUALIFICATION: The Owner reserves the right to disqualify proposals, before or after the opening, upon evidence of collusion with intent to defraud or other illegal practices relating to this proposal upon the part of the bidder. N. SUBMISSION OF POST -BID INFORMATION: Upon notification of acceptance, the selected bidder shall, within five (5) calendar days, submit the following: 1. A designation of the portions ofthe Work proposed to be performed by the bidder with his own force. 2. A list of names of the subcontractors or other persons or organizations, including those who are to furnish materials and equipment fabricated to a special design proposed for such portions of the Work as may be designated in the Bidding Documents or as may be requested by the Consultant. The bidder will be required to establish to the satisfaction of the Owner and the Consultant the reliability and responsibility of the proposed Subcontractors and suppliers to furnish and perform the Work. O. AWARD: The Owner reserves the right to accept any or to reject any bids without compensation to bidders and to waive irregnlarities and informalities. The Consultant, in making his recommendation, will consider the following elements: 1. Whether the bidder is a contractor with eJ:perience in the type of work involved. 2. Whether the bidder has adequate plant, equipment and personnel to perform the work properly and expeditiously. 3. Whether the bidder has a suitable finaucial status and reputation for meeting obligations incident to work of the kind specified. P. EXECUTION OF THE CONTRACT: The successful bidder will be required to enter.into a contract with the Owner within ten (10) calendar days of notice by the Owner that his bid has been accepted. Failure to enter into contract within the established time limit without proper justification sball be considered grounds for forfeiture of the bid bond. EH&A 162851950879 m-4 July 1995 Q. CONSTRUCTION SCHEDULE: It is the Owner's desire to have the project completed and operational in as short a time as possible. The number of calendar days ror completion of the project will begin with the date specified in the Notice to Proceed. The Notice to Proceed will be issued in a manner to faoilitate a smooth construotion of the project. 1 The Contractor shall substantially complete construction on this project within 145 calendar days from the proposed date of beginning. Substantial completion shall include all paving, drainage, ) utility, and pavement marldng improvements. In no instance shall the number ofcalendar days ) for total completion ofthe contract wode measured from the proposed date ofbeginning exceed \ 165 calendar days. ) R. LIQUIDATED DAMAGES: The time of completion is the essence of this contract. For each calendar day that any wode shall remain uncompleted after the time specified in the proposal and the contract, or the increased time granted by the Owner, or as equitably increased by additional work or materials ordared after the contract is signed, the sum per day given in the following schedule shall be deducted from the monies due the Contractor: $ SOO per Calendar Day The sum of money thus deducted for such delay, failure or non-completion is not to be considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated damages, per calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. The said amounts are fixed and agreed upon by and between Owner and Contractor because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner in such event would sustain; and said amounts are agreed to be the amounts of damages which the Owner would sustain and which shall be retained from the monies due, or that may become due, the Contractor under this contract; and if said monies be insufficient to cover the amount owing, then the Contractor or his surety shall immediately pay any additional amounts due. If the Contractor finds it impossible, for reasons beyond his control, to complete the work within the contract time as specified, the Contractor may make a written request for an extension of time in accordance with the General Provisions. S. FORM OF CONTRACT: The contract for the construction of the project will be drawn up by the Owner. A sample form of agreement is included in the Contract Agreement Section. T. BONDS: A Performance Bond, a Labor and Material Payment Bond and a Maintenance Bond will be required by the Owner. Sample forms have been included in the Performance Bond, Payment Bond and Maintenance Bond sections. U. BID SECURITY: Bids shall be accompanied by a cashier's check or certified check 'upon a national or state bank in an amount not less than five percent (S%) of the total maximum bid price payable without recourse to the Town ofAddison, or a bid bond in the same amount from a reliable surety company as a guarantee that the bidder will enter into a contract and execute Performance Bond within ten (lO) calendar days after notice of award of contract to him. Sllch checks or bid bonds will be returned to all except the three lowest bidders within three (3) days after the opening of bids, and the remaining checks I J EH&A 16285/950$19 IB-S July 1995 or bid bonds will be returned promptly after the Owner bas made an award of contract, or, if nO award bas been made within thirty (30) calendar days after the date of the opening ofbids, upon demand of the bidder at any time thereafter, so long as be has not been notified of the acceptance of his bid. V. RESOLUTIONS: If the bidder is a corporation, a copy ofthe resolution empowering the person submitting the bid to bind the bidder must be included with the bid. W. CONSTRUCTION STAKING: Construction staking will not be provided by the Owner. Benchmarks and horizontal control are shoym on the plans. X. FINAL PAYMENT: The general provisions for Final Payment shall be as stated in Item 1.51.4 of the North Central Texas Standard Specifications for Public Works Construction (1983 Edition) including all Amendments and Additions. Prior to final payment the Contractor shall provide the Owner with the following items: 1. A Contractor's Affidavit of Bills Paid in accordance with Section BP. 2. A Consent of Surety Company to Final Payment. 3. A complete set of as-built plans wbich indicate all construction variations from the original construction documents in accordance with Item 5 of the Special Provisions; 4. A one (1) year Maintenance Bond in accordance with Section MB. Y. ADJACENT PROPERTIES: The Contractor shall meet the requirements of the adjacent property owners as indicated on the plans. Z. SOIL BORING INFORMATION: Appendix B contains soil boring logs whicb are provided solely for the Contractor's information. No additional payment will be made for any items of work should subsurface conditions vary throughout the construction area. END OF SECTION IB EH&A 16285/950879 IB-6 July 1995 SECTIONPF PROPOSAL FORM '. EH&A 162851950879 July 1995 PF-l BID FORM ______,19_ TO: The Honorable Mayor and City Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed by: ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt of the following addenda: Addendum No.1 ______ Addendum No.2 ______ .Addendum No.3 ______ '.' '.' EH&A 162351950379 PF-2 July 1995 BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHr-TURN LANE AT DALLAS NORTH TOLLWAY Item ...I::Ilh.. Est. 􀁾􀀠Unit Descrjption Unit 􀁾􀀠Amount 1 1 L.S. Mobilization, bonds and insurance, per lump sum $ $ Dollars Cents 2 0.7 AC, Clearing and grubbing, complete in place, per acre $ $ Dollars Cents 3 1,850 L.F. Sawed breakout groove, complete in place, per linear foot $ $ .' Dollars Cents 4. 1,850 S.Y. Remove concrete pavement and curb, complete in place, per square yard $ $ ',' Dollars Cents . 5, 103 L.F, Remove storm sewer (all sizes). complete in place, per linear foot $ $ 􀁾􀀢􀁾􀀮􀀠Dollars Cents EH&A 162851950879 PF-3 luly 1995 I I BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT UNE ROAD RIGHT-TURN LANE AT DALLAS NORTH TOLLWAY ':j Item Est. UnitI No. Ouan. Unit Description Price Amount 6. 230 L.F. Remove 12' water line, complete in place, per linear foot $ $ Dollars Cents 7. 64 L.F. Remove 8· sanitary sewer, complete in place, per linear foot $ $ DoUars Cents " , ! 8. 2,100 S.F. Remove and replace brick pavers, complete in place, per square foot $ $ Dollars Cems 9. 1 L.S. ReIllove and replace Greenhill School Sign. complete in place, per lump sum $ $ '. i 10. 2 EA. Remove and replace Harvey Hotel sign, complete in place, per each Dollars Cents $ Dollars $ 􀁾􀀠" ;.:;; Cents EH&A 1628S19S0879 PF-4 July 1995 , l', BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT-TURN LANE AT DALLAS NORTH TOLLWAY Item Est. Unit No. Ql!ll!h Unit Description 􀁾􀀠Amount 11. 1 L.S. Support or remove and replace brick wall, complete in place, per lump sum $ $ Dollars Cents 12. 1 L.S. Remove and replace Marriott sign, complete in place, per lump sum $ $ Dollars Cents 13. 30 L.F. Remove guard rail, complete in place, per linear foot $ $ .' Dollars Cents 14. 170 S.F. Remove concrete flume, complete in place, per square foot $ $ ',' Dollars Cents 15. 1,060 S.F. Remove sidewalk, complete in place, per square foot $ $ Dollars 􀁾􀀮􀀺􀀧􀀠Cents EH&:A 16285/950879 luly 1995 PF·5 Ell&A 162851950879 PF-7 July 1995 I, \ BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT·TORN LANE AT DALLAS NORTH TOLLWAY • "1\ , Item Est. Unit No. Q\!ll!L. Unit Description .f!:i£!! Amount 26. 2 EA. 10' Recessed curb inlet, complete in place, per eacb $ $ Dollars Cents 27. 6 EA. 2·10' Recessed curb inlet, complete in place, per each $ $ Dollars Cents 28. 1 EA. 4' Standard 'Y' inlet, complete in place, per each $ $ Dollars "Cents 29. 12 LF. 21" RCP Class ill, complete in place, per linear foot $ $ "." Dollars Cents 30. 166 L.F. 24" RCP Class 1II, complete in place, per linear foot $ $ ';:.Dollars :c.; Cents BH&A 162851950879 July 1995 PF·8 EH&A 162851950879 PF-9 July 1995 i I ) , "',I '" Item No. Est. Qmm... BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHr-TURN LANE AT DALLAS NORTH TOLLWAY Unit Unit Description 􀁾􀀠Amount 36. 1 EA. 45° -39" RCP bend, complete in place, per each $ $ Dollars Cents 37. 398 L.F. 8' x 4' Precast RCB (ASTM C-789), complete in place, per linear foot $ $ Dollars Cents 38. 16 L.F. 8' x 4' Precast RCB (ASTM C-850), complete in place, per linear foot $ $ Dollars Cents 39. 895 L.F. 9' x 5' Precast RCB (ASTM C-789), complete in place, per linear foot $ $ . ',' Dollars Cents 40. 30 L.F. 9' x 5' Precast RCB (ASTM C-850), complete in place, per linear foot $ Dollars Cents 􀁾􀀢􀀺􀀠:",: -! EH&A 162851950879 PF-IO July 1995 ! BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT-TURN LANE AT DALLAS NORTH TOLLWAY Item Est. Unit .N!h.. .Q!!!!!h Unit Description E.i:S Amount 41. 10 L.F. 8' x 4' to 9' x 5' RCB transition, complete in place, per linear fool $ $ Dollars Cents 42. 245 L.F. 12" -SDR 14 PVC Water line, complete in place, per linear foot $ $ DoUars Cents 43. 2 EA. 12" Valve, complete in place, per each $ $ ; DoUars Cents 44. 1 EA. Cui in 12" valve, complete in place, per each $ '.􀁾􀀬􀀠Dollars Cents 45. 1 EA. Cui and plug 6" water line, complete in place, per each $ $ 'Dollars Cents 􀁾􀀯􀀠,! EH&A 162851950879 PF-ll luJy 1995 BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT-TURN LANE AT DALLAS NORTH TOLLWAY Item Est. Unit No. Q\!!!!:, Unit Description Price Amount 46. 1 EA. 8" x 6" Tapping sleeve and valve, complete in place, per each $ $ Dollars Cents 47. I EA. 6" Fire hydrant lead, complete in place, per each $ $ Dollars Cents 48. 1 EA. Relocate fire hydrant, complete in place, per each $ $ Dollars Cents 49. 69 L.F. 10" -SDR 35 PVC Sewer Line, complete in place, per linear foot $ $ Dollars Cents SO. I EA. Sanitary sewer manhole, complete in place, per each $ $ Dollars , -Cents 􀁾􀀮􀀧􀀺􀀠EIl&A 16285/950879 PF·12 July 1m BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHf-TURN LANE AT DALLAS NORTH TOLLWAY Item Est. Unit No. Ql!ruh Unit Description Price Amount 51. I EA. Sanitary sewer manhole over existing sewer, complete in place, per each $ $ Dollars Cents 52. 3 C.Y. 2,500 psi concrete encasement, complete in place, per cubic yard $ $ Dollars Cents 53. 2 EA. Adjust telephone conduit, complete in place, per each $ $ Dollars Cents 54. 300 L.F. Temporary safety fence, complete in place, per linear foot $ $ Dollars Cents 55. 2 EA. Temporary Harvey Hotel signs, complete in place, per each $ $ Dollars 􀁾􀀠" "'r"Cents EH&A 16285/950879 PF-13 July 1995 BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT-TURN LANE AT DALLAS NORTH TOllWAY Item ..N2.,.. Est. .!l!!l!II. Unit Description Unit Price Amount 56. EA. Temporary Marriott sign, complete in place, per each $ $ Dollars Cents 57. L.S. Traffic signalization, (temporary and permanent), complete in place, per lump sum $ $ Dollars Cents 58. L.S. Remove, relocate, or replace irrigation system, complete in place, per lump sum $ $ Dollars Cents "59. EA. Install multi-trunked (10') Female •Yaupon, complete in place, per each $ $ , Dollars Cents 60. 3 EA. Install multi-trunked (10') Crape Myrtle, complete in place, per each $ $ $/Dollars Cents EH&A 162851950879 PF-14 July 1995 BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT-TURN LANE AT DALLAS NORTH TOLLWAY Item No. Est. l2!!!!h Unit Description Unit Price Amount 61. 1 EA. Install 10" Dia. Cedar Elm, complete in place, per each $ $ Dollars Cents 62. 2 EA. Install 7" Dia. Red Oak, complete in place, per each $ $ Dollars Cents 63. I EA. Install 8" Dia. Red Oak, complete in place, per each $ $ Dollars Cents 64. 3 EA. Install II" Dia. Live Oak, complete in place, per each $ $ '.' Dollars Cents 65. EA. Install 12" Dia. Live Oak, complete in place, per each $ $ 􀁾􀀬􀁾Dollars Cents .. i EIl&:A 162851950879 PF-15 July 1995 • • BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT-TURN LANE AT DALLAS NORTH TOLLWAY "'l, , Item Est. Unit No. Q!!m,. Unit Description Price Amount 66. 32 EA. Install Dwarf Burford Hotly, complete in place, per each $ $ Dotlars Cents 67. 1,000 EA. Install Asiatic Jasmine, complete in place, per each $ $ Dollars Cents 68. 500 EA. Install Annual Cover (4"), complete in place, per each $ Dollars Cents 69. 7 EA. Install Gulf Stream Nandina, complete in place, per each $ $ '. '.' Dollars Cents 70. 5 EA. Install Juniper ground cover, complete in place, per each Dollars 􀁾􀀻􀀧􀀠Cents ",i EH&:A 162851950819 PF-16 July 1995 BID SCHEDW.E A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIOHT-TURN LANE AT DALLAS NORTH TOLLWAY Item No. Est. Q!mn." Unit Description Unit 􀁾􀀠Amount i \ \ i ), i,fi -I \ I 71. 72. 4 2,000 EA. S.F. Install Holly bushes at GreenhiU School, complete in place, per each Block sod (Bermuda or St. Augustine), complete in place, per square foot $ Dollars Cents $ $ $ ., I \ , II i, I '"rJ1 ' j -,I " I ! 73. 3,150 S.F. Bermuda Hydromulch, complete in place, per square foot Dollars Cents $ Dollars Cents $ I \ 74. I L.S. Remove and replace Marriott entrance landscaping, complete in place, per lump sum $ $ " ',' , Dollars Cents 75. 820 L.F, 4" White paint stripe, complete in place, per linear foot $ $ Dollars Cents .. ::Or':; I·,,' "Ij £aM 162851950879 PF-17 July 1995 BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT-TURN LANE AT DALLAS NORTH TOLLWAY Item Est. UnitI No. QJ!ruh Unit Description Price Amount 76. 710 L.P. Red fire lane striping, complete in place, per linear foot $ $ Dollars j Cents I ! 77. 1 EA. Directional pavement, complete in place, per each $ $ 1 ) Dollars Cents 78. 20 EA. 4" type P-7W White non-reflective lane line buttons, complete in place, per each $ $ Dollars Cents 79. 30 EA. 4" Type P-l5W White reflective lane line buttons, complete in place, " • per each $ $ '.' , Dollars Cents SO. 20 EA. 4" Type Pll7Y Yellow double reflective center line buttons, complete in place, per each $ 􀁾􀀯􀀮􀀠Dollars Cents EH&A 1628519S0879 PF-18 July 1995 1 􀁾􀀠BID SCHEDULE A TOWN OF ADDISON, TEXAS ROADWAY IMPROVEMENTS EASTBOUND BELT LINE ROAD RIGHT· TURN LANE AT DALLAS NORTH TOLLWAY > ,I Item Est. Unit No. 􀁾􀀠ll'!!U Description Price Amount 8l. 3 EA. Remove and replace permanent traffic signs, complete in place, per each $ $ Dollars Cents 82. 1 EA. White painted ·STOP" marking, complete in place, per each $ $l Dollars Cents 83. 1 EA. 12" white painted stop bar, complete in place, per each $ $ Dollars Cents 84. 1 EA. 24·> White thermoplastic stop bar, complete in place, per each $ $ " .. I Dollars Cents TOTAL AMOUNT BID FOR $ BID SCHEDULE A, ITEMS 1 THROUGH 84, INCLUSIVE ;.}, " Dollars Cents The substantial completion time for this Contract is 145 calendar days. The total completion 't,ime for this Contract is 165 calendar days. 1lH&A 162851950879 PF-19 July 1995 NOTES: 1. All items, labor. materials, equipment, facilities, incidentals and work required for construction of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bid for the construction of the project. 2, Prices must be sbown in words and figures for each item listed in this proposal, In the event of discrepancy, the words shall control. 3, Materials, which are "tax exempt,' are those items which are physically incorporated into the facilities constructed for the OWNER, as set forth in the Special Provisions. Materials include, but are not limited to purchased items such as concrete, and roadbase, etc, Services, which are "not tax exempt," are those items which are used by the Contractor but are not physically incorporated into the OWNER's facility and/or items which are consumed by construction, as set forth in the Special Provisions. Services include, but are not limited 10, items sucb as supplies, tools, skill and labor, the purchase, rental or lease of equipment, etc. . ',' EH&A 162851950879 PF-20 July 1995 If BIDDER is: An Individual By ______________________􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭(Seal) (Individual's Name) doing business as Business address: Phone No. A Partnership By ________________________ 􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭(Seal) (Firm Name) (General Partner) doing business as Business address: Phone No. EH&A 162851950879 July 1995PF-21 A Corporation By (Corporation Name) I, (State of Incorporation) By (Name of Person Authorized to Sign) (Title) (Corporate Seal) Attest (Seorelary) Business address: Phone No. A Joint Venture By (Name) '.' (Address) By (Name) (Address) M (Each joint venturer must sign. The manner of signing for each individual, partuership and corporation that is a party to the joint venture should be in the manner indicated above.) EHM 16285/950879 Pp·22 July 1995 1 I SECTION CA CONTRACT AGREEMENT EH&A 162851950879 CA-l 1u1y 1995 ! I I //1 ; I SECTION CA AGREEMENT STATE OF TEXAS COUNTY OF DALLAS TIllS AGREEMENT is made and entered into this __ day of • 19_. by and between the Town of Addison, of the County of Dallas and State of Texas, acting through its Mayor, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and ,ofthe City of , County of , State of , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration ofthe payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as follows: Midway Road Drainage Improvements, From Greenhill Drive to T.U. Electric R.O.W. and all extra work: in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attacbed hereto and in accordance with the Advertisement for Bids, Instructions to Bidders, General Provisions, Special Provisions, Plans, and other drawings and printed Or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the' endorsement of the CONTRACTOR and the OWNER thereon, together with the 􀁃􀁏􀁎􀁔􀁒􀁁􀁃􀁔􀁏􀁒􀀧􀁾, written Proposal and the General ProVisions, all of wbich are made a part hereof and collectively'" evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work: within five (5) calendar days after the,date of written notice to do so shall bave been given to him, to substantially complete the work: wlthin 145 calendar days after he commences work:, and to totally complete the work: in 165 calendar calendar days after be commences work:, subject to such extensions of time as are provided by the General Provisions. The OWNER agrees to pay tbe CONTRACTOR $ in current funds for the, performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to malee payments of account thereof as provided therein. EH&A 162851950879 CA-2 July 1995 ,, 1 IN WITNESS WHEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON ATTEST: (OWNER) . By: City Secretary Party of the Second Part (CONTRACTOR) ATTEST: By: The following to be executed if the CONTRACTOR is a corporation: I, ____________,certify that I am the secre!ary of the corporation named as CONTRACTOR herein; that ____________, who signed this Contract on behalf of the CONTRACTOR is the of said corporation; that said . (official title) Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed: Corporate Seal EH&A 16285/950879 July 1995 CA-3 1 ) SECTION PcB PERFORMANCE BOND " EII&A 16285/950879 PcB·} July 1995 SECTION PrB PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS Date Bond Executed: PRINCIPAL: SURETY: 'I J PENAL SUM OF BOND (express in words and figures): . I ; \, DATE OF CONTRACT: KNOW ALL MEN BY THESE PRESENTS, that we, the PRINCIPAL and SURETY above named, ate held firmly bound unto the Town of Addison, Texas, hereinafter called the OWNER, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by· these presents. " THE CONDITIONS OF THIS OBUGATION ARE SUCH that, whereas the PRINCIPAL entered into a certain Contract with the OWNER, numbered and dated as shown above and attached hereto; ; NOW THEREFORE, if the PRINCIPAL shall well and truly perform and fulfill all :.the undertakings, covenants, terms, conditions and agreements of said Contract during the original term of said Contract and any extension thereof that may be granted by the OWNER, with or without notice to the SURETY, and during the life of any guaranty required under the Contract, and sIialI also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and· agreements of any and all duly authorized modifications of said Contract that may hereafter be '. J/made, notice of which mndifications of said SURETY being hereby waived, then this obligation to be void, otherwise in full force and virtoe. ,.. EH&A 162851950879 PrB-2 July 1995 IN WITNESS WHEREOF, the above-bounden parties bave executed this instrumeot uoder their several seals 00 the elate indicated above, the oame and corporate seal of eacb corporate party beiog bereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governiog body. SEAL CONTRACTOR By; 􀁾􀁎􀁅􀁓􀁓􀀠_____________ Address: SEAL ATTEST: SURETY By: Address: Title: (Surety to Attacb Power of Attorney) CERTIFICATE AS TO CORPORATE PRINCIPAL I, ,certify that I am the secretary of the corporation oamed as PRINCIPAL in the within bond that , who signed the said bood 00 behalf of the PRINCIPAL, is tbe of said corporation; that I know,bis signature, and bis signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) EH&A 162851950379 July 1995 PrB-3 SECTION MB MAINTENANCE BOND EH&A 162851950879 July 1!I95MB-l SECTION MB MAINTENANCE BOND STATE OF TEXAS COUNTY OF DALLAS That __________________ as principal and _________ ______________" a corporation organized under the laws and as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto the Town of Addison, a mnnicipal corporation, chartered by virtue of a Special Act of Legislature of the State of Texas, as Addison, Dallas County, Texas, the sum of ($ ) for the payment of which sum will and truly In be made unto saId Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly sod severally. This obligation is conditioned, however, that whereas said has this day entered into a written contract with the saId Town of Addison In build and construct if!.e ,, EHkA 16285/950879 MB·2 July 1995 which contract and the Plans and Spooifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans, Spooifications and Contract it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and perfonned for a period of one () year from the date of acceptance, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and to do and perfonn all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or building the same, or on account of any defect arising in any of said part of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work· or labor perfonned by the said Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part to comply with the terms of the said provisions of said contract; NOW THEREFORE, if the said Contractor shall keep and perfonn its said agreement to maintain said work and keep the same in repair for the said maintenance period of one (I) year, as provided, then these presents shall be null and void and have no further effect; but if default shall be made by the said Contractor in the performance of its contract to SO maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shall have and recover from the Contractpr and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that 􀁳􀁵􀁣􀁣􀁥􀁳􀁳􀁾􀁶􀁥􀀠recoveries may be had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. EH&A 162851950879 M1J..3 luly 1995 IN WITNESS WHEREOF, the said ___________ bas caused these presents to be executed by and the said bas bereunto set bis band this the __ day of ______, 19_.. SURETY PRINCIPAL By: By: Attorney in Fact ATTEST By: Surety Secretary Agency and Address NOTE: Date of Maintenance Bond must not be prior to date of Contract. ,.. EHM 162851950879 MB-4 July 1995 SECTION GP GENERAL PROVISIONS ,.. EH&A 162851950879 July 1995 GP-l GENERAL PROVISIONS I . The General Provisions of the Contract shall be as stated in the Standard Specifications for Public Works Construction, North Central Texas Council of GovemmenlS (1983), under Part I, "General Provisions," Items 1.0 through 1.63 inclusive, as amended or supplemented and except as modified by the Special Provisions. ,, I· : EH&A 162851950879 GP-2 July 1995 SECTION SP SPECIAL PROVISIONS '. EH&A 162851950879 SP-l Iuly 1995 SECTION SP SPECIAL PROVISIONS I. OWNER The Town of Addison, herein referred to as Owner, party of the First Part of these Contract Documents. 2. ENGINEER Espey, Huston & Associates, Inc., Engineer of the Owner, or other representative as may be authorized by said Owner to act in any particular position. 3. FORMS, PLANS AND SPECIFICATIONS Forms of Proposal, Contract, Bonds and Plans may be obtained from the office of Mr. Clyde Johnson, Purchasing Agent, Finance Building, 5'35'0 Beltline Road, Addison, Texas. 4. COPIES OF PLANS FURNlSHED Three (3) sets of Plans shall be furnisbed to the Contractor, at no cbarge, for construction purposes. Additional copies may be obtained at cost of reproduction upon request. 5. PRODUCT RECORD DOCUMENTS Maintenance of Documents. The Contractor shall maintain at the job site one record copy of the Contract Drawings, Specifications; Sbop Drawings, Change Orders, other modification to the Contract, field test records and other documents SUbmitted by Contractor in compliance with with specification requirements. These documents shall be maintained at the job site apart ftojII documents used for construction. These documents are not be used for construction purposes. The documents shall be maintained in clean, legible condition. The documents shall be mm;te available at all times for inspection by the Owner. Recordjng. Each document shall be labeled Project Record Copy in 2-inch higb printed letters. The record documents shall be kept current. No work shall be covered until required information has been recorded. ' Contract Drawings. The appropriate drawing sball be legibly marked to record, where applicable: Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements. EH&A 162l!S19S0879 July 1995 SP-2 Field changes of dimension and detail made during construction process. Changes made by Cbange Order or Supplemental Agreement. Details not on original Contract Drawings. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. Changes made by Cbange Order or Supplemental Agreement. Other matters not originally specified. Shop Drawings. The Contractor shall maintain the Shop Drawings as record drawings and legibly annotate shop drawings to record changes made after review. A red felt-tip marking pen shall be used for all recording. Submittal. At the completion of the project, the Contractor shall deliver record drawings to the Owner. The transmittal letter shall be accompanied, in duplicate, with: Date, project title and number. Contractor's name and address. Title and number of each record document. Certification thai each document as submitted is complete and accurate. Signature of Contractor or bis authorized representative. 6. HORIZONTAL AND VERTICAL SURVEY CONTROL , : The Contractor shall provide horizontal and vertical survey control for this project. '.' ,, 7. PERMITS. LICENSES, AND REGULATIONS Permits and licenses of a temporary nature necessary for the prosecution of the Work sball be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for hy the Owner, unless otherwise specified. If the Contractor observes that the Drawings and Specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary cbanges shall be adjusted as provided in the Contract for changes in Work. ,The Contractor sball comply with all federal, state and local laws, rules and regulations of every kind and nature applicable to the performance of its Work hereunder, and shall hold the Owner harmless therefrom. EH&A 162851950879 July 1995 SP-3 8. REFERENCE SPECIFICATIONS Where reference is made to specifications compiled by others, such are hereby made a part of these Specifications. 9. REVIEW OF WORK The Owner shall have the right to review the Work while such Work is in progress to ascertain that the Work is being accomplished in compliance with the standards and requirements set forth in the Contract Documents. It is also contemplated that similar review will be conducted by governmental inspectors. Notwithstanding sucb review, the Contractor will be held responsible for the fmished Work, and any acceptance ofthe Work by the Owner or governmental agencies will not relieve the Contractor from responsibility for the Work. The Owner reserves the right to place full-time construction observers at the site of the Work. The Owner and his representatives shall at all times have access to the Work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for review. Ifthe Specifications, the Owner's instructions, laws, ordinances, or any public authority require any Work to be specially tasted, the Contractor shall give the Owner timely notice of its reediness for tasting, and if the testing is by an authority other than the Owner, ofthe date fixed for such testing. Tests by the Owner shall be made promptly, and where practicable at the source of supply. Re-examination ofany Work may be ordered by the Owner, and, if so ordered, the Work must be uncovered by the Contractor. If such Work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such Work is not in accordance with the Contract Documents, the Contractor shall pay such cost. lO. SCOPE OF WORK The Work for this Project consists of fumlshing all materials, labor, equipment, tools and incidentals necessary to construct, in accordance with the Plans and Specifications, the proposed Midway Road Drainage Improvements, from Greenhlll Drive to T.U. Electric R.O.W. II. PROPERTY UNES AND MONUMENTS All property comers, control monumentations, construction and survey stakes and marks shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor or his employees, such stakes or marks shall be replaced at the Contractor's expense as required by the Owner. EH&A 16285/950879 July 1995SP-4 12. DISCREPANCIES If the Contractor, in the course of the Work, finds any discrepancy between the Contract Documents and the pbysical conditions of the locality, or any errors or omissions in drawings or in the layout as given by survey points and instructions, or if it appears that any Plan, Specification or other Contract Document is or may be not in compliance with any building code or other requirement of any governmental body, be shall immediately inform the Owner in writing, and the Owner sball promptly verify the same. Any Work done after sucb discovery, until authorized, will be done at the Contractor's risk. 13. TIME ALLOITED FOR COMPLETION All items of Work included under these contracts sball be completed within the time stipulated in the Proposal. The time sball commence on the date specified in the Notice to Proceed. The Notice to Proceed shall consist ofa written request by the Owner for the Contractor to proceed with construction of the Project. 14. EXISTING STRUCTURES The Plans sbow the location of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to sbow any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation or extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is sucb as to necessitate cbanges in the lines or grades, or require the building of special work, provisions for whicb are not mede in the Plans and Proposal, in wbicb case the provisions in these Specifications for extra work shall apply. 15. EXISTING lITILmES AND SERVICE LINES The Contractor sball contact all the utility companies wbicb bave facilities in the vicinity ofthe proposed improvements to confirm the borizontal and vertical locations of their respective facilities prior to commencing work. Where a conflict with the proposed improvements is encountered, the Contractor sball notify the Engineer immediately prior to proceeding with the work. The Contractor sball be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operation. Wbere existing utilities or service lines are cut, broken or damaged, the Contractor sball zeplace the utilities or service lines witb the same type oforiginal construction, or better, at his own cost and expense. All replacement, backfill and compaction shall be accomplished in strict accordance with the requirements of the owner of the utility or service line. EH&A 16285/950879 SP-S July 1995 16. PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the utility company and approved by the Owner. The right is reserved to the owner of public utilities to enter upon the limits of the Project for the purpose of making such changes or repairs of this contract. 17. LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper execution of the Work. 18. PERMITS AND RIGHTS-OF-WAY The Owner will provide rights-of-way for the purpose of construction without cost to the Contractor by securing permits in areas of public dedication or by obtaining easements across privately-owned property. It shall be the responsibility of the Contractor, prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginiiing construction in areas of public dedication, the Contractor shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the Work. The Contractor shall obtain a right-of-way permit from the Town of Addison. 19. PRECONSTRUCTION CONFERENCE The successful Contractor(s) and Owner shall meet at the call of the Owner on this Project. Prior to the meeting, the Contractor(s) shall prepare schedules showing the sequencing and progress of their work and its effect on others. These schedules shall be delivered to the Owner in advance of the meeting for his review. The general nature of the work, materials used, and methods of construction as well as the schedules will be discussed at the meeting. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 20. ADDENDA Bidders desiring further information, or interpretation of the Plans and Specifications, must make written request for such information to the Engineer (prior to forty-eight (48) hours before the Bid opening). Answers to all such requests will be given in writing to all Bidders in addendum form and all addenda will be bound with and made a part ofthe Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in, or omissions from, the Plans, Specifications or Contract Documents, or should he be in doubt as to their meaning, he shall at once notifY the Engineer in writing in order that a written addendum may be sent to all Bidders. EH&A 162851950879 SP-6 July 1995 21. WATER FOR CONSTRUCTION The Contractor shall make the necessary arrangements with the Town of Addison for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing or flushing. Water required for construction shall be paid for by the Contractor at the Town of Addison prevailing rates. There will be no separate pay item for connection into the existing water system and quantity of water required for construction purposes. 22. EXCAVATION The Contractor shall exercise precautions to insure that drainage from adjacent properties is not blocked by his excavations. 23. CONTRACTOR's BID The Contractor's Bid sball be on a Unit Price basis for construction of the Project as shown on the Plans and described in the Specifications. 24. OWNER'S STATUS The Owner shall perform technical review of the Work. He sball also have authority to reject all Work and materials whicb do not conform to the Contract and to decide questions whicb arise in the execution of the Work. 25. OWNER'S DECISIONS The Owner shall, within a reasonable. time after their presentation to him, make decisions in writing on all claims of the Contractor and on all other matters relating to the execution and progress of the Work or the interpretation of the Contract Documents. 26. LANDS FOR WORK The Owner sball provide as indicated on the Plans for this Project, the lands upon which the Work under this Contract is to be done, rigbt-of-way for access to same, and such other lands whicb are designated on the Plans or in the Specifications for the use of the Contractor. Such lands and rigbts-of-way sball be adequate for the performance of the Contract. Should the Contractor be delayed as the result of lack ofaccess, this sball be cause for an extension oftime but not for additional cost. The Contractor shall provide at bis own expecse and without liability to the Owner any additional land and access thereto that may be required for temporary construction facilities. EH&A lIiZSS1950S79 SP-7 July 1995 27. CLEANING UP The Contractor shall remove at bis own expense all temporary structures, rubbish and waste materials resulting from his operations. These requirements shall not apply to property used for permanent disposal of rubbish or waste materials in accordance with permission of sucb disposal granted to the Contractor by the Owner thereof. 28. LIOUIDATED DAMAGES FOR DELAY BY CONTRACTOR The time of completion is of the essence in this contract. For each calendar day that any Work: sball remain uncompleted after the time specified in paragraph 38, liquidated damages sball be deducted from the monies due the Contractor in the amount of $500 per day. 29. USE OF EXPLOSIVES Use of explosives will not be aUowed. 30. PROJECT MAINTENANCE The Contractor shall maintain, and keep in good repair, the improvements covered by these Plans and Specifications during the life of bis contract. 31. DISPOSAL OF WASTE AND SURPLUS EXCA V A TION All aspbalt, concrete, rock or excavated material, or other debris removed from the site as a preliminary to the construction sball be removed from the property. Any required disposal permits shall be the sole responsibility of the Contractor. 32. REMOVALS. ADJUSTMENTS AND REPLACEMENTS Existing pavements, driveways, curbs, gutters, sidewalks, etc., to be removed to facilitate the construction of the improvements sball be broken up and disposed of. Care sball be exercised to leave a neat, uniform edge or joint at the excavation limits or sections removed where oilly portions are to be removed. The Ow!)er will designate the limits to be removed. Where pavements, driveways, curbs, gutters, sidewalks, etc., sball be replaced, then said replacements sball be to the standard of the previously removed portion or better. Existing structures sucb as manholes, inlets, cleanouts, valve boxes, etc. wbich are not the property of a private firm or company, or an individual required to move their own property, sball be adjusted, altered or reset to the requirement elevation and alignment. New materials materials and workmanship necessary sball conform to the requirements of these Specifications covering the particular Work. Salvaged 􀁭􀁡􀁴􀁥􀁲􀁩􀁡􀁬􀁾􀀠in good condition may be used in rebuilding slicb .,. structures, provided the materials are thoroughly cleaned before their use. EH&A 162851950879 July 1995 SP-8 All private obstruction which are indicated on the Plans to be moved, will be removed and replaced, or moved to new permanent locations by the Contractor, without additional payment to the Contractor. A:ny such additional item which the Contractor moves or causes to be moved for his own convenience shall be at his own expense. 33. TOWN OF ADDISON APPROVAL This project is subject to final approval and acceptance by Town of Addison. 34. TRAFFIC CONTROL The Contractor shall be responsible for providing traffic control duriog the construction ofthis Project consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets aod Highways· issued under the authority of the ·State of Texas Uniform Act Regulating Traffic on Highways·, codified as Article 670ld Vernon's Civil Statotes, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the aty. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Town of Addison to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual, and such a temporary sign must be installed prior to the removal of the existing sign. 35. CERTIFICATION The Contractor shall submit a manufactorer's certification that the material was manufactured and tested in accordance with the referenced Specifications and a report of test results. The certification shall be submitted prior to material shipment. 36. FINAL ACCEPTANCE OF WORK Final 􀁾􀁰􀁴􀁡􀁮􀁣􀁥􀀠of the Worle is subject to final testing and approval of the Work by the Town of Addison. 􀀮􀁾􀀠37. WORK AREA Contractor sball restrict his construction activity to the project site. 38. CONTRACT TIME It is the Owner's desire to have the project completed and operational in as short a time. as possible. The number of calendar days for substantial completion and total completion of the ;C.' project will begin with the date specified in the Notice to Proceed. In no instance shall the number ofcalendar days for the substantial completion ofthe Work measured from the proposed date of beginning exceed 145 calendar days. In nO instance shall the number of calendar days EH&A 162851950879 July 1995SP·9 for the total completion of the Work measured from the proposed date ofbeginning exeeed 165 calendar days. 39. CONTRACTOR'S AFFIDAVIT Of BILLS PAID The Contractor sball be required to execute the form provided in Section BP prior to the acceptance of the project. 40. PAY ITEMS Pay items provided are intended to be aU-inclusive of the work required on this project. Work required by the plans or specifications but not provided with a specific pay item sball be considered incidental to other items of work. 41. SAMPLES AND TESTS OF MATERIALS Modify the General Provisions, Section GP 5.16, Samples and Tests of Materials. "The Contractor sball designate and pay a recognized testing laboratory to perform aU testing and concrete design for this project. Such designation sbaU be subject to the approval of the Engineer. All testing services that the Contractor is required to provide will not be paid for separately, but shall be considered subsidiary to other items of work . •All samples and tests shall be performed in accordance with the Standard Specifications for Public Works Construction, North Central Texas Council of Governments (1983) as amended or supplemented. " 42. CONSTRUCTION STAKING Construction staking will not be provided by the Owner. 43. COMPUANCE WITH GENERAL RULES AND LAWS ·Contractor sball familiarize bimself with the nature and extent of the specifications, site conditions, traffic and safety requirements, and comply with all federal, state and local Jaws, ordinances, rules and regulations. Contractor sball determine bow compliance with requirements, laws, rules, and regulations will affect bis cost, progress or performance of the Work." 44. COMPUANCE WITH IMMIGRATION LAWS ·Contractor shall take all steps necessary to ensure tbat all of the Contractor's employees s,re authorized to work in tbe United States as required by the Immigration Refurm and Control Act of 1986." ElI8u\ 162851950879 SP-lO July 1!l95 45. RESOLUTION OF DISPUTES The parties hereby covenant and agree that in the event of any controversy, dispute, or claim, of whatever nature arising out of, in connection with or in relation to the interpretation, performance or breach of this agreement, including but not limited to any claims based on contract, tort or statute, before filing a lawsuit, the parties agree to submit the matter to Alternative Dispute Resolution pursuant to the laws of the State of Texas. The parties shall seleet a third party arbitrator or mediator from the current list of neutrals on file with the Alternative Dispute Resolution Administrator ofthe DaUas County District Courts. AIl forms of Alternative Dispute Resolution may be used except binding arbitration. The proceedings shall be conducted in accordance with the laws of the Slate of Texas. ", EH&A 162851950879 1uly 1995SP·Il SECTIONT TECHNICAL SPECIFICATIONS i . I EH&:.A J62851950879 T-l July 1995 SECTION T 􀁔􀁅􀁃􀁾􀁃􀁁􀁌􀁓􀁐􀁅􀁃􀁾􀁃􀁁􀁔􀁔􀁏􀁎􀁓􀀠I. GENERAL A. All materials and construction methods for this project shall be in conformance with Town of Addison standards and specifications and the North Central Texas Council of Governments "Standard Specifications for Public Works Construction" (1983), as amended or supplemented. Where conflicts exist, Town of Addison standards and specifications shall govern. II. SUPPLEMENTAL SPECIFICATIONS FOR INSTALLATION OF TRAFFIC SIGNALS m. SUPPLEMENTAL LANDSCAPE AND IRRIGATION 􀁓􀁐􀁅􀁃􀁾􀁃􀁁􀁔􀁉􀁏􀁎􀁓􀀠A. Demolition. B. Earthwork. C. Tree Protection. D. Irrigation System. E. Landscaping. F. Lawns and Grasses. IV. SUPPLEMENTAL 􀁓􀁐􀁅􀁃􀁾􀁃􀁁􀁔􀁉􀁏􀁎􀁓􀀠FOR BRICK PAVERS EH&A 162851950879 T·2 July 1995 II. SPECIFICATIONS FOR INSTALLATION OF TRAFFIC SIGNALS INDEX OF SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNALS 1.0 GENERAL NOTES FOR INSTALLING TRAFFIC SIGNALS 2.0 MATERIALS TO BE FURNISHED BY THE CONTRACTOR 3.0 INSTALLATION OF ELECTRICAL SERVICE 4.0 INSTALLATION OF CONDUIT 5.0 INSTALLATION OF CABLE 6.0 GROUNDING 7.0 LOOP VEHICLE DETECTOR INSTALLATION 8.0 CONCRETE FOUNDATIONS FOR SIGNAL STRUCTURES 9.0 TRAFFIC SIGNAL POLE SYSTEMS 10.0 INSTALLATION OF SIGNAL HEADS 11.0 INSTALLATION OF GRAPHICS/SIGNS 12.0 PAINT AND PAINTING 13.0 PRESERVATION OF LANDSCAPING, SPRINKLER SYSTEM, ETC. 14.0 REMOVAL AND REPLACEMENT OF CURBS AND WALKS 15.0 SAMPLING AND TESTING 16.0 PAVEMENT MARKINGS 17.0 PULL BOXES 18.0 WARRANTIES/GUARANTEES 19.0 TRAFFIC SIGNAL MAINTENANCE DURING CONSTRUCTION 20.0 BARRICADES 21.0 AS-BUILT DRAWINGS 22.0 MEASUREMENT AND PAYMENT 23.0 EXPERIENCE AND QUALIFICATIONS 24.0 MISCELLANEOUS NOTES 25.0 ACCEPTANCE NOTES 1.0 GENERAL NOTES FOB INSTALLING TRAFFIC SIGNALS 1.1 These Special Provisions and the 1983 North Central Texas Standard Specifications for Public Works construction with Amendments where applicable, shall govem the materials and installation of traffic control signals, including illumination, at the intersections and, when required, interconnection conduit between signelized intersections. In the event ol a conflict, the SpeCial Provisions shall control. 1.2 This project shall consist of installing materials and equipment necessary for the complete signal system at the'proposed location. The Contractor shall install and shall activate completed signals and signal systems in the sequence approved by the Engineer. The Engineer must approve the anticipated sequence of intersection work prior to the. work order being issued. 1.3 The total installation shall be in accordance with the applicable sections of the National Electrical Code, all governing local ordinance and regulations, the plans, these special provisions and those sections of the Standard Specifications which apply. All workmanship shall be first class and finished work shall present a neat, unclunered appearance. The Contractor shall schedule his work so as to cause the minimum 11 -5 interference to moving traffic and the operation of the existing signal system. Existing signals may be shut down for modification andfor equipment installation only with 72 hour advanced the approval of the Director of Streets. These traffic signal installations consist of the following items: 1. Furnishing and placing all concrete and steel for signal pole foundations. 2. Installation of steel traffic signal poles. 3. Installing necessary conduit and pull boxes. 4. Installing all signal control equipment including controller assemblies signal head assemblies, detector units, AC service, conductors, and all other miscellaneous equipment that is required. The Contractor shall furnish concrete, reinforcing steel, and forms for structure foundations, grouting materials, painting materials, detector loop sawcut and sealing materials, No 12 AWG SHIELDED PAIR stranded wire for connecting the signal heads to the signal cable system, and miscellaneous nuts, bolts, and washers under three-quarters inch 13/4") in diameter. The contractor shall be required to assemble all signal head units. 5. The Contractor will be responsible to maintain existing traffic signal operation at all intersections during the installation of new signals. 6. The Contractor will be responsible for removing the existing traffic signal equipment and hardware (controllers, poles, heads, cable, Signs, etc.l at a specified location. 7. Project acceptance will be by individual intersection. The Contractor shall guarantee all work performed and materials he has furnished under this project for a period of twelve (12) months following the date of project acceptance. NO EXTRA COMPENSATION WILL BE ALLOWED FOR FULFILUNG THE REQUIREMENTS STATED ABOVE. 1.4 All materials furnished by the Contractor shall be new undepreciated stock. 1.5 If the Contractor desires to deviate from any of the following procedures or to mike substitutions for any materials or equipment, written approval must be obtained from the Owner after a request from the Contractor is made and sample!s) of the substitute materials or equipment isfare furnished to the Owner. 2.Q MATERIALS TO BE FURNISHEP BY THE CONTRACTOR 2.1 The Contractor shall furnish all materials necessary to complete the project, including materials for the power connection that are not fumished by the Power Company, and shall 􀁾􀀮􀀧􀀠install the materials in accordance with the plans and specifications. 2.2, The Contractor shall furnish all labor, tools, equipment, and incidentals necessary to complete the project in an efficient and workmanlike manner. 11 ·6 2.3 Electrical materials and fittings shall conform to the requirements of the National Electrical Code. Electrical fittings shall be approved by the National Electrical Association. 2.4 The Contractor shall furnish painting materials and labor as well as "touch-up" all painted items that are damaged during the installation process Iwhether previously painted by the contractor or by others). See Section 9.9 Field Painting. The finishing paint appearance will meet the Owner's approval before acceptance of the signal installation is made. 3.0 INSTALLATION OF ELECTRICAL SERVICE 3.1 The contractor shall furnish and install conduit and wire from pull boxes or signal foundations for AC service as shown on plans and as required by the Power Company for traffic Signal controllers and street lighting. The Contractor shall coordinate and verify exact requirements for conduit and wire with the Power Company before any work is started. Installation of conduit and wire to the Power Company vaults shall be per the Power Company specifications. 3.2 Unless otherwise called for in the plans, the power connection shall be made to a 115 -125 volt, single phase, 60 cycle AC supply. The wire used for the power connection shall be a minimum size as indicated on plans and shall be insulated for six hundred 1600) volts. The common wire shall be white-coded and the power positive shall be black-coded. The Contractor shall also provide an electrical meter for the signal installation. 3.3 Street light fixture wires (#8 AWGrrhin Wire) shall be installed to signal mast arm poles with luminaries as shown on the plans. 4.0 INSTALLATION OF CONDUIT 4.1 The Contractor shall provide and install underground cable facilities required to satisfy the requir&ments of the signal system proposed. Cable routing can be accomplished through existing conduits and conduits to be installed by the Contractor as show in the plans. If any of the cable routing paths utilize existing utility company conduits, the Contractor shall be responsible for detailed coordination of proposed cable routing and actual installation With utility company before any work is started. Installation of conduit and cable to other utility manholes shall be per utility company Specifications, which includes adequate ventilation to prevent injury to personnel caused.by toxic or harmful gases. 4.2 New Conduit 4.2.1 Unless otherwise shown on plans, all conductors shall be in conduit except when in metal poles. All conduit and fittings shall be of the sizes and types shown on the·plans. Each section of conduit shall bear evidence of approval by Underwriter's Laboratories .. 4.2.2 Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundetion. Field bends in rigid metal conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. Copperclad ground rods in signal bases shall not extend vertically more than 3 inches above the concrete foundation. 11 -7 4.2.3 Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal shall be used on threads of all joints. PVC conduit shall be joined by solvent-weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the plans. 4.2.4 All conduit and fittings shall have the burrs and rough pieces smoothed and shall be clean and free of obstructioris befor.e the cable is installed. Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. In no case shall a cutting torch be used to cut or join conduit. Slip joints or running threads will not be permitted for coupling conduit unless approved by the Owner. When a standard coupling cannot be used, an approved union coupling shall be used and shell provide a water-tight coupling between the conduit. All couplings shall be proper1y installed to bring the ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. Where the coating on a conduit run has been damaged in handling or installation, such damaged pans shall be thoroughly painted with rust preventive paint. Ends of conduits shall be capped or plugged until installation of wire. Upon request by the Owner, the Contractor shall draw a full-size metal wirebrush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. The conduits shall be placed in an open trench at a minimum 24 inches depth below the curb grade in the sidewalk areas, or 18 inches below the finished street grade in the street areas. 4.2.5 Conduit placed for concrete encasement shall be secured and supponed in such manner that the alignment will not be disturbed during placement of the concrate. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 4.2.6 PVC conduit, which is to' be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be insened. The void may be made by either boring or jacking a mandrel. Metal conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by jacking or boring. 4.2.7 Pits for jacking or boring shall not be closer than 2 feet to the back of the curb or the outside edge of the shoulder unless otherwise directed by the Owner. The jacking and bor'lng method used shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage only embankment structure, or pavement. Heavy jacks are to be used for jacking. Boring is to be done by mechanical means providing a maximu'm one inch overcut for the conduit to be placed, and use of water or other fluids in connection with the boring operating will be permitted only to the extent to lubricate cuttings. Water letting will not be permitted. 4.2.8 Where conduit is to be placed under existing asphaltic pavement, the jacking method is to be used unless written approval is given by the Owner for placement of conduit 'by 'i boring. 4.2.9 BaCkfill for all excavations shall be tamped with mechanical tamps in six itlCh (68) layers to the density of the surrounding ground. ' 11 -8 4.3 Existing CondYit 4.3.1 Prior to pulling cable in existing underground conduit to be reused in the system, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. If conduit appears to be blocked, the contractor shall make an attempt to clear the conduit by rodding. (The Contractor will not receive extra compensation for rodding). The Owner shall be notified prior to disconnection or removal of the existing interconnect cable. 4.3.2 Where existing conduit is found to be unusable (conduit has collapsed or the cable is unable to be pulled from the existing conduit). the Contractor shall, upon approval ,by the Owner, install new rigid metal or P.V.C. conduit. 5.0 INSTALLATION OF CABLE 5.1 General 5.1.1 The cables shall be installed in the conduit. The conduit must be continuous. reasonably dry, completely free of debris, and without sharp prOjections, edges or shon bends. If so required by the Owner; the Contractor shall demonstrate that the conduit is dry and free of debris by pulling a swab andlor mandrel through the conduit. The conductors shall be installed in such a manner and by such methods so as to insure against harmful stretching of the conductors or damage to the insulation. Installation methods shall confOrm to the recommendations of the cable manufacturer. The Contractor shall furnish at least two copies of the manufacturer's recommendations, which includes: methods of attaching pull cable, pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. 5.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is distributed to all the cables. Long. hard pulls will necessitate the use of pulling eyes. For shon runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. '. 5.1.3 In many instances. existing conduits which contain signal cabla are to be used for the installation of new cables. In such locations, where new cables are to replace all existirig cables, the existing cables may be used to pull in the new cables. At locations where new cables are to be added to existing cable runs, the existing cables shall first be pulle.d out, then replaced, adding the new cables to the existing cables to form one cable pull. Installation shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of material and labor for replacement of defective cables. >/5.1.4 All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. A measuring device shall be insened into the conduit, and the length shall be measured (to the nearest foot) from entry point to exit point. All conduit run measurements shall take place in the presence of the Engineer or the Inspector.' The 11 ·9 Contractor shall record all cable measurements and include the distances in the as-built drawings. In locations where new cables are to replace existing cables, the Contractor may use the removed cables as a measuring device to determine the lengths of the removed cables to be installed, however, this does not relieve the Contractor of his responsibility to record accurate measurements of all cable lengths. 5.1.5 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances. If so required by the Owner, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end, the pull wire and cables shall be drawn from the conduit in direct line with the conduit. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables, but shall be one of several commercially available wire pulling compounds that are suitable for P.V.C. sheathed cables. They shall consist of soap, talc, mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 5.1 .6 The cables shall be neatly trained to their destinations in manholes, cabinets. pole bases, pull boxes, and all other terminations. The cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation shall be adhered to. These limits do not apply to conduit bends, sheaves or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions. 5.2 Wire and Cable 5.2.1 All wire and cable shall conform to the requirements shown on the plans, except wire and cable specifically covered by other items of this contract. The minimum size of conductors shall be as indicated on the plans. 5,3 Controller Cabinet Wiring 5.3.1 Wiring for the controller shall consist of connecting: {11 wires to signals, 121 wi,es to detectors, (31 the power wires, 141 the ground wires, (5) the pedestrian push-button wires, and (6) the interconnect wires to their respective terminals in the cabinet. At the controller cabinet. the signal conductors from the field shall be stripped back and insulated solderl&ss lugs crimped to wire. These "lugs" shall be inserted under the binder head screw and tightened securely. Other wiring for the controller shall be as required by the :wiring diagrams and instructions furnished with the controller by the manufacturer. 5.3.2 All field wiring in cabinets shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. All spare wires shall be trimmed. and neatly >,i coiled with the ends taped. Detector lead-in cables shall have their insulation jackets removed from the terminal strip connection unsheathed to the bottom of the cabinet, and have the ground wires tied together in the bottom of the cabinet. 11 -10 5.3.3 Pedestrian push buttons shall have a common ground wire that is completely isolated and independent from all other grouild wires. This wire shall be connected to the designated terminal in the controller cabinet. 5.4 Signal Head Wiring 5.4.1 Wiring for the signal head shall consist of connecting the terminal block in each signal section to the common terminal block in each signal face to the terminal block in the signalhead terminal compartment. All such connecting wires shall be number twelve (12 ga.) stranded American Wire Gauge lAWGj. All conductors running from any terminal points located in the pole or transformer base to the signal-head terminal shall likewise be number twelve (12 ga.) stranded AWG wire. The contractor shall furnish the No. 12 gao stranded AWG wire for this task. 5.5 Terminals 5.5.1 Except for controllers. the ends of all stranded wires which are to be attached to terminal posts shall be provided with solderless terminal lugs that meat the requirements of the National Electrical Electrical Code. Terminal lugs on solid wires are prohibited. 5.6 Splices 5.6.1 Splices inside conduit runs and in loop detector T.H.W. wire are absolutely prohibited. Except for detector lead-in cables. all splices shall be made above ground. Splices in pull boxes are prohibited unless specific written permission has been issued by the Owner. 5.6.2 Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be high quality and specifically intended for these purposes. The cables shall be trained to their final position and cut to proper lengths. The jacket and insulation shall be removed as required. In doing this. use proper care to insure against nicking the conductors. The connector shall be installed tightly and all bUlTs. rough edges, etc. shall be removed. If required in the plans or by the Owner, the connection also shall be soldered. Heat shall be applied by use of hot solder. Heating the connection with a direct flame flame will not be permitted. Care shall be used to protect the insulation when soldering. The entire surface shall be cleaned taking special care in cleaning the outside jacket in order to remove the wax finish. Before the first layer of tape' is wrapped, the entire area shall be coated with an electric grade rubber element. After this solvent has dried, the connection shall be insulated with electrical grade rubber splicing compound tape to proper thickness. This tape requires a pressure and temperature in service to complete its vulcanizing process and thus be stretched to 2/3 width when appliel:l. The completed splice shall ba covered with a half-lap layer of vinyl plastic electrical tape. This wrapping shall be smooth but the tape shall not be stretched more than necessary. , 5.6.3 Splices in communications cables shall include the shield. Splices between cable pairs i,' shall be made with "Scotchlock" brand solderless connectors designed for this specific application. The completed splice shall be insulated with a re-enterable plastic splice case. Splices at points other than those shown on the plans may be made only with the written permission of the Owner. 􀁾􀀠, 11 -11 5.6.4 The Owner shall select at random at Jeast 5 splices to be thoroughly inspected. The Contractor shall. in the presence of the Owner sectionalize the splice to expose the various layers of materials and the connector. The splice shall be thoroughly checked for compliance to these special provisions. The splice shall then be remade by the Contractor. This work shall not require extra payment. but is considered subsidiary to other items in the contract. All of the splices selected for this inspection shall conform to the requirements of these special provisions. If any splices fail to meet these requirements, ten (10) more splices shall be selected at random by the Owner for inspection. 5.7 Enclosed Wiring 5.7.1 All cables and signal conductor wire above the ground surface shall be enclosed in approved metal conduit up to but no closer than one foot of the lowest power conductor. Power-tap lines carried down poles shall be, placed in metal conduit. 5.8 Identification of Signal Wires 5.8.1 IMSA color coded coded signal cable shall be used for all signal and interconnect systems. Colors shall be continuous from the point of origin to the point of termination. Splices will be permitted only if same colors are spliced. 5.8.2 Communication and detector lead-in cables shall be clearly identified by use of metal or plastic tags. For example: System Detector Eastbound Right Lane. 6.0 GROUNplNG 6.1 There shall be a properly installed and connected ground rod for each controller cabinet and power drop to reduce any extraneous voltage to a safe level. The ground rod shall be located so as to minimize the length of the grounding-conductor run. All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohmsto-ground resistance not to exceed 10 ohms when tested by volt-ohm-meter. 6.2 Groynding Connectgrs and Electrodes 6.2.1 The grounding conductor shall be a No.6 AWG standard copper wire. The conduptor shall be bonded to ground rods. Ground rod electrodes shall be solid copper-bonded steel being at least 5/8 inch in diameter and shall be driven into the ground to a depth sufficient to provide the required resistance between electrodes and ground (10 ohms). All ground rods shall be a minimum of six feet long. When the location precludes driving a single ground rod to a depth of six feet or when a multiple ground rod matrix is used to 􀁯􀁢􀁾􀁡􀁪􀁮􀀠the required resistance to ground, ground rods shall be spaced at least six feat apart and bonded by a minimum No.6 AWG copper wire. Connections to underground metallic conduit shall be considered sufficient for grounding requirements. Connection of grounding circuits to grounding electrodes shall be by devices which will ensure a positive, fail-safe grip between 􀁾􀀯􀀠the conductor and the electrode Isuch as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 11 -12 7.0 VEHICLE LOOP DETECTOR INSTALLATION 7.1 This section specifies the Contractor's responsibility for the loop and lead-in installation for vehicle loop detectors. It is required that all work related to the installation , of a particular loop, with the exception of the layout task. shall be completed in the same work day. Loop installation work shall be performed during off-peak traffic hours. Loop installation shall not be made during any type of precipitation or when pavement is wet from landscape irrigation systems. 7.2 The installation of loop detectors shall occur as shown in the Plans. The lead-in saw cuts from the street to the pull box shall maintain a minimum separation from other loops of 6 inches. The saw cut depth. as specified in the plans, shall be consistent, including the entry point into the curb. The maximum number of wires placed in a single saw slot shall be four (4' wires. All wires in saw slots shall be a minimum of one inch (1") below the street level grade. The maximum number of wires placed in any lead-in saw cut from the street to curb side shall be two (2). 7.3 The Contractor shall furnish the sealing compound for the loop detectors at his expense. Samples of the sealant and methods for sealant installation shall be submitted to the Engineer for his approval before any detector installation may begin. If a hot sealant is used, the temperature of the sealant shall be in a range that will not cause damage to the detector wires. Loop sealant shall completely fill the saw cut, but shall not be more than three inches (3") in width on the street surface. The Contractor shall be required, at his expense. to remove all excess sealant. otherwise the loop will not be considered as a completed item. 7.4 Detector lead-in cables shall be run continuously without splices from the curbside pull box to the controller. where possible. If splices must be made. they shall be made in a signal base. Splices shall be solder connected (including the ground wire' and the splice connection shall be insulated and waterproofed with scotchcoated materials. Splices at the curb side pullboxes shall also be made in the same manner (See Section 5.6 Splices). The Owner shall pre-approve any splice in detector cables. 7.5 Each detector loop shall penetrate the curb in a separate conduit. 8.0 CONCRETE FOUNPATIONS FOR SIGNAL STRUCTURES 8.1 Concrete foundations for signal structures shall be located so that the closest structure leg is a minimum of four (4) feet from the back of vertical curbs. The Contractor shall probe before excavating foundations to determine the location of utilities and structures. Foundations shall be paid for once, regardless of extra work caused by obstructions. The Contractor shall fumish all supplementary items necessary for its proper installation. 8.2 Excavation for all required foundations shall be done in accordance with lines and depths indicated on the plans. All loose material shall be removed from the excavation before the concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will not be permitted. 11 -13 8.3 Foundations shall be constructed to the dimensions shown on the plans or as directed by the Owner. The Contractor shall be required to insure that the top of the finished foundation is exactly level and formed. Anchor bolts and conduits shall be held rigidly in place by template until the concrete is set. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats, for not less than ninety-six hours. All bracing and templates for anchor bolts shall remain in place for ninety-six (961 hours after the concrete is poured. During that time, the anchor bolts and conduit shall not be subjected to any applied strain. The" Contractor shall furnish the Owner a level for the purpose of inspecting the foundation. Signal pole shall not be installed on any foundations until approval has been given by the Owner. 8,4 Backfill shall be tamped with mechanical tamps in 6-inch layers to the density of the surrounding ground. Where excavation is made in the surfaced shoulder, the shoulder shall be replaced with material equal to the original composition. 8.5 All excavated material not required for backfill shall be promptly removed and disposed of by the Contractor outside the limits of the project. The work site shall be kept clean and neat at all times. 8.6 No concrete shall be placed when the atmospheric temperature is at or below 40 degrees F. (taken in shede away from artificial heatl unless permission to do so is given by the Owner. 9.0 TRAFFIC SIGNAL POLE SYSTEMS A Traffic Signal Pole System shall consist of a pole with 4 anchor bolts, a transformer base, and a mast arm for support of signs and traffic signals as detailed on the plans. 9.1 Materials: 9.1.1 Fabricator: Fabricator shall be Certified under Category I, ·Conventional Steel Structures' as set forth by the American Institute of Steel Construction Quality Certification Program. Proof of this certification will be required with the bid submittal to assure that the fabricator has the personnel, organization, experience, procedures, knowledge, equipment, capability and commitment to fabricate quality Ughting Pole structures. 9.1.2 Design: Pole shaft, base "plate, anchor bolts, mast arm, transformer base, and structural connecting hardware, shall be designed in accordance with the requirement!! of the 1985 AASHTO ·Standard Specifications for Structural Supports for Highway :Signs, luminaries and Traffic Signals·. Loading shall be based on an isotach wind velocity of 80 mph. Analysis shall include varying wind directions 360 degrees around the I)"ole in increments of 5 degrees. Calculations and detail drawings shall be submitted for verification of compliance to these specifications. " '/9.1.3 Tubular members: The tubular member's cross section shall be round and shall have a constant linear taper of 0.14 in/ft. It shall be fabricated from United States produced coil or plate steel conforming to the requirements of ASTM A595 Grade A or ASTM A572'Grade 11 -14 65. Tubular members 50-feet or less in length, shall be of the same thickness throughout the length of the entire member. 9.1.3.1 Mast Arms shall have a horizontal length as called for on the plans. All mast arms that are 50-feet and less shall be manufactured and shipped in one piece with no circumferential splices. Each arm shall be provided with a zinc die cast end cap secured in place with set screws and a through bolt. 9.1.3.2 Pole shafts: Each pole shaft shall be 19 feet in height and be provided with a pole cap secured in place with set screws or other suitable fasteners. A'J-hook· wire support and grounding attachment shall also be provided in each pole shaft. 9.1.4 Base plate: The base plate shall be of steel meeting or exceeding the requirements of ASTM A36 or ASTM A572 Grade 42. It shall be integrally welded to the pole shaft with either a telescopic welded joint or a full penetration butt weld with a backup bar. 9.1.5 Transformer base: Transformer base shall have walls 0.25-inches thick constructed of coil steel, with top and bottom plates which are 1.75 inches thick constructed of A36 grade steel. The bolt circle for attaching pole to transformer base shall be adjustable from 18" to 20', with a 10" center hole, and shall be 18" square at top. The bolt holes shall be 1.63" x 2.63", and shall be slot shaped. There shall be a 7 gauge door in the side of the transformer base secured with two (2) -0.38" x 0.63" long hex head screws. The door opening shall be 8" x 10.5" x 10.5" x 19.5". The bottom of the transformer base shall be 24" square, with four (4) -2.25" diameter holes, with a 24" diameter bolt circle, and an 18" center hole. The overall height shall be 24". There shall be a 0.50' nut holder for grounding attached inside the transformer base. The finish shall be painted match pole finish, and shall be coordinated with the pole manufacturer. 9.1.6 Anchor bolts: Anchor bolt 'material shall conform to the requirements of AASHTO M314 Grade 55. The bolts shall be galvanized to ASTM A153 for a minimum minimum of 12" on the threaded end. Each anchor bolt shall be supplied with two hex nuts and two flat washers. The strength of the nuts shall equal or exceed the proof load of the bolts. 9.1.7 Welding: Welding shall be in accordance with AWS (American Welding Society) Structural Welding Code 01.1 Sections 1 through 8 and shall be performed by welders certified in accordance with the AWS Code. The Tube's longitudinal seam welds shall"be free of cracks and undercutting, performed with automatic processes, and visUally inspected with questionable areas inspected by magnetic particle to AWS 01.1. 9.1.8 Packaging: All components shall have a protective wrapping on them during shipping. A wrapping of 3/16" U.V. inhibited plastic baCked packing foam shall be applied prior to shipment on small poles. Larger poles shall be cradled in a 1" rubberized foam base. 9.1.9 Material certifications: All materials and products shall be produced in the United States of America, They shall be of the ASTM type as called forth in in this specification. Mill certifications shall be supplied for proof of compliance to this specification. 11 -15 9.2 The Contractor shall provide a complete traffic signal structure location planJor schedule showing all pertinent details for each standard. This plan shall be approved by the Owner before any structure is installed. 9.3 The Contractor shall examine foundations, which are to receive traffic signal standerds, to assure proper anchorage alignment. Report any discrepancies to the Owner. 9.4 Signal poles shall be leveled and tightly secured to the foundation before the structure is placed on the base. If shims are required for leveling. total shim height shall not exceed 1/2 inch. Foundation anchor bolts shall extend a minimum of three (3) threads through each nut in the base. 9.5 Except as modified herein. erection shall be in accordance with the applicable Specifications and Standards of the AISC Manual of Steel Construction. Erecting equipment shall be suitable for the work and shall be in first class condition. Where parts cannot be assembled or fitted properly as a result of errors in fabrication or deformation due to handling or transportation, such condition shall be reported immediately to the Owner for approval of the method of correction obtained. The straightening of plates and angles or other shapes shall be approved methods. Bent or damaged heat-treated parts will be rejected. Steel work shall be drained properly. Pockets in structures exposed to the weather shall be filled with an approved waterproof material. The erector will be responsible for shrinkage and distortion of al/butt welds. Moment connections in the field on beams and girders shall have a minimum of 3/16 inch root opening for all flange preparations prior to welding. Loose joints shall be corrected by cutting with a hand guided torch if necessary. 9.6 The steel structure frame shall be carried up true as shown and all match marking shall be followed. Temporary bracing shall be used wherever necessary to support all loads to which the structure may be subjected. including equipment, operation, and material loading. Such bracing shall be left in place as long as may be required for safety. The various members, after being assembled, shall be aligned and adjusted accurately before being fastened. Fastening of splices on compression members shall be done efter the ebutting surfaces have been brought completely into contact. No welding or bolting shall be done until as much of the structure as will be stiffened thereby has been aligned properly. 9.7 Bearing surfaces and surfaces which will be in permanent shall be cleaned before the members ere assembled. Bearing plates shall be set in exact position and shall have a !ull and even bearing upon the concrete. As erection progresses, the work shall be bolted to take care of all deed load, wind and erection stresses. Splices will be permitted only where indicated. All erection bolts used in welded construction may be tightened securely and left in place. If removed, the holes shall be fillad with plug welds. 9.8 Field bolting shall be in accordance with the requirements specified for shop fabrication. Unfair holes shall be corrected by reaming. Where the surface of a bolted part has a slope of more than 1 :20 a bevelad washer shall be used to compensate for the lack of parallelil,lm. Bolt heads and nuts shall be drawn tight against the work with a suitable wrench not less 􀁾􀀮􀀧􀀠than 15 inches long. Bolt heads shall be tapped with a hammer while the nut is being tightened. 11 -16 9.9 Field welding shall be as specified for shop fabrication of welded construction. Any shop paint on surfaces adjacent to joints to be field welded shall be wire brushed to reduce the paint film to a minimum. 9.10 Two sets of shop drawings containing all of the traffic signal pole system components shall be submitted to the Owner prior to construction for approval. These drawings must be sealed by a registered Texas Professional Engineer. 10.0 INSTALlATION OF SIGNAL HEADS 10.1 The Contractor shall be required to assemble all signal head units as specified in the plans or as directed by the Engineer. The Contractor shall mount the signal heads within standards level and plumb. The Contractor shall position and secure the signal heads so they are visible at a minimum of 200 feet from the stop bar. 10.2 All signal heads or parts of heads not in operation shall be covered with burlap until placed into operation. When the signal heads become operational, all existing heads no longer required shall be removed immediately. 10.3 All mast arm heads installed shall require ASTRO-BRAC mounting. The Contractor shall be required to drill the mast arm at the point where the' wire enters the mast arm. No Alternate signal head mounting hardware will be acceptable by the Owner. 10.4 All pipework in each signal head assembly shall be completely tight. Signal and pedestrian heads shall be securely tightened immediately after signal head assembly has been installed. If any signal head assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to remove and rebuild the signal head assembly to the satisfaction of the Engineer. 10.5 All signal cables from the heads to the pole base shall be totally enclosed within the signal mounting hardware. , '.0 INSTALLATION OF GRAPHICS/SIGNS , , . , Perform all work required to complete the identifying graphics/signs indicated by. the plan details and furnish all supplementary items necessary for their proper installations;:: , 1.2 Installation: The Contractor shall clean all surfaces to which graphics 􀁡􀁲􀁾􀀠to 'be applied according to manufacturer's written instructions. Level grid lines of tape shall be incorporated for graphic application. All copy shall be set in normal letter spacing and standard inter-work spacing shall be made as required by the Owner. . 12.0 PAINT ANP PAINTING 12.1 Work Included 11 -17 The work includes, but is not necessarily limited to, furnishing of materials and equipment and completion of painting and painters finish on exposed surfaces as required, including exterior steel. Thoroughly examine specifications, site of work and conditions under which work will be performed before submitting a proposal. Surfaces which cannot be prepared or painted as specified shall be immediately brought to the attantion of the Owner's representative in writing. 12.2 Work Not Included As directed by the specifications. 12.3 Product Deliverv Storage and Handling Deliver materials in sealed containers with manufacturers labels intact. Store materials in protected area at temperatures between 500F or above 110'F. 12.4 Job Conditions Apply coatings only under the following prevailing conditions. 12.4.1 Air and surface temperatures are not below 50' F or above 1200 F•• unless noted otherwise on the product data sheets and labels. 12.4.2 Relative humidity is not above 85 percent and the surface temperature is at least 5· F above dew point. Protect all surfaces not to be coated. 12.5 Project Conditions Environmental Requirements: Comply with current Texas Air Quality regulations as to conditions under which coatings and coating systems can be stored and applied. Complete containment of all paint removed that contains leed is mandatory. 12.6 Quality Assurance Mock-ups (If applicable) shall serve to determine the standard of acceptance for the finished installed product. " Mock-up will serve as compatibility test between existing and new system. 12.7 Approved Matedals Two paint processes have been approved for this project. The first is an epoxy/anamel paint l-1l '. "l "W'• . _, 􀁟􀁴􀀭􀁾􀀠_«1•.. _. J ) ,.' . 􀁾􀁾􀀮􀀢􀀠I --. c:-., j;," I • I , .lj; 􀁾􀀠\\\It-·:' I' ! )! '. •--_._-.... --1--. 􀁾􀀠'"l. 􀁾􀀧􀀠,....l ____--.. , , 􀁾PA...../tJ!,h, HUH::.. fiAIJ 􀁾􀁎􀀧􀀭􀀧._" .. ---v 􀁾􀀠:•Ill:. '" J ... = APPENDIX A TEXAS SALES TAX EXEMPI10N CERTIFICATE . i EH&:A 162851950879 July 1995 i ,/_-'r I"'It ...,/'ilI-II .' . , /TOAI sALIS TAX.DEMmON CERTIPICATI , ........ • -I '" •"'!""> I. ....... __ ..................'-",••L .. If .............__ ........ illl\'l' $ "I...................l Iwill: 'VV ........... -I ......... ,...... 􀁾􀀠 TAl rllMlT usr If 'lLITtCAL SUlDrVlsra. a, TN .. ' I \I"' 11 lew.. INC It II I 1111........ to .... 1ft ••..,.,don Cenlflatl tit ................ I.,. Vlflilft "II.... It ... UN of """'... will til UIIII In • /IIIMIf' 0fI'Iet d'IIft d\It... 1 1ft UlII W'dflatl • ..."'"liliiii IOIIWIInicIft 1lIIY Ia "MIl Nt,...1I'IIft"'"offtn& .. 􀀭􀀭􀀭􀀭􀀭􀁾􀁎􀁏􀁾􀁔􀁉􀀺􀀠,.... ...... __ ..................... ., ..... If ._.Af'2 1'H1I can,ICA1" DO" N01' n'OUIII. A NUMlllt 7'C U VM.fD . .....IIIIT............._ ••.,"TM .......Ib......._ .... TN! ................. !w,.... '1 II1II I' .1, Oe ......=.'11" ..n,....._..CeIIIemII...,I'IIIIIi& • III LI'III.I APPENDIX B SOIL BORING INFORMATION . I, EH&A 162851950879 luly 1995 ALPHA TESTING, INC. RECORD OF 2209 Wisconsin St.. Suite 100 SUBSURFACE EXPLORATION 􀁾􀀮􀀠Dallas. Texas 75229 (214) 620-8911/)1 Clienl ESPEY. 1ItIS'l'01i & ASSOCIA'J.'BS. INC. Boring No. B-1 Statiop 2+110. 5' JdIfi;.' 􀁁􀁲􀁣􀁨􀁾􀁥􀁣􀁬􀁬􀁅􀁮􀁧􀁩􀁮􀁥􀁥􀁲􀀠___________________ Job No. __-!1.95::..!lJOwOIL---------Project Naroe !!IT!!IfAY ROAD DBAIBAGE pROilliX'!I' Drawn By __..JIJPI!Ie.___________ Project Localion ADDlSOR. TBXl\S Approved By _....IlD!I!.I\JL.__________ TEST DATA -: ---: ::. : ----.: : --= : : -: ----: -: -: -: ---: -: ---DRILLING AND SAMPLING INFORMATION Dele Started 7-12-95 HaromerWl. Ibs. =u-Dele Compleled 7-12-95 Haromer Drop in. al Drill Foreman EDI Spoon Sampler 00 in. '11m.,Inspector Rock Cer. Dis. Boring Method CFA Shelby Tube 00 SOIL CLASSIFICATION SURFACE ELEVATION Dark Brown CLAY(CH) with a trace of calcareous nodules Tan and Gray CALCAREOUS CLAY(CL) Tan weathered SHALY LIMESTONE BOl'1"OII. OF 'rBS'.I.' BORIIIG @15' ! in. 1-'11 in. " ..01ii" 8 .,.2 '" n 􀁾􀀠o.l :::E .2' 􀀡􀁾I::t: !::! !::!:t:w 􀁾􀁾􀁉􀁌􀀠IL-' 0. "w 􀁥􀁾wlS :::E. :::Ell. >-w iJl!f 􀁩􀁊􀁬􀁾􀀠.. s ",0 0'" If. >-'" : 1 CA --: 2 CA ! i 53 CA"-: i 7' -:4 . CA-8' -i : 5 : CA 10 --: --: 6 CA -15 _ ----: : -: ---: : : -: i ---! jj 1-co .. .!Iii g!; "'0 M i I ! K'.,: E If. 􀀢􀀢􀀢􀀬􀀬􀁾􀀠0 i c E·§0 􀁾􀀠:;l...J;:::' 􀁾􀁲􀀠􀁾􀀠:2fg!" !;. .. = 8 3.. 􀁾i i 10"" . 􀁾􀁾􀀠::>" iO.kI ii •• • a1l -'-'􀀺􀀺􀀺􀁴􀀰􀁾􀀠.. {!. !; -,n.a. . . £:••; .. : i ! SAMPLER TYPE GROUNDWATER OBSERVATIONS BORING METHOD HSA • HOLLOW STEM AUGERS SS -STANDARD PENETRATION TEST AT COMPLETION DRY FT. CFA -CONTINUOUS FLIGHT AUGERS ST • SHELBY TUBE DC· DRIVEN CASING CA· CONTINUOUS FLIGHT AUGER AFTER HRS. FT. MD· MUD DRILLINGRC • ROCK CORE WATER ON RODS NONE FT. ALPHA TESTING, INC. RECORD OF 2209 Wisconsin St., Suite 100 SUBSURFACE EXPLORA"rlON 􀁾􀀮􀀠Dallas, Texas 75229 (214) 620-8911/)1 Clien!' ESPEY« HUSTOR & ASSOCIATES« INC. Boring No. __􀀡􀀺􀀡􀁂􀀭􀀽􀀲􀀭� �􀁓􀀲􀀮􀁴􀁡􀁾􀁴􀀺􀀮􀀻􀁩􀀡􀀮􀀡􀁯􀁬􀀱􀁮􀁉􀀮􀀮􀀮􀀮􀀳􀀡􀀶􀀺􀀺􀀺􀀡􀀺􀀫􀀲􀀹􀁩􀀡􀀮􀀵.........5,·:....JRUi'llIlJ,llbLJ;t ArcnitecIiEngineer ___________________ Job No. __􀀭􀀭􀀮􀀺􀀢􀁾􀀵􀁬􀁊􀀮􀁬􀁊􀁏􀁬􀁬􀁃􀁌􀁟_ ________ Project Name IIIDIifAY ROAD DRAllIAGE PR _ ----: : .:: -----: : ...: ::: ::: J g to.,f-II "''0-E;Zo i i Ii; ".,IS. li i8 􀁾􀀠of. "11'2 J E·--, 􀀺􀀺􀀺􀁊􀀢􀀻􀀺􀀡􀁾􀀺􀀠i c 􀁾􀀮.. 􀁾􀁩􀀺􀁩.E s= a: if '" 􀀭􀁾􀀠:5g • :3';;:.!! '2&.. Ii; . "-􀂧􀁾􀁣􀀺􀀠􀁾􀁾􀀠.5'B 􀁾􀀠••• 􀁩􀀺􀁪􀁾􀁡􀀺􀀺􀀠! 􀀺􀀺􀀾􀀶􀁩􀁾􀀠, , ;/,.. BORING METHOD HSA -HOLLOW STEM AUGERS CFA -CONTINUOUS FLIGHT AUGERS DC -DRIVEN CASING MD -MUD DRILLING , ALPHA TESTING, INC. RECORD OF 2209 Wisconsin St., Suite 100 SUBSURFACE EXPLORATION 0'/. Dallas, Texas 75229 (214) 620-8911/)1 Clrent ___􀀭􀀭􀀢􀁂􀁓􀀼􀀡􀀡􀀺􀁐􀁂􀁬􀁾􀁾... .... 80ring No. B-3 Station 10+40, 8' Right, 􀀮􀀮􀁉􀁂􀀡􀁊􀀡􀁗􀁩􀁳􀁭􀁾􀀡􀀡􀀡􀁉􀁩􀁉􀁾􀀦􀀭􀀧􀁁􀁓􀁟􀁓􀁏􀁃􀁩􀀡􀀡􀀾􀀡􀀡􀀢􀀧􀁉􀁁􀁔􀁬􀁬􀁓􀁢􀀡􀀡􀀺􀀡􀁟􀀢􀀧􀀢􀀮􀁟􀁬􀁬􀁦􀁃􀀮􀀮􀀮􀀬􀀮􀀠􀁾____ ' ArchilecllEnginee' ____________________ Job No. __􀁾􀀹􀀬􀀮􀀻􀀵􀀢􀀧􀀴􀁉􀁊􀀰􀀮􀀡􀀱􀀰􀀱􀁟_________ Project Name .!IID!fAY ROI\D DRADlAGB PRQ,IBC'I' Drawn By ___􀁉􀁉􀁐􀁾___________ Project Location ADDlSOB. TUIIS Approved By 􀁟􀀭􀁉􀁬􀁄􀁉􀀡􀀡􀁉􀁉􀁌􀁊􀀬􀁾__________ : : -: ------.: -: -: : -: : ---: .: : : -: : ---: -----DRILLING AND SAMPLING INFORMATION Date Started 7-l3-95 HammerWt. IbS. p Date Completed 7 13-95 Hammer Drop in. 01 Drill Foreman BPI Spoon Sampler 00 in. ;;;Ie. Inspector Rod< Cora Dia. 80ring Method CFA Shelby Tube 00 SOIL CLASSIFICATION SURFACE ELEVATION Brown CLAY(CH) with a trace of calcareous nodules and limestone .qravel Tan and Gray CALCAREOUS CLAY(CL) with limestone laminations Tan weathered SHALY LIMESTONE Gray SHALY LIMESTONE 􀁾OF 'rBS'l' BORDlG @lS' in. 􀁾􀀻􀀻􀀻􀀠in. c".2'" -c"08 16'" '" c!! 􀁾􀀠.. ,."-ij",,􀁾􀀠!1' 8"􀁾􀁊􀀺􀀠􀁾􀀠W 􀀮􀁾J:w 􀁾􀁷􀀠,,10 􀀼􀁾􀀠􀁾􀀻􀀻􀀡􀀠"􀁾􀀱􀀺􀀿􀀠􀁾􀁷􀀠􀁾􀁤􀀠􀁾􀀢􀀭"wo 􀁾􀁾(1)0 Q(I) 11iz (I)/: #. -::1 CA 2' -: 2 CA 4' -s': 3 CA -: 4 CA 8' --5 CA-10 -: ---6 CA --1:> _ -::-:----: : ..: ! ----------" ! 10.. 􀀧􀀻􀀻􀀻􀁾.2'S 􀁾􀁾􀀠=E So : TEST DATA 􀀮􀁾􀀠􀁾􀀠.Ii " 􀁾􀀠.. 􀁾􀀠􀁾􀀠#. ",,"'11i E E.5􀀺􀀮􀀺􀁊􀁾􀁾􀀠􀁾􀀮􀀠!ili .. 8 '0 -=.g. c '" . ii 1!:!4= 􀂷􀁡􀀮􀁬􀁩􀁬􀁾􀀠􀁬􀁾􀁾􀀠􀀵􀁾􀀠􀁾􀁯􀀮􀀺􀁳􀀺􀀺􀀠􀁾!1S I I I!:;om jere::::lo;f'o a. ... oB 3: I , . ,. 􀁾􀁾􀀮􀀧􀀻􀀮􀀠BORING METHOD HSA • HOLLOW STEM AUGERS CFA • CONTINUOUS FLIGHT AUGERS DC· DRIVEN CASING MD· MUD DRILLING SAMPLER TYPE GROUNDWATER OBSERVATIONS SS· STANDARD PENETRATION TEST AT COMPLETION DRY FT.ST· SHELBY TUBE CA • CONTINUOUS FLIGHT AUGER AFTER HRS. FT. RC· ROCK CORE WATER ON RODS HOliIE FT. ALPHA TESTING, INC. RECORD OF JI 2209 Wisconsin St.. Suite 100 SUBSURFACE EXPLORATION 􀁾􀀬􀀠Dallas. Texas 75229 (214) 620-8911 Client ESPEY. HUSTON & ASSOCIATES, PIC. Boring No. __􀀮􀀮􀀮􀀮􀀡􀁂􀀭􀀺􀀡� �􀀺􀀮􀀺􀀴􀀡􀀮􀀮􀀮􀀮􀀮􀀮􀀡􀁓􀀺􀀡􀀮􀀡􀁴􀁾􀁡􀀡􀀮􀀡􀁴􀁾􀁩􀁾􀁯􀀡􀀡􀁮􀁌􀀬􀀬􀀡􀀱􀀬􀀡􀀡􀀴􀁾􀀫􀀺􀁺􀀹􀀮􀁩􀀡􀀵...r.25.:·_Le!&fllt' 􀁁􀁲􀁣􀁨􀁾􀁥􀁣􀁴􀁬􀁅􀁮􀁧􀁩􀁮􀁥􀁥􀁲____________________ 0 ... __________Job No. ___.:z9:;J5"'4...V Project Name III!l!fAY ROAD DRAT!!l\GB J>J!O.TBCT Drawn By __-"IIP"'-___________ Project Localion ADDISON, TEXAS ApprovoCl By 􀁟􀀭􀀢􀁄􀀢􀀧􀁬􀁜􀀢􀀧􀁉􀀮􀁾__________ TEST DATA BORING METHOD HSA -HOLLOW STEM AUGERS SAMPLER TYPE GROUNDWATER OBSERVATIONS SS· STANDARD PENETRATION TEST AT COMPLETION DRY FT. CFA -CONTINUOUS FLIGHT AUGERS ST· SHEL.BY TUBE DC· DRIVEN CASING CA -CONTINUOUS FLIGHT AUGER AFTER HRS. FT. MD· MUD DRILLING RC • ROCK CORE WATER ON RODS HONE FT. : ------: : -: -.::. -: .::. ---.::. : -.::. : -.::. -: .::. ---------DRILLING AND SAMPLING INFORMATION Dale StartoCl 􀀱􀀭􀀱􀁾􀀠25 Hammer WI. WI. Ibo. a Dale CompieloCl 1-1lH!5 Hammer Drop in. 􀁾􀁬􀀠Drill Foreman EDI Spoon Sampler 00 in. ""10mG>-Inspector Rock Core Dia. in. ....1j Boring MethOd CIA Shelby Tube 00 in. § ....i:s SOIL CLASSIFICAnON SURFACE ELEVATION Brown CLAY(CH) with a trace of calcareous nodules Tan and Gray CALCAREOUS CLAY(CL) with limestone laminations Tan weathered SHALY LIMESTONE with calcareous clay seams -hard below 13' BO'.l"l'OM OF 'fEST BORIlIC @15' 8 t"'" ci!! 􀁾􀀠"'10o..ij 􀁾􀀠'" 􀁾􀁾􀀠i=J: !:l w c J:w ...J l