Project Manual Including Contract Documents and Specifications For: . , MILDREPSTREET'IMPROVEMENTS for the , ",': ". " ..JULY 1990 .,' . DiSON GINN, lNC. CONSULTING, ENGINEERS ..' ·17103 PRESTON ROAD, SUITE 100, LB-118 DAUAS, TEXAS 75248 (214) 248-4900 PROJECT MANUAL INCLUDING CONTRACT DOCUMENTS AND SPECIFICATIONS FOR MILDRED STREET IMPROVEMENTS SANITARY SEWER IMPROVEMENTS TOWN OF ADDISON DALLAS COUNTY, TEXAS JULY 1990 prepared By: GINN, INC. Consulting Engineers 17103 Preston Road Dallas, Texas 75248 J TABLE OF CONTENTS TC-1 .. I, DIVISION O-BIDDING AND CONTRACT REOUIREMENTS 00010 00030 00040 00100 00110 00300 00410 J 00430I 00510 00600 00610 00640 00650 00700 00800 00810 00830 00850 00900 PRE-BID INFORMATION ADVERTISEMENT FOR BIDS BIDDERS QUALIFICATION FORMS INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS FOR BONDS PROPOSAL AND BID FORMS BID BOND FORM SUBCONTRACTOR LISTING STANDARD FORM OF AGREEMENT PERFORMANCE BOND (PB-1 THRU PB-2) PAYMENT BOND (PB-3 THRU PB-4) MAINTENANCE BOND CERTIFICATE OF INSURANCE GENERAL CONDITIONS OF AGREEMENT (GC-1 THRU GC-14) SUPPLEMENTARY CONDITIONS MODIFICATIONS TO GENERAL CONDITIONS SPECIFIC PROJECT REQUIREMENTS INDEX TO DRAWINGS ADDENDA AND MODIFICATIONS DIVISION1-GENERAL REQUIREMENTS 01014 01015 01041 01050 01070 01100 01152 01202 01300 01310 01320 01340 01370 01410 01420 01500 01600 01630 01700 01720 01730 01750 WORK SEQUENCE CONTRACTOR USE OF PREMISES PROJECT COORDINATION FIELD ENGINEERING ABBREVIATIONS AND REFERENCE ALTERNATES AND ALTERNATIVES APPLICATIONS FOR PAYMENT PROGRESS MEETINGS SUBMITTALS CONSTRUCTION SCHEDULES PROGRESS REPORTS SHOP DRAWINGS, PRODUCT DATA SCHEDULE OF VALUES TESTING LABORATORY SERVICES STANDARDS AND SAMPLES RESIDENT PROJECT REPRESENTATIVE SERVICES TEMPORARY FACILITIES AND CONTROLS MATERIAL AND EQUIPMENT SUBSTITUTIONS AND PRODUCT OPTIONS CONTRACT CLOSE-OUT PROJECT RECORD DRAWINGS OPERATION AND MAINTENANCE DATA WARRANTIES AND BONDS GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS TABLE OF CONTENTS TC-2 DIVISION 2-SITEWORK 02000 STANDARD SPECIFICATIONS 02010 SPECIAL PROVISIONS 02100 SITE PREPARATION 02200 EARTHWORK 02210 SITE GRADING 02220 STRUCTURAL EXCAVATION, FILL AND BACKFILL 02221 EXCAVATION, TRENCHING AND BACKFILLING FOR UTILITIES 02610 PIPE AND FITTINGS 02615 CAST IRON AND DUCTILE IRON PIPE 02618 PRETENSIONED CONCRETE CYLINDER PIPE DIVISION 3-CONCRETE 03200 CONCRETE REINFORCEMENT 03300 CAST-IN-PLACE CONCRETE DIVISION '-THERMAL AND MOISTURE PROTECTION 07920 SEALANTS AND CAULKING DIVISION lS-MECHANICAL 15100 MISCELLANEOUS PIPING APPENDICIES APPENDIX A DEFINITION OF TERM APPENDIX B ORDINANCE NO. 085-09 ORDINANCE NO. 085-051 APPENDIX C WAGE RATE RESOLUTION NO.L R88-091 APPENDIX D ORDINANCE NO. 084-051 APPENDIX E SPECIAL PROVISIONS FOR CONCRETE PAVING STONE INSTALLATION AND REPAIR SOIL. INVESTIGATION REPORT END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00010 -PRE-BID INFORMATION 00010-1 PART 1-GENERAL 1.1 GENERAL: A. The title of the project is MILDRED STREET IMPROVEMENTS, for the TOWN OF ADDISON, TEXAS. B. The bid opening date is August 14, 1990, 10:00 A.M. C. Plans will be available from the office of the Engineers on July 27, 1990. D. Advertisement dates: July 26 and August 2, 1990. E. Bids will be received at the Town Hall, 5300 Belt Line Road, Town of Addison, Texas. I • I 1.2 LOCATION: The specific location of the proj ect is as shown on the location map provided in the plans: more specifically, the construction is for the existing Mildred Street, from Addison Road, east to Quorum Drive. 1. 3 SCOPE: A. The project consists of the construction of a 45' wide to 56' wide, S" thick concrete street, with concrete curb and gutter, storm drainage, sanitary sewer lines and all appurtenances to fully complete the project. B. The project will be a unit price bid proposal. C. The project length will be be 120 calendar days. 1.4 BONDS: . I i A. A Bid Bond, in the amount of 5% of the greatest amount bid will be required. B. A Performance Bond and a Material and Labor payment Bond will be required of the successful bidder. J GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS . 1 DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00010 -PRE-BID INFORMATION 00010-2 I 1.5 QUALIFICATIONS: 1 A. Qualifications of bidders or information that will be 1required are as follows: I 1. Qualifications of bidder to do work. 2. Experience record in this type work. 1 3. List of equipment and manpower to be assigned to , 1 this project. 4. Financial statement of firm submitting bid. B. Other information deemed necessary for the evaluation of the bids received. 1.6 DRAWINGS AND SPECIFICATIONS: A. Drawings and specifications may be viewed at the following locations: 1. Office of the Engineer I 2. Dodge Room 3. Texas Contractor 4. Associated General Contractors . 1 , , jB. Drawings and specifications may be purchased, only, at the office of the Engineer. The cost of the plans and specifications is $100.00, non-refundable. i END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS I TEXAS PROJECT NO. 439 439 TOWN OF ADDISON, TEXAS I DIVISION 0-BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00030 -ADVERTISEMENT FOR BIDS 00030-1 Sealed proposals addressed to the TOWN OF ADDISON, TEXAS for the MILDRED STREET IMPROVEMENTS, will be received at the Addison Town Hall, Council Chambers, 5300 Belt Line Road, Addison, Texas until 10:00 a.m., August 14, 1990, and then publicly opened and read aloud. The Instructions to Bidders, Proposal Forms, Forms of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: Ginn, Inc., Consulting Engineers Dodge Reports 17103 Preston Road, Suite 100 1111 W. Mockingbird,#1200 Dallas, Texas 75248 Dallas, Texas 75247 (214) 248-4900 (214) 358-6111 Associated General Contractors Texas Contractor 11111 Stemmons Freeway 2510 National Drive Dallas, Texas 75229 Garland, Texas 75041 (214) 358-5357 (214) 271-2693 Copies may be obtained at the office of Ginn, Inc. for a payment of $100.00 per set, non-refundable. Bidding documents will be mailed via U.S. Mail, fourth class, upon receipt of payment, plUS $10.00 handling and shipping charge. The Owner reserves the right to waive any informalities and/or to reject any or all bids. Each Bidder must deposit with his bid, a security in the amount, form and subj ect to the conditions provided in the Instruction to Bidders. PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT APPROXIMATELY 1150 LF OF 45' WIDE, 8" THICK REINFORCED CONCRETE PAVEMENT ON 6" THICK LIME STABILIZED MATERIAL; CONCRETE CURB AND GUTTER; BRICK PAVER BUS PARKING LANES; CONCRETE SIDEWALKS; STORM DRAINAGE SYSTEM, WITH INLETS AND STORM PIPE; SANITARY SEWER SYSTEM, 8" AND 12" DIAMETER PVC PIPE, INCLUDING MANHOLES; TRAFFIC BUTTONS; AND MISCELLANEOUS APPURTENANCES. TOWN OF ADDISON DATE________________________ Ron Whitehead, City Manager Advertisement Dates: July 26 and August 2, 1990. Plans will be available on: July 27, 1990. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS , 1 , I I , I , I I , I , i I I , I j PAGE 00040-1 DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS SECTION 00040 -BIDDERS QUALIFICATION FORMS PART 1 -GENERAL (TO BE SUBMITTED WITH BIDS) 1.1 GENERAL: Bidder: Address: Project: M:ILDRED STREET :IMPROVEMENTS TOWN QF ADD:ISON TEXAS. Pursuant to contract Documents and information for prospective bidders for above mentioned proposed project, the undersigned is submitting the information as required with the understanding that the purpose is for your confidential use only to assist in determining the qualifications of this organization to perform the type and magnitude of work included; and further, guarantee the trust and accuracy of all statements hereinafter made, and will accept your determination of qualifications without prejudice. The surety herein named, any other bonding company, bank, subcontractor, suppl ier, or any other persons, firms or corporations with whom I/we have done business, or who have extended any credit to me/us are hereby authorized to furnish you with any information you may request concerning me/us including but not limited to, information concerning performance on previous work and my/our credit standing with any of them: and I/we hereby release any and all such parties from any legal responsibility whatsoever on account of having furnished such information to you. 1.2 ITEMS TO BE FURNISHED: A. Qualification of Bidder Statement B. Experience Record C. Equipment Schedule D. Financial Statement E. Affidavit GINN, INC. -CONSULTING ENGINEERS M:ILDRED STREET :IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SAN:ITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I , 1 DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00040 -BIDDERS OUALIFICATION FORHS 00040-2 I PART 2 -PRODUCTS I 2.1 GENERAL: A. Copies of forms furnished to Bidder. B. Bidder may use own forms" provided all pertinent information is supplied. PART 3 -EXECUTION 3.1 QUALIFICATION OF BIDDER STATEMENT: . 1 A. Number of years in business as a general . i contractor:____ B. Classification of work done: __Building__Sewer ] ___Water ___Other (Explain: } C. Types of work done in each classification: Building: Sewer: Water: D. Maximum number of contracts in excess of $10,000 under construction at one time:________________________________ E. Approximate dollar volume of incomplete work under contract at anyone time:_______________________ _________ 1 jF. List of complete proj ects of comparable type and magnitude of this project: project Owner Arch/Engineer Yr. Built Contract Price ! '] G. List of incomplete projects: , , ; jProject Owner Arch/Engineer % Complete Contract Price 1, H. Have you or any present partners or officers failed to complete a contract:____If so, give name of owner 1, and/or surety;____􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 j DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00040 -BIDDERS OUALIFICATION FORMS 00040-3 I. Are there any unsatisfied demands upon you as to your accounts payable? If so, give names, amounts andexplanation:______________________________________________ J. Name and address of bank and officer for reference: K. Other Credit References: L. Name and address of Bidder's Surety and name and address of agent used by Bidder: NOTE: Use additional paper if necessary. 3.2 EXPERIENCE RECORD: A. List of Projects your Organization has successfully completed: AMOUNT OF TYPE OF DATE NAME AND ADDRESS CONTRACT AWARD WORK ACCEPTED OF OWNER B. List of Projects your organization is now engaged in completing: AMOU.NT _OF TYPE OF ANTICIPATED DATE NAME AND ADDRESS CONTRACT AWARD WORK OF COMPLETION OF OWNER C. List work: of Surety Bonds in Force on above uncompleted DATE OF CONTRACT AWARD TYPE OF BOND AMOUNT BOND OF NAME AND ADDRESS OF SURETY GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00040 -BIDDERS OUALIFICATION FORMS 00040-4 3.3 EQUIPMENT SCHEDULE: I A. List of Equipment owned by bidder that is in serviceable condition and available for use. I 􀁾􀀠I : I , I B. Portions of work Bidder proposes to sublet in case of Award of Contract including amount and type: , I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS I TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS , I I I DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00040 -BIDDERS QUALIFICATION FORKS 00040-5 3.4 FINANCIAL STATEMENT: Condition of Bidder at close of business month,_____________ ASSETS Cash on Hand $_-----In Bank Elsewhere 2. Accounts receivable from completed contracts (Exclusive of claims not approved for payment). 3. Accounts receivable from other sources than above 4. Amounts earned on uncompleted contracts (not included in Item 3) (Contract price on completed portion of uncompleted contracts less total cost of completed portions). 5. Deposits for bids on other guarantees 6. Notes Receivable Past Due $__________ Due 90 Days Due Later 7. Interest earned 8. Real Estate Business Property, presentvalue Other Property, present value 9. stocks & Bonds, listed on Exchange unlisted 10. Equipment, machinery, fixtures Less Depreciation 11. Other Assets $_---$_---$_----$_---$_---$_----$__________ $__________ $_--TOTAL ASSETS GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TQWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00040 -BIDDERS OUALIFICATION FORMS 00040-6 3.5 LIABILITIES AND NET WORTH: 1. Notes Payable to Banks Regular (For Certified Checks) Equipment Obligations Otbers 2. Accounts Payable Current Past Due 3. Real Estate Mortgages 4. Other Liabilities 5. Reserves 6. Capital Stock Paid Up Common Preferred 7. Surplus TOTAL $ $ $ LIABILITIES $ $ $ $ $ $ $ $ · ,1 I · , i · , 􀀮􀁾􀀠; :.1 ..i GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 I DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00040 -BIDDERS QUALIFICATION FORMS 00040-7 3.6 AFFIDAVIT: an individual Submitted by a partnership corporation with principal office at To be filled in by Corporation: To be filled in by Partnership: Date incorporated Date formed ______StateUnder the laws of state whether partnership is general, limited or associated: Executive Officer List Members: _______ State of County of being duly sworn, deposes and say that he is of 􀀭􀀮􀁾􀁾􀀭􀀮􀀬􀁾􀁾􀁾􀁾􀁾􀁾􀀮􀁟(Title) (Name of Organization) and that the answers to the foregoing questions on the attached forms and all statements therein are true and correct; that the financial statement, the experience record and the schedule of equipment are made a part of this affidavit as though written in full herein, and all statements and answers to questions given in the above mentioned financial statement, experience record and schedule of equipment are true and correct. ___________________,A.D., 19Sworn to before me this ____day of Notary Public My commission expires: (SEAL) END OF SECTION J . , GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS i · I · , J ;, , , , , · J • I · I :. i ·I DiViSiON 0 -BiDDiNG AND CONTRACT REQUiREMENTS PAGE SECTiON 00100 -iNSTRUCTiONS TO BiDDERS 00100-1 PART 1-GENERAL 1.1 GENERAL: A. Defined Terms: Terms used in these instructions to Bidders which are in the General Conditions of the Construction Contract, have the meanings assigned to them in the General Conditions. Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall understood as referring to the TOWN OF ADDiSON, Addison, Texas. Engineer: Wherever the word "ENGiNEER" is used in the specifications and Contract Documents, it shall be understood as referring to Ginn, inc., 17103 Preston Road, suite 100, LB 118, Dallas, Texas 75248, phone (214) 248-4900. Resident project Representative: The authorized representative of the Engineer, assigned to observe and review any or all parts of the work and the materials to be used therein. Bidder: An individual, firm or corporation or any combination thereof, submitting a proposal. contractor: The individual, firm or corporation or any combination thereof, party of the second part, with which the contract is made by the TOWN OF ADDISON, Texas. superintendent: The representative of the Contractor authorized to receive and fulfill instructions from the Engineer and who shall supervise and direct the construction. B. Documents: Complete sets of the Bidding Documents, (full size drawings and specifications), may be obtained from the Engineer upon receipt of the required payment as stated in the Advertisement for Bids. The payment is nonrefundable. No Bidding Documents will be issued later than four (4) days prior to the date for receipt of bids. if requested, Bidding Documents will be mailed via U.S. Mail, Fourth Class rate, upon receipt of the required payment, plus a $10.00 handling and shipping charge. Private courier or overnight delivery service will be at the request and sole expense of the Bidder. The OWner and Engineer assume NO responsibility for delay or failure to receive plans sent by mail, or any other form of delivery service. Plans and specifications may be examined at Ginn, Inc., and copies may be obtained upon providing the required payment. No partial sets of plans, specifications or proposal forms will be issued. GINN, INC. -CONSULTING ENGINEERS MiLDRED STREET iMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANiTARY SEWER ntPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDiSON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00100 -INSTRUCTIONS TO BIDDERS 00100-2 Complete sets of Bidding Documents shall be used in preparing Bids: neither Owner nor Engineer assume any responsibility for errors or misinterpretations reSUlting from the use of incomplete sets of Bidding Documents. C. Discrepancies: Should a Bidder find any discrepancy, ambiguity, inconsistency, error or omission from the drawings, specifications or project manual or of the site and local conditions, or be in doubt as to their written meaning, it is requested that the Bidder promptly notify the Engineer who then will send a written instruction or interpretation to all known holders of the documents. Neither the Owner nor the Engineer will be responsible for any oral instructions. D. Addenda: Any addenda to the drawings, specifications, or project manual issued before or during the time of bidding shall be included in the proposal and become a part of the. contract. All questions by prospective bidders as to the interpretation of the Instructions to bidders, forms of proposal, forms of contract, drawings, specifications or bonds must be submitted, in writing, to the Engineer, at least ten (10) days before the date set for the opening of bids. An interpretation of all questions so raised which, in the Engineer's opinion, require interpretation will be mailed to prospective bidders at the addresses given by them no later than four (4) days before the date of the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. Any addenda will be mailed or delivered to all Bidders receiving a complete set of Bidding Documents. No Addenda will be issued later than four (4) days prior to the date for receipt of bids except an Addendum, if necessary, postponing the date for receipt of bids or withdrawing the request for bids. Each Bidder shall acknowledge acknowledge on bid proposal that he has received all Addenda issued. E. Substitutions: The materials, products and equipment described in the specifications and/or shown on the drawings establish a standard or required function, dimension, appearance and quality as required by the Engineer. NO SUBSTITUTIONS WILL BE CONSIDERED DURING BIDDING. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENT,S 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00100 -INSTRUCTIONS TO BIDDERS 00100-3 F. Work to be done: The work to be done under this contract is described in the specifications and shall be done in accordance with the contract drawing and specifications prepared by Ginn, Inc. -Consulting Engineers, Dallas, Texas. 1. 2 BIDDING: A. Method of Bidding: The proposal provides for quotation of a price, or prices, for one or more bid items, which may be lump sum bid prices, alternate bid prices, or a combination thereof. No payment will be made for items not set up on the proposal, unless otherwise provided by contract amendment. All Bidders are cautioned that they Should include in the prices quoted for the various bid items all necessary allowances for the performance of all work required for the satisfactory completion of the project. B. Subcontracts: The bidder is specifically advised that any person, firm or other party to whom it is proposed to award a subcontract under this contract must be acceptable to the Owner. It is further required that the name of the mechanical and electrical subcontractors and any other listed subcontractor be noted on the proposal form in the blank space provided. Failure to list these will be sufficient grounds to reject the proposal. 1.3 BID SECURITY: A. Bid security shall be made payable to the Owner in an amount of five percent (5%) of the Bidder's maximum Bid price and in the form of certified or bank check or a Bid Bond issued by a Surety Company, licensed to transact such business in the State of Texas and listed on the current Treasury Department Circular No. 570. B. The Bid Security of the Successful Bidder and those of the three (3) lowest responsible and eligible bidders will be retained until the successful Bidder has executad the Agreement and furnished the required Contract Security, whereupon they will be returned. All bid securities will be returned on the execution of the contract or, if no award is made, within ninety (90) days after the actual date of the opening thereof unless forfeited under the conditions herein stipulated. C. In case a party to whom a Contract is awarded shall fail or neglect to execute the Contract and furnish the satisfactory bonds within the time stipulated, the Owner may determine that the bidder has abandoned the Contract and, thereupon, the proposal and acceptance shall be null and void and the bid security accompanying the proposal shall be forfeited to the OWner as liquidated damages for such failure or neglect GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE iSECTION 00100 -INSTRUCTIONS TO BIDDERS 00100-4 I and to indemnify said Owner for any loss which may be . , sustained by failure of the bidder to execute the contract I and furnish the bonds as aforesaid, provided that in case of death, disability or other unforeseen circumstances affecting the bidder, such bid security may be returned to him. After execution of the contract and acceptance of the bonds by the Owner, the bid security accompanying the proposal of the successful bidder will be returned. 1.4 QUALIFICATION OF BIDDERS: A. To demonstrate qualifications to perform the Work, each Bidder may be required to submit written evidence of the types set forth in seotion 00040 -Bidders Qualifioations, such as financial data, previous experience and evidence of Bidder's qualification to do business in The State of Texas or covenant to obtain such qualification prior to award of the contract. B. Additionally, all Bidders shall be prepared to show that they are are skilled, experienced in, and have been regularly engaged in the type of construction involved and that they have the necessary financial resources to finish the Work in a proper and satisfactory manner in the time specified. C. The Engineer and OWner reserve the right to require documented evidence of the foregoing from the Contractor prior to award of the contract. D. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the OWner such information and data for this purpose. The Owner reserves the right to · j reject any proposal if the evidence submitted by or the investigation of such bidder fails to satisfy the Owner that · , such bidder is properly qualified to carry out the i obligations of the Contract and to complete the work contemplated therein. The Owner reserves the right to reject any or all proposals bids if it would be in the 1 public interest to do so. A proposal which includes for any · j item a bid that is abnormally low or high may be rejected as , ,unbalanced. 1 E. The investigations of a bidder will seek to determine whether the organization is adequate in size and experience and whether aVailable equipment and financial resources are adequate to assure the Owner that the work will be completed at a rate consistent with the completion date set forth in the proposal. The amount of other work to which the bidder is committed will also be a consideration in establishing that a contractor is a "responsible and eligible bidder" in conformity with the requirements of the Contract. I i · j GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 -INSTRUCTIONS TO BIDDERS 00100-5 1.5 EXAMINATION OF CONTRACT DOCUMENTS AND SITE: A. Conditions of Work: Each Bidder must fully inform himself of the conditions relating to construction of the project and employment of labor thereon. Failure to do so will not relieve a Successful Bidder of his obligation to furnish all material" and labor necessary to carry out the provisions of his contract. Insofar as possible, the Contractor must employ methods or means to cause no interruption of or interference with the work of any other contractor. B. Examination of site: All Bidders, including the general Contractor and subcontractors shall examine carefully the site of the Work to acquaint himself with working conditions and all difficulties that may be involved therein, and shall examine carefully all drawings, specifications and other Contract Documents to familiarize himself with all of the requirements, terms and conditions thereof. Any information relating to the Work furnished by the Owner or others, or failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, if awarded a contract. Also, failure to visit the site will in no way relieve the Successful Bidder from furnishing any materials or performing any work required to complete Work in accordance with drawings and project manual without additional cost to the Owner. C. Laws, Regulations, Permits and Taxes: The Bidder's attention is directed to the fact that all applicable state laws, municipal ordinances, rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they shall be deemed to be included in the contract the same as though herein written out in full as a part of these documents. Contractor shall secure, and include compensation for, in his proposal, all permits and all required taxes which are levied by governing bodies and which are assessable upon labor and materials entering into this Work. D. Before submitting his Bid each Bidder may, at his own expense, make such investigations and tests of the site as the Bidder may deem necessary to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. E. On request, Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. F. The lands upon which the Work is to be performed, rights-ofway for access thereto and other lands designated for use by Contractor in performing the Work are identified in the GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00100 -INSTRUCTIONS TO BIDDERS 00100-6 General Conditions, General Requirements or Drawings. G. If project is bid, based upon unit price bidding, bidder shall be advised that; the quantities of work or materials as set forth in the proposal form or on the plans are a calculated approximation and are for the purpose of comparing the Bids on a uniform basis. Payment will be made by the Owner to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and materials to be furnished may be increased or decreased as hereinafter provided. H. Obliqation of Bidder: At the time of opening of bids, each Bidder will be presumed to have inspected the site and to have read and be thoroughly familiar with the drawings, specifications and the project manual, including all addenda. The submission of Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this section, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. I. No allowance will be made for any claim that the proposal is based upon incomplete information as to the nature and character of the site or the work involved. Conditional proposals will not be accepted. 1.6 BID PROPOSALS: A. General: The Bidder shall submit two Original Bid Proposals based exactly on the documents as issued. No substitutions, revisions or omissions from the plans andior specifications will be accepted unless authorized in writing by the Engineer. The proposal form is attached hereto; additional copies may be obtained from the Engineer. Bid proposals must be completed in ink or by typewriter. The Bid price of each item on the form must be stated in words and numerals; in case of a conflict, words will take precedence. The Bid proposal must be signed with the full name of the Contractor and his address; if a partnership, by a member of the firm with the name and address of each member; if a corporation, by an officer thereof, the corporate name, and have a corporate seal affixed. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 . J , 1 1 1 1 t . I .J 1 DrvrsrON 0 -BrDDrNG AND CONTRACT BEOUrREMENTS PAGE SECTrON 00100 -rNSTRUCTrONS TO BrDDERS 00100-7 B. Form: Make all proposals on forms provided and fill all applicable blank spaces without interlineation, alteration or erasure and must not contain recapitulation of the Work to be done. No oral, telegraphic, or telephonic proposals will be considered. Any addenda issued during the bidding shall be noted on the proposal form. C. Submittal: Each Bidder shall submit two copies of his Bid completely and properly executed on proposal forms provided. Each Bid, without the "Specifications and contract Documents", shall be enclosed in a separate sealed envelope, with the words "Bid for" followed by the project title and the Bidder's name and address, and accompanied by the Bid Security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face thereof. SPECIFrCATIONS AND CONTRACT CONTRACT DOCUMENTS SHALL NOT BE RETURNED WITH THE BIDS. D. Telegraphic Modifications: Any Bidder may modify his Bid by telegraphic 'communication at any time provided such communication is received by the OWner prior to the scheduled closing time. written confirmation must be received within two days from the closing time or no consideration will be given the telegraph modifications. E. withdrawal: If, within twenty-four hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw his Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work. 1.7 OPENING OF BIDS: A. The TOWN OF ADDISON, Texas (herein called the "OWner") invites all Bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by by the Owner at time and place stated in section 00030 -Advertisement For Bids, and then at said location publicly opened and read aloud. The envelopes containing the Bids must be sealed, addressed to the TOWN OF ADDISON, and designated as "Bid for MILDRED STREET IMPROVEMENTS. B. When Bids are opened publicly they will be read aloud, and an abstract of the amounts of the base Bids and major alternates (if any) will be made available after the opening of Bids on a bid tabulation sheet sent to all bidders. , -; GINN, INC. -CONSULTING ENGINEERS MILDRED STREET rMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBll8 SANITARY SEWER IMPROVEMENTS DALLAS I TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 -INSTRUCTIONS TO BIDDERS 00100-8 1.8 BIDS TO REMAIN OPEN: All Bids shall remain open for ninety (90) days after the day of Bid Opening, but Owner may, in his sole discretion, release any Bid and return the Bid security prior to that date. 1.9 CONTRACT AWARD: A. Owner reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive or conditional Bids. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. B. In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. It is the Owner's intent to accept alternates alternates (if any are accepted) in the order in which they are listed in the Bid form, but Owner may accept them in any order or combination. C. Owner may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the Work as to which the identity of subcontractors and other persons and organizations must be submitted as provided in the Supplementary Conditions. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by Owner. D. Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish :,"jthe responsibility, qualifications and financial ability of Bidders, proposed subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. E. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. F. If the contract is to be awarded it will be awarded to the! lowest Bidder whose evaluation by Owner indicated to Owner that the award will be in the best interests of the project. G. If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 -INSTRUCTIONS TO BIDDERS 00100-9 H. After award of contract to Successful Bidder, the contractor shall agree to begin work within ten (10) calendar days after the date of "Notice to Proceed" of the Owner and to fully complete the project within the stated number of consecutive calendar days thereafter as stipulated on the bid proposal and agreement between Owner and contractor. 1.10 LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT: In the event the Bidder's proposal is accepted, and he fails or refuses to enter into the contract and furnish the required Performance and Payment Bonds within fifteen (15) days after he has received notice of the acceptance of his Bid, unless given a written extension of time by the owner, then the Bidder will be considered as having abandoned his proposal and his Bid Security will be retained by the Owner as liquidated damages, IT NOW BEING AGREED that the specified sum of the Bid Security is a fair estimate estimate of' the amount of damages that the Owner will sustain in case the Bidder fails to enter into the contract and furnish the Performance and Payment Bonds within the time stated in the proposal. 1.11 CONTRACT TIME: A. The number of days within which, or the date by which, the Work is to be completed (the Contract Time) is set forth in the Bid Form and will be included in the Agreement. The Contract Time for this project is: ONE HUNDRED TWENTY (120) CALENDAR DAYS B. Extension of time of completion will be permissible in accordance with section 4.02 of General Conditions of Agreement. 1.12 LIQUIDATED DAMAGES: Provisions for liquidated damages are set forth in the Proposal. Liquidated damages for this project are: FIVE HUNDRED DOLLARS ($500.00) PER CALENDAR DAY 1.13 SUBCONTRACTORS, ETC.: A. The apparent Successful Bidder, and any other Bidder so requested will, within seven (7) days after requested by the Owner, submit to the Owner a list of all the suppliers, SUbcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for those portions of the GINN; INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGB SECTION 00100 -INSTRUCTIOUS TO BIDDERS 00100-10 ,Work as to which such identification is so required. Such , 1 list shall be accompanied by an experience statement with Ipertinent information as to similar projects and other evidence of qualification for each such Subcontractor, person and organization if requested by the Owner. If Owner 1 or Engineer after due investigation has reasonable objection I to any proposed Subcontractor, other person or organization, either may before giving the Notice of Award request the apparent Successful Bidder to submit an acceptable substitute without an increase to Bid price. If the apparent Successful Bidder declines to make any such 1,substitution, the contract shall not be awarded to such }Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor, other person or organization so listed and to whom Owner or Engineer does not make written } objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. . 1 , i B. No Contractor shall be required to employ any Subcontractor, other person or organization against whom he has reasonable objection. 1.14 PERFORMANCE AND OTHER BONDS: A. Security for Faithful Performance: Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under the contract and furnish materials in connection with this contract. The surety on such bond or bonds shall be by a duly authorized surety company, satisfactory to the OWner, if requested by the Bidder. Bonds shall remain in effect through the guarantee period unless otherwise required by State Law. Seal 'impressions will be required on all bonds submitted to Owner. B. Power of Attorney: Attorneys-in-fact, who sign contract bonds, must file with each bond a certified certified and effectively dated copy of their power of attorney. " j C. Laws and Regulations: The bidder's attention is directed ..,to the fact that all applicable state laws, municipal ordinances and the rules and regulations of all authorities __ Ji having jurisdiction over construction of the project shall apply to the Contract throughout and they will be deemed to be included in the Contract the same as though herein written out in full. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TBXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 -INSTRUCTIONS TO BIDDERS 00100-11 1.15 SIGNING OF AGREEMENT: When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by at least six unsigned counterparts of the Agreement and all other contract Documents. within fifteen (15) days thereafter, contractor shall sign and deliver at least six counterparts of the Agreement to OWner with all other contract Documents attached. within ten (10) days thereafter, Owner will deliver all fully signed counterparts to Contractor. Engineer will identify those portions of the contract Documents not fully signed by OWner and contractor and such identification shall be binding on all parties. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN 0'11' ADDISON, TEXAS I j ..J DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00110 -GENERAL INSTRUCTIONS FOR BONDS 00110-1 PART 1-GENERAL 1.1 GENERAL A. The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. B. The name, including full Christian name, and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the state in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. H. Amounts of bonds shall be as set forth in Paragraph 3.10 of the General Conditions. END OF SECTION GINN, INC. -CONSULTING ENGINEERS KILDRED STREET IKPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ] 1 1 I 1 ____________________________________________________ ___ . ,i \ j DIVISION 0 -BIDDING AND SECTION 00300 -PROPOSAL CONTRACT REOUIREMENTS AND BID FORM PAGE 00300-1 BID FOR: MILDRED TOWN OF STREET IMPROVEMENTS ADDISON, TEXAS THIS BID SUBMITTED TO: TOWN OF ADDISON 5300 BELT LINE ROAD P.O. BOX 144 ADDISON, TEXAS 75001 BIDDERl Gentlemen: The BIDDER, in compliance with your invitation for bids for the above referenced project, having examined the plans and specifications with related documents including any Addenda, (if issued) and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract Documents, of which this proposal is a part. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the ·form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the contract Documents. BIDDER accepts all of the terms and conditions of the Advertisement, Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security,. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (IS) days after the date of OWNER's Notice of Award. The undersigned, as BIDDER, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of Contract, Instruction to Bidders, Specifications, and the Plans herein referred to and has carefully examined the locations, conditions and classes of materials called for in the contract Documents and Specifications in the manner prescribed and according to the requirements of the Owner as herein set forth. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00300 -PROPOSAL AND BID FORK 00300-2 This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation: BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false Bid: BIDDER has not solicited or induced any person, firm, or corporation to refrain from bidding: and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. BIDDER hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" by the OWNER and to fully complete the project within 120 consecutive calendar days thereafter as stipulated in the Specifications. BIDDER further agrees to pay as liquidated damages, the sum of $500.00 for each consecutive calendar day thereafter as hereinafter provided in Section 00810, Paragraph 1.1, E, 4.02 of the Modifications to General Conditions. Accompanying this proposal is· a (Certified or Cashier's Check payable to the Town of Addison) (Bid Bond) in the amount of ($ ) , which is five percent (5%) of the greatest amount bid. BIDDER acknowledges receipt of the following addendum: (If none-issued, indicate N/A) ADDENDA #________________DATE_____________ ADDENDA #________________DATE_____________ ADDENDA #________________DA TE_____________ ADDENDA #_________________DATE______________ BIDDER agrees to perform all the work described in the Specifications and as shown on the Plans for the following unit prices: (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) · J · 1 i · , GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100. LBl18 SANITARY. SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ----160.0 248.0 DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00300 -PROPOSAL AND BID FORM 00300-3 -FURNISHING AND PLACING TOPSOIL, INCL. RYE GRASS BID FORM Item I Description I Appr. I Unit No. I Oty. I Un t I Unit Price I Total I Pr ce "'ritten I For Hem 􀀻􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀺􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀠===== ============================================ 100.1 IPREPARE RIGHT OF WAY I6.55 ISTA._I(65' R.O.W.) 100.2 IPREPARE RIGHT OF WAY 5.50 􀁉􀁾􀀠I(80' R.O.W.) 1. 100.3 PREPARE RIGHT OF WAY 0.65 STA. 1 I I (60' 􀁒􀀮􀁏􀀮􀁾􀀮􀀩􀀠! 104.1 SAW' CUT FULL DEPTH EXIST 240 LF I I ASPHALT OR CONCRETE PVMT. 1 104.2 REMOVE OLD CONCRETE OR I75 SY I I ASPHALT PAVEMENT I 110.0 ROADWAY EXCAVATION, 3500 (DENSITY CONTROL) CY I I I 1 I 2800 SY I I25 ICY I I 4500 SY I 262.0 1 LIME TREATMENT FOR BASE 2650 1 sy COURSE, DENSITY CONTROL 1 1 ------·-1--1------1--264.0 HYDRATED LIME, TYPE A 100 ITONS6% BY WEIGHT, 27#/S.Y. 340 6" THICK, TYPE "0'1 150 SY HMACP 360.1 a" THICK REINFORCED CONC. 6000 SY PAVEMENT, CLASS C 1 1 6" THICK REINFORCED CONc.1 a35 SY I 360.2 1 PAVEMENT, CLASS C I I ICONCRETE STREET HEADER I 37 LF360.3 400 TRENCH SAFETY 1 LS FOR STORM DRAINAGE LINES ! -i I 1 i 1 I I I 1 1 FLEXIBLE SASE, TYPE A, GRADE 1, CLASS 3, COMPL. 260.0 LIME TREATMENT FOR MAT'LS PLACE, (DENSITY CONTR)_IIN GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS __ _________ ___ _ ----1 DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00300 -PROPOSAL AND BID FORM 00300-4 BID FORM Item I Description IAppr. IUnit 1Unit I Unit Price Total No. Qty. Price . Written I For Item =========-======================================================================================== 464.1 IS" RCP, C-76, CLASS !!I IF STORM SEilER PIPE, COMPL. I I 1 2411 Rep # c· 76, CLASS 1I I 464.2 I IF STORM SEilER PIPE, COMPL. 464.3 30" Rep I C· 76, CLASS I lJ IF STORM SEilER PIPE, COMPL. I470.1 10' STANDARD CURB INLET EA COMPLETE, IN-PLACE i 470.2 10' MODIfiED CURB INLET EA COMPLETE, IN'PLACE I I479.1 ADJUST EXISTING MANHOLE EA i 500 I MOBILIZATION 1 I LS i 􀁾􀁉 CONCRETE CURB AND GUTTER I2100 I-L-F-I COMPLETE, IN· PLACE 1___1__ _.._II530.2 CONCRETE SIDEUALK, 4" THd 730 Sf I COMPLETE, IN· PLACE I __I 1__________.: _______I 530.3 CONCRETE DRIVEIIAYS, 6"THK/140 Sf I I COMPLETE, IN'PLACE I __1____1__________ . ______ 1 530.4 IBRICK PAVERS 840 I Sf I I I I_C_O_MP_L_ET_E_'􀁟􀁉􀁟􀁎􀁾􀁟􀁐􀁟􀁌􀁌􀁁􀁟􀁃􀁟􀁅--'1--_1_-1 1 1, . ! 3ZD i 385 I 530 I I 5 I 5 _._2 I I I I 1 1 I 1 I 1-'-II I 1 I I 1 1 582.1 582.2 582.3 618.1 -618.2 ADJUST EXIST IIATER VALVE 1 EA COMPLETE, IN-PLACE I RELOCATE EXiST IIATER 1 METER, COMPLETE, IN'PLACE 1 1 I􀁾LOIIER 24" PCCP IIATER LINE 80 COMPLETE, IN· PLACE 1 2"/4" ELECTRICAL CONDUIT I 425 ICOMPLETE, IN' PLACE I 1 I 1 1-": i I i 1 1 1 2" IRRIGATION CONDUIT 40 :: I I COMPLETE, IN,PLACE _I 1I I 1 l 1 , i l , . j .,I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00300 -PROPOSAL AND BID FORM 00300-5 BID FORM ! I __ I Item I Description I Appr. I Unit I Un t I Unit Price I Total I No. I Qty. I I Pr ce I Written For Item I ===================================================== ============================================ PAVEMENT MARKINGS, INCL. I I 666.0 2411 STOP BAR, TURN LANE LS ARROWS, "ONLY" MARKINGS I ---I 676.1 TRAFFIC BUTTONS P·7W I 108 EA SINGLE REFLECTIVE, WHITE 1 ___1 __ I 676.2 TRAFFIC BUTTONS P·15W I 108 I EA I I DOUBLE REFLECTIVE, WHITE I I__ I I I 676.3 I TRAFFIC BUTTONS P·117Y I 152 I EA I I DOUBLE REFLECTIVE, YELLOWI 1 __1 __________________ _ MILDRED STREET IMPROVEMENTS SUB-TOTAL BID $__________________________ cents.􀁾􀁾􀁾􀁾􀀭􀀭􀁾􀁾􀀭􀀭􀁾􀁾􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀁤􀁯􀁬􀁬􀁡􀁲􀁳􀀠and -------(written out in words) $ 􀀨􀁾􀁦􀂷􀁩􀀭􀁧􀀭􀁵􀀭􀁲􀀭􀁥􀀭􀁳􀀷􀀩􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭SANITARY SEWER IMPROVEMENTS BID FORM Item I Description I Appr. I Unit I Un t I Unit Price I Total I I No. I Qty. I Pr ce Written For Item ===================================================== ============================================ 465.1 I 8" DIAM. PVC, DR 35 I 570 I LF I I I I __I (8'·10' DEEP) SAN SEWER I __I 1________________ 465.2 I 8" DIAM. PVC, DR 35 1240 LF I I __I (10'·12' DEEP) SAN SEWER 1__1 1_______________ 465.3 I 12" DIAM. PVC, DR 35 1070 I LF I I (6'·8' DEEP) SAN SEWER 1__1 1_______________ 465.4 12" DIAM. PVC, DR 35 485 I LF I I (8'·10'OEEP) SAN SEWER I I I ---------------465.5 I 12" DIAM. PVC, OR 35 650 I LF I I (10'·12'DEEP) SAN SEWER I I I 465.6 4" OIAM. PVC, DR 35 100 I-L-F-i---------------(8' -10'DEEP) SAN SEWER I -I------------,--- -----GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00300 -PROPOSAL AND BID FORM 00300-6 BID FORM Item Description No. I 465.7 470.3 470.4 470.5 472.0 400.1 6" DIAM. PVC, DR 35 (8"10' DEEP) SAN SEWER SANITARY SEWER MANHOLE (6"S' DEEP) COMPLETE SANITARY SEWER MANHOLE (8'·10' DEEP) COMPLETE SANITARY SEWER MANHOLE (10'·12' DEEP) COMPLETE RELAYING CULVERT PIPE TRENCH SAFETY FOR SAN I T ARY SEWER lINES I Appr. I Unit Unit I Unit Pri c:e Total I Qty. Price Written For 1 tern i 60 I LF I I2 EA 4 EA 9I EA I I I 160 IF 1 lS I II SANITARY SEWER IMPROVEMENTS SUB-TOTAL BID 􀁾􀀭􀀮􀁾______􀁾􀁾____􀁾􀁾_____________dollars and ________________cents. (written out in words) $ 􀀨􀁾􀁦􀀷􀁩􀁧􀁵􀀭􀀭􀁲􀀭􀁥􀀭􀁳􀁾􀀩􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭TOTAL BID FOR: MILDRED STREET IMPROVEMENTS AND SANITARY SEWER IMPROVEMENTS (TOTAL BID MUST ADD UP TO MILDRED STREET IMPROVEMENTS SUB-TOTAL PLUS SANITARY SEWER IMPROVEMENTS SUB-TOTAL) TOTAL BID $_________________________________________________ 􀁾􀁾􀁾􀀭􀀭􀁾􀀭􀁾􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁤􀁯􀁬􀁬􀁡􀁲􀁳􀀠and ----------cents. (written out in words) $ 􀀨􀁾􀁦􀀷􀁩􀁾􀁧􀁵􀁾􀁲􀀭􀁥􀁾􀁳􀀷􀀩􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBllS SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00300 -PROPOSAL AND BID FORM 00300-7 BIDDER agrees to provide the following documents which are attached to and made a condition of this Bid: a. Required Bid security in the form requested, 00410. b. A completed Subcontractor Listing as shown in Section 00430, of these documents. c. Required Bidder's Qualification statement with supporting data as indicated in section 00040 of these documents. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. Consideration for selection of the successful BIDDER will be as follows: TOTAL BID AMOUNT (COMBINATION OF MILDRED STREET IMPROVEMENTS AND SANITARY SEWER IMPROVEMENTS SUB-TOTAL AMOUNTS) The BIDDER agrees that this bid shall be good and may not· be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, BIDDER will execute the formal Contract attached within fifteen (15) days and deliver a Surety Bond or Bonds as required by the General Conditions. The Bid security attached in the sum of (written out) $______________________ (figures). is to become the property of the OWNER in the event the Contract and Bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the OWNER caused thereby. Respectfully submitted, (Firm) By:-------------------------Title:_______________________ (SEAL-if bid is by a corporation) (Business Address) (Telephone Numher) ___________ END OF PROPOSALJ GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 " .' J 􀁾􀀠, 1 j PIVISION 0-BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00410 -BID BOND FORM 00410-1 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, ------------------------------------------------------ --------------, as Principal, and ________________________________________________ as Surety, are hereby held and firmly bound unto as Owner in the penal sum of ______________________________________ ________________ for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. SIGNED, this day of 19 The Condition of the above obligation is such that whereas ______________________________athe Principal has submitted to certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the NOW, THEREFORE, a. If said Bid shall be rejected, or in the alternate, b. If said Bid shall be accepted and the principal shall execute and deliver a contract in the Form of Contract attached hereto (Properly completed in accordance with said Bid) and shall furnish a bond for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise and same shall remain in force and effect; it being expressly understood and agreed that the liability of the surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB1lS SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0-BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00410 -BID BOND FORM 00410-2 The surety, for value received, hereby stipulates and agrees that the obligations of said surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bidl and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and the surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. =:;-::-:=:--;-_______(L. s.J Principal surety By:_____________________ Date:_________________________ __ IMPORTANT -Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the state where the project is located. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00430 -SUBCONTRACTOR LISTING 00430-1 PART 1 -GENERAL (TO BE SUBMITTED WITH BID PROPOSAL) 1.1 GENERAL: A. Certified List of Subcontractors The Bidder, , as part of the procedure for the submission of bids on a project known as MILDRED STREET IMPROVEMENTS FOR THE TOWN OF ADDISON, TEXAS submits the following list of subcontractors to be used in the performance of work to be done on said project: TRADE DOLLAR AMOUNT It is understood and agreed that, if awarded a contract by the Town of Addison, Texas, the Contractor will not make any additions, deletions or substitutions to this certified list without the consent of the Engineer and Owner. CERTIFICATION AFFIDAVIT THE ABOVE INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE AND BELIEF. I FURTHER UNDERSTAND AND AGREE THAT, IF AWARDED THE CONTRACT, THIS CERTIFICATION SHALL BE ATTACHED THERETO AND BECOME A PART THEREOF. NAME AND TITLE OF SIGNER: (Name) (Please Print or Type) (Title) SIGNATURE: DATE: END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ] ] 1 1 1 ",, .j 􀀮􀁾􀀠,.;I , ., . j,j DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00510 -STANDARD FORM OF AGREEMENT 00510-1 STATE OF TEXAS COUNTY OF ___________________ THIS AGREEMENT, made and entered into this _________,day of __________________, A.D. 19___, by and between of the county of and State of Texas, acting through _____________________________________________ thereunto duly authorized so to do, Party of the First Part,hereinafter termed OWNER, and _____________________________________ of the City of , County of and State of , party of the Second part,hereinafter 􀁴􀀭􀁥􀀭􀁲􀁭􀀭􀀭􀁥􀁾􀁤􀁾􀁃􀁏􀁾􀁎􀁔􀀽􀀽􀁒􀁁􀁾􀁃􀀽􀁔􀀽􀁏􀁾􀁒􀀽􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the said party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: MILDRED STREET IMPROVEMENTS and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by: GINN, INC. CONSULTING ENGINEERS, 17103 PRESTON ROAD, SUITE 100, DALLAS, TEXAS 75248 herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance and Payment Bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00510 -STANDARD FORM OF AGREEMENT 00510-2 The CONTRACTOR hereby agrees to cOllllllence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete the same within calendar days after the date of the written notice to 􀁾􀁣􀀭􀁯􀀭􀁬􀁬􀁉􀁬􀁬􀁉􀀭􀀭􀁥􀁾􀁮􀀭􀁣􀀧􀁥 􀀠work, subject to such extensions of time as are provided by the General and special Conditions. THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. Party of the First Part(QWNER) Party of the Second Part(CONTRACTOR) By:_________________________ By:___________________________ Title:_________________________ Title:__________________________ ATTEST: ATTEST: SEAL: SEAL: END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OP ADDISON, TEXAS 1 ----------------PERFORMANCE BOND STATE OF TEXAS }COUNTYOF___________ KNOW ALL MEN BY THESE PRESENTS: That-:::----:______________-'-_____ 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀢􀀧􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀀭􀁬􀁯􀁴the City ot____________ County ot__,....-________ and State of ______________" as principal, 􀁡􀁮􀁤􀀭􀀺􀀭􀀭􀀭􀀺􀀺􀁾􀁟􀀺􀁟􀀭􀀭􀀺􀀭􀁟􀀺􀁟􀀺􀀺􀁟􀀭􀁟􀀺􀁟􀁟􀀽􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀺􀁟􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂭authoriz ed under the laws of the State of Texas to :act a surety on bonds for principals, are held 􀁾􀁤firmly bound unto (Owner), 1D the penal sum of Dollars ($ ) for the payment whereat, the said Principal and Surety bind themselves, and their heirs. administrators, executors, successors and assigns, jointly and severally, by these presents: . WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day oC , 19 , to which contract is hereby referred to and made a part hereof as fully and to the same extent a it copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the laid Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and alP'eements in and by said , . contract alP'eed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of laid Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in Cull force and effect; ., "PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (ArtiCle 5160 for Public Work) (Article 54 72d for Private Work)'" ot the Revised Civil Statutes of Texas as lInended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent a it it were copied at length herein." Surety, for value received, stipulates and lIP'ees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, speci· fications, or drawings accompanying the same, shall in anyway affect its obligation on this "'Not applicable for federal work. See ''The Miller Act," 40 U.S.C. S270. PB-l bond, and it doetl hereby waive notice of any such change. extension of time. alteration or addition to the terms of the contract. or to the work to be performed thereunder. · , IN WITNESS WHEREOF. the said Principal and Surety have Biped and sealed this inetru. ment this ____day 􀁯􀁾􀁦___________• 19'___ , 􀀭􀀭􀁾􀀠By_______________ 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭Tltlee___ _____________ 􀁔􀁬􀁴􀁬􀁾􀁥_______________________ 􀁁􀁤􀁤􀁲􀁾􀁳_________________ Addrea9____􀁾_________ · i The name and address of the Resident Agent of Surety is: · , PAYMENT BOND STATE OF TEXAS COUNTY OF__ -.} • KNOW ALL MEN BY THESE PRESENTS: That______________ _________________-<>of the City of ___________􀁾􀀠County of ____________􀁾􀀬􀀠and State of ____________􀁾􀀬􀀠as principal, and ________________________________ authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and finnly bound unto (Owner), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, day of ______ __________􀁾􀀬􀀠19____• todated the'__ which contract is hereby referred to and made a part hereof as fully and to the aame extent as if copied at length herein. NOW, THEREFORE, THE CONDmON OF THIS OBLIGATION IS SUCH, that if the said Princ;pal shall pay all claimants supplying labor and material to bim or a subcontractor ! ) In the prosecution of the work prOVided for In aaid contract, then, this obligation ahall be void; othe.-wiee to remain in full force and effect; 􀁾􀀠PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, atipulatea and agrees that 110 change. extension of time, alteration or addition to the tenns of the contract, or to the work perfonned thereunder, or the plans, specifications or drawings accompany!,,£, 􀁴􀁨􀁾􀀠aame. shaD in anywise affect its obligation on tbis bond. and it doea hereby waive notice of any IUch challBe, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. , 1 IN WITNESS WHEREOF, the Aid Principal and Surety have liped and awed thill mstro. ment thi ..s'--__...d"'a,y ofl-___________• 19_____ By________􀁾_______________ Titlee.-________________ Surety By_______________________ TiUe'______________________ . I J, Address Address_____________ --------------The name and address of the Resident Agent of Surety ill: , :;. PB-' DiViSiON 0 -SiDDiNG AND CONTRACT REOUiREMENTS PAGE SECTiON 00640 -MAiNTENANCE SOND 00640-1 PART 1 -GENERAL 1.1 GENERAL: A. A Maintenance Bond in the amount of ten percent (10%) of the Contract Price of the improvements shall be executed by the Contractor in favor of the Town of Addison, Texas. This bond will secure maintenance of the improvements by the Contractor for one (1) year from the date of acceptance by the Owner. B. This Maintenance Bond will be submitted at the time of final acceptance of the project and will be binding for a one year period thereafter. C. A sample of the Maintenance Bond to be used is attached. PART 2 -PRODUCTS Not Used PART 3 -EXECUTiON Not Used END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 1710 3 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADD:ISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00640 -MAINTENANCE BOND 00640-2 MAINTENANCB BOND KNOW ALL MEN BY THESE PRESENTS: THAT and organized under the laws of do hereby expressly acknowledge themselves to , as PRINCIPAL, , a CORPORATION , as Sureties, be held and bound to pay unto the Town of Addison, Texas, the sum of dollars ($ ) for the payment 􀁯􀂷􀁾􀁦􀁾􀁷􀂷􀁨􀀭 􀀱􀁾􀂷􀁣􀁾􀁨􀁾􀁳􀀭􀁵􀁭􀀭􀀭􀀭􀁷􀁾􀁩􀁾􀀱􀀱􀀠and truly to be made unto said Town of Addison, Texas and its successors; said PRINCIPAL and SURETIES do hereby bind themselves, their assigns and successors jointly and severally. THE CONDITION OF THIS OBLIGATION is such that whereas the PRINCIPAL has entered into a certain Contract with the Town of Addison, TX. dated the day of , 19__, a copy of which is hereto attached and made a part hereof for the construction of MILDRED STREET IMPROVEMENTS, located in the Town of Addison, Texasi and WHEREAS, said Contract was entered into pursuant to the requirements of the Town of Addison; and WHEREAS, in said Contract, Contractor binds itself, to use of materials and methods of construction such that all improvements will be initially completed free of perceptible defects and will remain in good repair and condition and free of perceptible defects for and during the period of ONE (1) YEAR after the date of acceptance of the completed improvements by the Town of Addison; and WHEREAS, said Contractor binds itself to construct said improvements in such a manner and obtain inspection approvals in proper sequence as are required to obtain acceptance by the Town of Addison and to repair or reconstruct the said improvements in whole or in part at any time within said ONE (1) YEAR period to such extent as the Town of Addison deems necessary to properly correct all defects except those which have been caused by circumstances and conditions occurring after the time of construction over which the Contractor had no control and which are other than those arising from defect of construction by the contractor; and, WHEREAS, after the acceptance of the improvements by the Town of Addison, said contractor binds itself, upon receiving notice from the Town of Addison of the need thereof to repair or reconstruct said improvements, and if the Contractor fails to make the necessary corrections, the Town of Addison may do or have done all corrective work and shall have recovery hereon for all expenses thereby incurred. I i ,/I ,j GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS , ,I IVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE 8ECTION 00640 -MAINTENANCE BOND 00640-3 NOW THEREFORE, if said contractor shall keep and perform its said agreement to maintain, repair or reconstruct said improvements for a period of ONE (1) YEAR, as provided, then these presents shall be null and void, and have no further effect. Otherwise, this Bond shall be and remain in full force and effect, said Town of Addison shall have and recover from the said contractor and its Surety da'mages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, the said has caused these presents to be executed by them: and the said _______________________________________,by its ATTORNEY-IN-FACT I I ________________________________________, and the said ATTORNEY-INFACT has hereunto set his ___________________, 19__hand this the ______ day of SURETY: PRINCIPAL: i , SEAL: SEAL: END OF SECTION , , , I I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 􀁾􀁾􀀠,, · , , . · 1 : · J · ,! j , j I DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00650 -CERTIFICATE OF INSURANCE 00650-1 PART 1 -GENERAL ) 1.1 GENERAL: A. After award of contract, contractor will provide Owner with certificate of Insurance which will be executed and bound here with final documents. B. Insurance: A certificate of insurance shall be filed with the Owner and the Engineer named as additional insureds with regard to the Project and evidencing insurance coverage of limits not less than those in the General Conditions. C. Indemnification: The Contractor shall indemnify and save harmless the Town of Addison, Texas, its agents and employees from and against all claims, damages, losses and expenses, including the attorney's fees arising out of or resulting from the performance of the work; provided that any such claim, damage, loss or expense (a) is attributable to bodily injury to or destruction of tangible property, including the loss of use resulting therefrom, and (b) is caused in whole or in part by any negligent act or omission of Contractor and Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, regardless of Whether or not it is caused in part by a party indemnified hereunder. In any and all claims against any party indemnified hereunder by any employee of the Contractor and Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation herein provided shall not be limited in any way by any limitation of the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workmen's compensation acts, disability benefits acts, or other' employee benefits acts. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I; 1 j /1.01 1.02 1.03 1.04 1.05 1.06 1.07 1.08 1.09 2.01 2.02 2.03 2.04 2.05 2.06 2.07 2.08 2.09 2.10 2.11 2.12 2.13 2.14 2.15 3.02 3.03 8.04 8.05 8.06 8.07 8.08 TABLE OF CONTENTS FOR GENERAL CONDf:nONS OF AGREEMENT 1. Definition of Terms Owner, Contractor and Engineer . Contract Documents . Sub-Contractor . Written Notice Work •.• Extra Work. Working Day Calendar Day Substantially Completed . 2. Responsibilities of the Engineer and the Contractor Owner·Engineer Relationship . • Professional Inspection by Engineer Payments tor Work. . " . Initial Determinations . Objections . . . . Lines and Grades Contractor's Duty and Superintendence . Contractor's Understanding. Character ot Workmen Contractor's Buildings Sanitation . . • . Shop Drawings • • • Preliminary Approval . Detects and Their Remedies Changes and Alterations • • 3. General Obligations and Responsibilities Keeping ot Plans and Specifications Accessible Ownership ot Drawings Adequacy ot Design Right of Entry. . • • Collateral Contracts. . • Discrepancies Discrepancies and Omissions • Equipment, Materials and Construction Plant • Damages... . . • • • . . . • • . . • Te·1 Page G·1 G·l G·1 G·1 G·1 G·1 G·1 G·l G·l G·2 G·2 G·2 G·2 0.2 G·2 G·2 0.3 0.3 G·3 0.4 0.4 G·4 0.4 G·5 G·5 G·5 G·5 G·5 G·5 G·5 G·5 0.6 { 3.01 • •••• 3.09 Protection Against Accident to Employees and the Public ...•• 3.10 Performance and Payment Bonds • . . . • . .. .•••..••• 3.11 Losses Crom Natural Causes . . . . . • . . • • '. . . • . • • • . .. 3.12 Protection of Adjoinina Property. . . •..••.•..••.••...••.. 3.13 Protection Against Claims of Sub·Contractors, Etc ...•.... 􀁾􀀠..••' •••• 3.14 Protection Against Royalties or Patented Invention .•..•......••.•• 3.15 Laws and Ordinances. . . . . . . . • . . . . . . . ..•••••••.. 3.16 . . . . . . . . . . . • . • . . • . . . • •.....Assignment and Subletting • 3.17 Indemnification.......................... 3.18 Contractor's Liability Insurance. . . . • • . . • . . . 3.18.1 Certificate of Insurance • • . . • . . . . . . . • • . .. ...•. 4.01 4.02 4.03 5.01 5.02 5.03 5.04 5.05 5.06 5.07 5.08 5.09 6.01 6.02 S.03 6.04 6.05 7.01 7.02 4. Prosecution and Progre::' Time and Order of Completion ..... . . 􀁾􀀠".," Extension of Time . • • . . . . • • Hindrances and Delays ..•..•.... 5. Measurement and Payment Quantities and Measurements •........... Estimated Quantities . . . . . . . . . . Price of Work . . . . . . . . . . . Partial Payment . . . . • . . . . . Use of Completed Portions . . .. Final Completion and Acceptance Final Payment •....... Payments Withheld ....•. Delayed Payments . • . . . . 6. Extra Work and Claims • • . • . • •••. .. .. .. .. . . . Change Orders. . . . . . . . • . . .. . ....•..••..•..•... Minor Changes. . . . . • • . • . • . .. •.•.•..•.•.••.••••• Extra Work . • • . • . • . . • . • . . •. • .••.•••.•••...•.•• Time of Filing Claims. .•..•.... . .•••.•••..••. Arbitration"..".................................,............................. .... 7. Abandonment ot Contract Abandonment by Contractor ..... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ..􀁾􀀠Abandonment by Owner . . . • . . • .. .. .. .. ... .. .. .. .. . .. .. .. .. .-.. .. G-6 G-6 G-6 G-6 G·6 G·7 iG·7 G·7 G·7 G-S a..s nG-S iG·9 j G·9 G·9 G·9 G·9 G·10 G·10 G-I0 G·I0 G-I0 G·11 G.11 l-G-ll G-ll G·12 I jG-12 G·13 0-14 14 ! I TC·2 1 I • i •j i L l r • .;• GENERAL CONDITIONS OF AGREEMENT 1. DEFINITIONS OF TERMS 1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and the ENGINEER are those persons or organizations identified as such in the Agreement and are referred to throughout the Contract" Documents as if singular in number and masculine in gender" The term ENGINEER means the ENGINEER or his duly authorized representative. The ENGl· NEER shall be understood to be the ENGINEER of the OWNER, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the ENGINEER and the CONTRACTOR. 1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the Notice to Contractors (Advertisement), Special Conditions (Instructions to Bidders), Proposal, signed Agreement, Performance and Payment Bonds (when required}, Special Bonds (when required), General Conditions of the Agreement, Technical Specifications, Plans, and all modifications thereof incorporated in any of the documents before the execution of the agreement. The Contract Documents are complementary, and what is called for by anyone shall be as binding as it called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors. Technical Specifications, Plans, and General Conditions of Agreement. 1.03 SUB-CONTRACTOR.· The term Sub-Contractor, as employed herein, includes only those having a direct contract with the CONTRACTOR and it includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in person to the indivIdual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. • 1.05 WORK..The CONTRACTOR shall provide and pay for all materials, supplies, machin· ery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel. transportation and other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The CONTRACTOR shall, if required. furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have a well known technical or trade meaning shall be held to refer to such recognized standards. 1.06 EXTRA WORK. The term "Extra Work" as used in this contract shall he understood to mean and include all work that may be required by the ENGINEER or OWNER to be done by the CONTRACTOR to accomplish any change, alteration or addition to the wOlk shown upon the plans, or reasonably "implied by the specifications, and not covered by the CONTRACTOR'S Proposal, except as provided under "Changes and Alterations", herein. 1.07 WORKING DAY. A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the CONTRACTOR, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7;00 a.m. and 6 :00 p.m. 1,08 CALENDAR DAY. "Calendar Day" is any day of the week or month, no days being excepted. 1.09 SUB&.TANTIALLY COMPLETED. By the term "substantially completed" is meant that the structure has been made suitable for use or occupancy or the facility is in condition to sente its intllllded purpose, but still may require minor miscellaneous work and adjustment . G-1 2. RESPONSIBILITIES OF THE ENGINEER AND THE CONTRACTOR 2.01 OWNER·ENGINEER RELATIONSHIP. The ENGINEER will be the OWNER'S representative during construction. The duties, responsibilities and limitations of authority of the ENGINEER as the OWNER'S representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the OWNER and ENGINEER. The ENGINEER will advise and consult with the OWNER, and all of OWNER'S instructions to the CONTRACTOR shall be issued through the ENGINEER. 2.02 PROFESSIONAL INSPECTION BY ENGINEER. The ENGINEER shall make periodic visits to the site to familiarize himseJt generally with the progress of the executed work and to determine if such work generally meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents; provided and except, however, that the ENGINEER shall not be responsible for making anf detailed, exhaus· tlve. comprehensive comprehensive or continuous on·site inspection of the quality or quantity of the work or be in Jny way responsible, directly or indirectly, for the construction means, methods, techniques, se· quences, quality, procedures, programs; safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or an), other Contract Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the CONTRACTOR, any subcontractor or any of the CONTRACTOR'S or subcontractor's agents, servants or employees or any other person, firm or corporation perform. ing or attempting to perform any of the work. 2.03 􀁐􀁁􀁙􀁾􀁬􀁅􀁎􀁔􀁓􀀠FOR WORK. The ENGINEER shall review CONTRACTOR'S applications for payment and supporting data, determine the amount owed to the CONTRACTOR and approve, in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRAC· TOR constitutes a representation to the OWNER of ENGINEER'S professional judgment that the work has progressed to the point indicated to the best of his knowledge, information and belief, but such 􀁡􀁰􀁰􀁲􀁯􀁶􀁾􀀱􀀠of an application for payment to CONTRACTOR shall not be deemed as a representalio" by ENGINEER that ENGINEER has made an}' examination to determine how or for what purpose CO:"TRACTOR has used the moneys paid on account of the Contract prke. 2.04 INITIAL DETERMINATIONS. The ENGINEER initially shall determine all 􀁣􀁬􀁡􀁩􀁭􀁾􀀬􀀠disputes and other matters in question between the CONTRACTOR and the OWNER relating to the execution or progress of the work or the interpretation of the Contract Documents and the E};GI;';EER'S decision shall be rendered in writing within a reasonable time. Should the ENGINEER fail to make such decision within a reasonable time, appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 2.05 OBJECTIONS. In the event the ENGINEER renders any decision which, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the ENGINEER within thirty days his written objection to the decision, and by such action may reserve the right to submit the question so raised to arbitration as hereinafter provided. 2.06 LINES AND GRADES. Unless otherwise specified, all lines and grades shall be furnished by the ENGINEER or his representative. Whenever necessary, construction work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable and the CO!)lTRACTOR shall be allowed no extra compensation therefor. The CONTRACTOR shall give the ENGINEER ample notice of the time and place where lines and grades will be heeded. All stakes, marks, etc., shaIl be carefully preserved by the CONTRACTOR, and in case of careless destruction or removal by him or his employees, such stakes, marks, etc., shall be replaced at the CONTRACTOR'S expense. 2.07 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the CONTRACTOR in his absence and all directions given to him shall be as binding as if given to the CONTRACTOR. G-i' JI 11 'II. " 1 . I i I I • I I j. The CONTRACTOR is and at all times shall' remain an independent eontractor, solely -sponsible for the manner and method of completing his work under this eontract, with full _; JOwer and authority to select the means, method and manner of performing such work, so long as . iuch methods do not adversely affect the completed improvements, the OWNER and ENGINEER J being interested only in the result obtained and conformity of such completed improvements to . the plans, specirications and eontract. . , . Likewise, the CONTRACTOR shall be solely responsible for the safety of himself, his employ. ees and other persons, as well as for the protection-of the safety of the improvements being erected )! and the property of himself or any other person, as a result of his operations hereunder. Engineer. ing eonstruction drawings and specifications as well as any additional information concernine the I work to be performed passinll from or through the ENGINEER shall not be interpreted as·'. requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of 1 such drawings, specifications and any other such instructions being to define with particularity the : ! agreement of the parties as to the work the CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, inoluding, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, :machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. , Any review of work in process, or any visit or observation during construction, or any , clarification of plans and specifications, by the ENGINEER, or any agent, employee, or represen!. tative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by the CONTRACTOR to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will eonform thereto, and shall in no way relieve the CONTRACTOR from full and complete responsibility (or the proper performance of his work on the project, including but without limitation the propriety 'of means .. , and methods of the CONTRACTOR in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the CONTRACTOR from plans and specifications that may have been in evidence during any such visitation or observation by the ENGINEER, or any of his representatives, whether called to the the CONTRACTOR'S attention or not sball in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said plans and specifications. 2.08 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CON· TRACTOR has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials io be encoun1..1 tered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local eonditions, and all other matters which can in any way affect the work under this eontract. No verbal agreement or eon"ersation with any officer, agent or employee of the OWNER or ENGINEER either before or after tbe execution of this contract, shall affect or modify any of the terms or obligations herein contained. ,. 2.09 CHARACTER OF WORKMEN. The CONTRACTOR agrees to employ only orderly I and competent men, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the ENGINEER sball inform him in writing that any man or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the ENGINEER'S written consent. 2.10 CONTRACTOR'S BUILDINGS. The building of structures for housing men, or the erection of tents or other forms of protection, will be permitted only at such places as the ENGINEER shall direct, and the sanitary conditions of the 'grounds in or about such structures , shall at all times be maintained in a 'manner satisfactory to the ENGINEER. G-3 2.11 SANITATION. Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation. shall be constructed and maintained by the CONTRAC· TOR in such manner and at such points as shall be approved by the ENGINEER,. and their use , I shall be strictly enforced. . 1 2.12 SHOP DRAWINGS. The CONTRACTOR shan submit to the ENGINEER, with such promptness as to cause no deJay in his own work or in that of any other Contractor, four checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for -1 ; the work of the various trades, and the ENGINEER shall pass upon them with reasonable prompt· ness. making desired corrections. The CONTRACTOR shall make any corrections required by the j' i ENGINEER, file with him two corrected copies and furnish such other copies as may be needed. The ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR .' I jl : ,from responsibility for deviations from drawings or specifications, unless he has in writing called the ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him from responsibility for 'errors of any sort in shop drawings or schedules. It shall be the CONTRAC· • 1 TOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on 1 : . his ability to perform the required contract work in accordance with the plans and specifications I . and within the contract time. Such review by the ENGINEER shall be for the sole purpose of determining the 􀁳􀁵􀁦􀀨􀁪􀁣􀁩􀁥􀁮􀁾􀁹􀀠of said drawings or schedules to result in finished improvements in conformity with the plans and specifications. and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth. it being expressly understood and agreed that the ENGINEER does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby. in relation to the safety of of either person or property during CONTRACTOR'S performance hereunder. I ! 2.13 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the I I obligations of this contract for the furnishing by the CONTRACTOR of good material, and of his performing good work as herein described. and in full accordance with the plans and specifica· tions. No fallure or omission of the ENGINEER to discover, object to or condemn any delective work or material shall release the CONTRACTOR from the obligations to fully and properly perform the contract, including without limitations, the obligation to at once tear out. remove and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the ENGINEER shaH, upon request of the CONTRAC· TOR. inspect and accept or reject any material furnished, and in event the material has been once accepted by the ENGINEER. such acceptance shall be binding on the OWNER. unless it can be clearly shown that such material furnished does not rneet the specifications for this work. Any questioned work may be ordered taken up or removed for re-examination. by the ENGINEER, prior to final acceptance. and if found not in accordance with the specifications for said work, all expense of rernoving, re-examination and replacement shall be borne by the . " CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and shall be paid for by the OWNER; provided that. where inspection or approval is specifically required by the specifications prior to performance of certain ...·...rk, should the CONTRACTOR I proceed with such work without requesting prior inspection or a .. ."roval he shall bear all expense of l' taking uP. removing. and replacing this work if so directed by the ENGINEER. 2.14 DEFECTS AND THEIR REMEDIES. It is further agreed that if the work or any part thereof, or any rnaterial brought on the site of the work for use in the work or selected for the same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the speci· fications. the CONTRACTOR shall. after receipt of written notice thereof from the ENGINEER, forthwith rernove such material and rebuild or otherwise remedy such work so that it shall be in full accordanCe with this contract. 2.15 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the OWNER may make such changes and alterations as the OWNER rnay see fit, in the line; grade, form. dimensions, plans or materials for the work herein conternplated. or any part thereof. either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance and Payment Bonds. G·4 If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for • claim for damages, or anticipated profits on the work that may be dispensed with, except 115 provided for unit price items under Section f, "Measurement and Payment." If the amount of work is increased, and the work can fairly be classified under the speci. ficatlons, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment;" otherwise, such additional work shall be paid for as provided under Extra Work. In case the OWNER shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the OWNER shall recompellS4' the CONTRACTOR for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES 3.01 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and specifications without expense to him, and the CONTRACTOR shall keep one copy of the sa.le constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. All drawings, specificatiQDS and copies thereof furnished by the ENGINEER shall not be reused on other work, and, with the exception of the signed contract sets, life to be returned to him on request, at the completion of tbe work. All models are the property of the. OWNER. 3.03 ADEQUACY OF DESIGN. It is understood that the OWNER believes it has employed competent engineers and designers. It is, therefore, agreed that the OWNER shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project; provided the CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the OV.'NER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 3.04 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location on which the works herein contracted for are to be constructed or installed, by such agent or agents 115 he may elect, for tbe purpose of inspecting the work, or for the purpose of constructing or installing such collateral work as said OWNER may desire. 3.05 COLLATERAL CONTRACTS. The OWNER agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay the progress of the work, or damage said CONTRAC· TOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. 3.06 DISCREPANCIES AND OMISSIONS. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt 115 to the meaning and intent of any portion of the contract, ! specifications or drawings, the ENGINEER shall define which is intended to apply to the work. 3.Q7 EQUIPMENT. MATERIALS AND CONSTRUCTION PLANT. The CONTRACTOR shall be responsible for the care, preservation, conservation, and protection of all materials. supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. G·5 --i 3.08 DAMAGES. In the event the CONTRACTOR is damaged in the course of the completion of the work by the act, neglect, omission, mistake or default of the OWNER. or of the ..ENGINEER. or of any other CONTRACTOR employed by the OWNER upon the work. thereby jcausillll loss to the CONTRACTOR, the OWNER agrees that he will reimburse the CONTRACTOR for such loss. In the event the OWNER is damaged in the course of the work by the act, negligence omission, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall. reimburse the OWNER for such loss. ... --: 3.09 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shan comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at his discretion as an indepen€.i"nt contractor. 3.10 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further agreed by the parties to this Contract that the CONTRACTOR will execute separate performance and payment bonds, each in the sum of one hundred (l00) percent of tbe total contract price. in standard forms ror this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract, and it is agreed t/jat this Contract shall not be in effect until such performance and payment bonds are furnished and approved by the OWNER. Unless otherwise approved in writing by the OWNER, the surety company underwriting the bonds shall be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States. Unless otherwise specified. the cost of the premium for the performance and payment bonds shall be included in the CONTRACTOR'S proposal. 3.11 LOSSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shan be sustained and borne by the CONTRACTOR at his own cost and expense. 3.12 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means to protect the adjacent or adjoinillll property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his Cailure to fully protect all adjoining property. The CONTRACTOR agrees to indemnify, save and hold harmless the OWNER and ENGINEER against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract; but any such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 3.13 PROTECTION AGAINST CLAIMS OF SUB-CONTRACTORS, LABORERS, MATER· IALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. The CONTRAC· TOR agrees that he he will indemnify and save the OWNER and ENGINEER harmless from all claims growing out of the lawful demands of sub-contractors, laborers, workmen. mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the OWNER. the CONTRACTOR shall furnish satisfactory evidence that all obligations of the G-6 ! .:;/,i ,.., I I, . 1 I j nature hereinabove deaignated have been paid, discharged or waived. If the CONTRACTOR fails 50 to do, then the OWNER may at the option of the CONTRACTOR either pay directly any unpaid bills, of which the OWNER h. written notice, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reuonably lufficient to liquidate lJIy and .n such lawful claims until satisfactory evidence is furnished that all liabilities have been fully dischareed, whereupon payments to the CONTRACTOR Ihall be resumed in full, in accordance with the terms of this contract, but in no event .shall the provisions of this tentence be construllf to impo.e any oblleation upon the OWNER by either the CONTRACTOR or his Surety. 3.14 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CON. TRACTOR shall pay all royalties and license fees, and .shall pro,ide for the _ ot lJIy dllirn, device. material or process covered by letters patent or copyrleht by luitable Jeeal IItWment with the patentee or owner. The CONTRACTOR shail shail defend .n luiu or claims for iDlrinpment of any patent or copyright riehts and .shall indemnify and live the OWNER and ENGINEER harmless from any loss on account thereof, except that the OWNER .sh.n defend .n luch luits I.IId claims and shall be responsible for all such loss when a particular desien, device, material or prOCetl or the product of a particular manufacturer or manufacturers is specified or required by the OWNER; provided, however, if choice of alternate deaign. device, material or proeeta is .nowtil to the CONTRACTOR, then CONTRACTOR .sh.n indemnify and save OWNER harmless from any lOIS __ on account thereot. II t1!e material or process specified or required by the OWNER is an Infrinee. ment, the CONTRACTOR IhaII be responsible for such loss unless he promptly cives luch information to the OWNER. 3.15 LAWS AND ORDINANCES. The CONTRACTOR shall at .n times observe and comply with all Fede!al, State and local laws, ordinances and reeulations, which in any manner affect tbe contract or the work, and .shall indemnify and save harmless the OWNER IJId ENGINEER apinst any claim arising from the violation of any such laws, ordinances, and reeulations whether by the CONTRACTOR or his employees, except wliere such violafions are called for by the provisions of the Contract Documents. If the CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify the ENGINEER in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. II the CONTRAC· TOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the ENGINEER. he shall bear all costs arising therefrom. In case the O'WNER is a body politic and corporate, the law from which it derives its powers, insofar as the I I same rellulates the objects for which, or the manner in which, or the conditions under which the OVmER may enter into contract, shall be controlling, and sh.n be conaidered IS part of this contract, to the same effect as thoueh embodied herein. , , I . 3.l6 ASSIGNMENT AND SUBLEmNG. The CONTRACTOR further agrees that he willLi retain personal control and wW cive his personal attention to the tuUWment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet Slid contract without the written consent of the ENGINEER, and that no part or feature of the work wW be sublet to anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further agrees that the sublettine of any portion or feature of the work, or materials required in the performance of this contract, shall not leUtv. the CONTRACTOR from his full oblieations to the OWNER, as provided by this Agreement. • 3.17 INDEMNIFICATION. The CONTRACTOR shall defend, indemnify and hold harmless the OWNER and the ENGINEER and their ftsDective officers, lIlents IIId employees, from and against all damllles, claims, losses, demandi, suits, judlments and costs, indudine reasonable attorneys' fees and expenses, arising out of or resulting from the performlllce of the work, provided that any such dlmqes, claim, loss. demand, luit, judgment, cost or expense: III Is attributable to bodily injury, sickness. disease or death or to injury to or destruction-of tangible property (other than the work Itself) inc1udine the loss of use resulting thereCrom; and. G·7 (2) Is caused in whole or in part by any neeligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by anyone of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The oblieation of the CONTRACTOR under this ParagTaph shall not extend to the liability of the ENGINEER, his aeents or employees arisinc out of the preparation or approval of maps, drawines, reports, lurveys, Change Orders. designs or specifications, or the giving or or the failure to live directions or instructions by the ENGINEER, his aeents or employees. providtld such livine or failure to live is the primary cause of the injury or damage . . 3.18 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and keep in force such insurance as will protect him from claims set forth below which may arise out of or result from the CONTRACTOR'S operations undef the Contract, whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (1) Workmen'" compensation claims, disability benefits and other similar employee benefit acts; (2) Claims for damages because of bodily injury, occupational sickness or disease, or death of his employees, and claims insured by usual bodily injury liability coverages; (3) Claims for damages because of bodily injury, sickness pr disease, or death or any person other than his employees, and claims insured by usual bodily injury liability coverages; and • (4) Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 3.18.1 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRAC· TOR shall file with the OWNER valid Certificates of Insurance acceptable to the OWNER and th& ENGINEER. Such Certificates shall contain a provision that coverages aCforded under the policies will not be cancelled until at least fifteen days' prior written notice has been given to the O\\'NER. The CONTRACTOR shall also file with the OWNER valid Certificates of Insurance covering all sub.contractors. 4. PROSECUTION AND PROGRESS 4.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction: provided, however, that the order and the time or prosecution ,hall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also, that when the OWNER is havinlll other work done, either by contract or by his own force, the ENGINEER may direct the time and manner of constructing the work done under this contract, so that conflict will will he avoided and the construction or the various works beinl done for the OWNER shall be harmonized. The CONTRACTOR shall submit, at such times as may reasonably be requested by the ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to carryon the work, with dates at which the CONTRACTOR will start the several parls of the ..... ork, and estimated dates or completion or the several parts. .. -i ·1. " I L, .. : 4.02 : EXTENSION OF TIME. Should the CONTRACTOR be delayed in the completion of the work by any Bct or neglect of the OWNER or ENGINEER, or of any employee of either, or by other contractors employed by the OWNER, or by changes ordered in the work, or by Strikes. lockouts, lires, and unusual delays by common carriers, or unavoidable cauS/1 or causes beyond the CONTRACTOR'S control, or by any cause which the ENGINEER shall decide justifies the ·de\ay, tben an extension ·of time shall be allowed for completing the .work. &\Ifficient to eompensate fex the delay. the amount ·of the extension to be determined,by the ENGINEER. provided, however, that the CONTRACTOR shall givE! the ENGINEER prompt .notiee in writing of the cause of such delay. . 4.03 HINDRANCES AND DELAYS. No claims shall be made by the CONTRACTOR for damages resulting from hindrances or delays from any cause (except where the work is stopped by order or the OWNER) during the progress of any portion of the work embraced in this contract. In caSe said work shall be stopped by the act of the OWNER, then such expense as in the judgment ., (1f the ENGINEER is eaused by such stoppage of said work shall be paid by the OWNER to the CONTRACTOR. 6. MEASUREMENT AND PAYMENT . 5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any kind will be allowed, but the actual measured andlor computed length, area, solid contents, number and weight only shall Le considered, unless otherwise specifically provided. 5.02 ESTIMATED QUANTITIES. This agreement, including the specifications, plans and estimate, is intended to show c1eatly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to lie furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood imd agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. Where payment is based on the unit price method, the CONTRACTOR agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which inay be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much ·as 20% more than, or 20% less than the estimated or contemplated quantity for such items, then ·either party to this Agreement, upon demand, shall be entitled to a revised consideration upon the portion of the work above or below 20% of the estimated quantity. .! i ;:. 􀀧􀀮􀁾􀀠A "Major Item" shall be construed to be any individual bid item incurred in the proposal that :has a total cost .equal to or greater than five (5) per cent of the total contract cost, computed on the , .basis of the proposal quantities and the contract unit prices. . ". . . i,: .: Any 􀁲􀁾􀁶􀁩􀁳􀁥􀁤􀀠consideration is to be determined by agreement between the parties, otherwise :by ·fhe terms of this Agreement, as provided under "Extra Work." • :,' ,--' •••1 " '. • • . . , .. ; . 5.03 :·PRICE OF :WORK. ]n consideration of the furnishing of all the necessary labor, 'eqliipment imd· material;. and the completion of all work by the CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this Contract in full l,conformity with the speCifications and stipulations herein contained. the OWNER agrees to pay .,the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a part of this ·contract. The CONTRACTOR hereby agrees to receive such prices iii full for furnishing all material material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Agreement. G·9 5.04 PARTIAL PAYMENTS. On or before the 10th day of each month, the CONTRACTOR shall prepare and submit to the .ENGINEER for approval or modification a statement showing as completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on the site of the work that are to be fabricated into the work. The OWNER shall then pay the CONTRACTOR on or before the 15th day of the current month the total amount of the approved statement. less to per cent of the amount thereof, which 10 per cent shall be retained until final payment, and further less all previous payments and all further sums that may be retained by the OWNER under the terms of this Agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the OWNER may-upon written recommendation of the ENGINEER-pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER'S option, may be relieved of the obligation to fully complete the work and, thereupon, the CONTRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." 5.05 USE OF COMPLETED PORTIONS. The OWNER shall have the right to take possession of and use any completed or partially .completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the work, the CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as the ENGl:-':EER may determine. The CONTRACTOR shall notify the ENGINEER when. in the CONTRACTOR'S opinion. the contract is "substantially completed" and when so notifying the ENGINEER, the CO:-':TRACTOR shall furnish to the ENGINEER in writing a detailed list of unfinished work. The ENGINEER will review the CONTRACTOR'S list of unfinished work and will add thereto such items as the CONTRACTOR has failed to include. The "substantial completion" of the structure or facility shall not excuse the CONTRACTOR from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days after the CO!\:TRACTOR has given the ENGINEER written notice tbat the work has been completed. or substantially completed. the ENGINEER and the OWNER shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the Contract Documents, the ENGINEER shall issue to the OWNER and the CONTRACTOR his Certificate of Completion, and thereupon it shall be the duty of the OWNER within ten (10) days to issue a Certificate of Acceptance of the work to the CONTRACTOR or to advise the CONTRAC· TOR in writing of the reason for non-acceptance. . 5.07 FINAL PAYMENT. Upon the i!iliuance of the Certificate of Completion, the E!\GI· NEER shall proceed to make final measurements and prepare final statement of the value of all work performed and materials furnished under the terms of the Agreement and shall certify same to the OWNER, who shall pay to the CONTRACTOR on or after the 30th day. and before the 35th day, after the date of the Certificate of Completion, the balance due the CONTRACTOR under the terms of this Agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the CONTRACTOR. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the CONTRACTOR of the obligation Cor fulfillment of any warranty which may be required. . 5.08 PAYMENTS WITHHELD. The OWNER may, on account of subsequently disco ....ered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: G-I0 ,.J, ,,.. 􀁨􀁾􀀠; , l Ll (a) Defective work not remedied. (b) Clai!lls filed or reasonable evidence indicating probable filing of claims. (e) Failure of the CONTRACTOR to make payments properly to sub· contractors or for material or labor. (d) Damage to another contractor. (e) Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. (f) Reasonable indication that the work will not be completed within the contract time. When the above grounds are removed or the CONTRACTOR provides a Surety Bond satisfactory to the OWNER, which wUl protect the OWNER in the amount withheld, payment shall be made for amounts withheld because of them. 5.09 DELAYED PAYMENTS. Should the OWNER fail to make payment to the CONTRAC· TOR of the sum named in any partial or final statement, when payment is due, then the OWNER shall pay to the CONTRACTOR, in addition to the sum shown as due by such statement, interest thereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payments," until full; paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment, but the rignt is 􀁥􀁸􀁰􀁲􀁥􀁳􀁳􀁬􀁾􀀧􀀠reserved to the CONTRACTOR in the event payments be not promptly made. as provided under "Partial Payments," to at any time thereaCter treat the contract as abandoned by the OV.'NER and recover compensation, as provided under "Abandonment of Contract," unless such payments are withheld in accordance with the provisions of "Payments Withheld." 6. EXTRA WORK AND CLAIMS 6.01 CHANGE ORDERS: Without invalidating this Agreement, the OWNER may, at any time or Cram time to time, order additions, deletions or revisions to the work; such changes will be authorized by Change Order to be prepared by the ENGINEER Cor execution by the OWNER and the CONTRACTOR. The Change Order shall set forth the basis Cor any change ir. contract price, as hereinafter set Corth for Extra Work, and any change in contract time which 'may result from the change. In the event the CONTRACTOR shall reCuse to execute a Change Order which has been prepared by the ENGINEER and executed by the OWNER, the ENGINEER may in writing Instruct the CONTRACTOR to proceed with the work as set Corth in the Change Order and the CONTRACTOR may make claim 81ainst the OWNER Cor Extra Work involved therein, as hereinalter provided. 6.02 MINOR CHANGES: The ENGINEER may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized by the ENGINEER involves Extra Work and entitles him to an increase in thE' Contract Price, the CONTRACTOR shall make written request to the ENGINEER Cor a written Field Order. In such case, the CONTRACTOR by copy oC his communication to the ENGINEER or otherwise in writing shall advise the OWNER oC his request to the ENGINEER for a written Field Order and that the work involved may result in an increase in the Contract Price. Any request by the CONTRACTOR for a change in Contract Price shall be made prior to beginning the work covered by the proposed change. A.03 EXTRA WORK: It is agreed that the basis or compensation to the CONTRACTOR for work either added or deleted by a Change Order or Cor which a claim Cor Extra Work is made shall be determined by one or more or the following methods: G·ll Method (Ar-Byatreed unit prices; or Method (Br-By aereed lump sum; or . Method (Cr-If neither Method (A) nor Method (B) be qreed upon hefore the Extra Work is commenced, then the CONTRACTOR shall be paid the "actual field cost" of the work, plua rlfteen (15) percent. In the event said Extra Work be performed and paid ·for under Method (C), then the provisions or this paragraph shall apply and· the "actual field cost" is hereby defined to include the cost to the CONTRACTOR of all workmen, IIIch IS foreman, timekeepers, mechanics and laborers, and materials, supplies, teams, trucks. rentals on machinery and equipment, for the time actually employed or used on IIIch Extra Work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and Jimilar operatina expenses, a1so all necessary incidental expenses incurred directly on account of IIIch Extra Work, includinl Social Security, Old Age Benefits and other payroll taxes, and, a rateable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation, and all other insurance as may be required by any law or ordinance, or directed by the OWNER, or by them agreed to. The tNGINEER may direct the form in which accounts of the "actual field cost" shall be kept aJid the records of these accounts shall be made available to the ENGINEER. The ENGINEER or OWNER may a1so specify in writinl. before the work commences, ·the method of doing the work and the type and kind of machinery and equip􀁭􀁾􀁮􀁴􀀠to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless otherwise agreed upon, the prices for the use of machinery and equipment lIhall be determined by using 100 per cent, unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable tbe terms :Ind prices for the use of machinery and equipment shall be incorporated in the Written Extra Work Order. The fifteen (15%) per cent of the "actual field cost" to be paid the CONTRACTOR shall cover and compensate him Cor his profit, overbead, leneral lllperintendence and. field office expense, and all otber elements of cost and expense not embraced witbin tbe "actual field cost" as herein defined, save that wbere the CONTRACTOR'S Camp or Field Office must be. maintained primarily on account of such Extra Work; tben tbe cost to maintain and operate the same shall be included in tbe "actual field cost." No claim for Extra Work of any kind will be allowed unless ordered in writing by the ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRACTOR to involve Extra Work for which he should receive compensation or an adjustment in tbe construction time, be sball make written request to tbe ENGINEER for written order authorizing such Extra Work. Should a difference of opinion arise as to what does or does not constitute Extra Work, or IS to tbe payment therefor, and the ENGINEER inai&ta upon its performance, ·the CONTRACTOR shall proceed with the work after makinl written request for written order and shall keep an accurate account of the "actual field cost" thereof, IS provided under Metbod (C). Tbe CONTRACTOR will thereby preserve the ritht to submit tbe matter or payment to arbitration, as hereinbelow provided. 6.04 TIME OF FILING CLAIMS. It is further aereed by both parties bereto tbat all questions of dispute or adjustment presented by tbe CONTRACTOR shall be in writinl and filed with the ENGINEER within thirty (SO) days after the ENGINEER has &iven any directioDS, order or instruction to wbich the CONTRACTOR desires to take exception. The ENGINEER shall reply witbin thirty (SO) days to IIIch written .. xceptions by the CONTRACTOR and render his final decision in writinl. In case the CONTRACTOR sbould appeal from the ENGINEER'S decision, any demand for arbitration shall be riled with the ENGINEER and the OWNER in. writing within ten (10) days after the date of delivery delivery to CONTRACTOR of tbe ENGINEER'S final decision. It is furtber atreed that fmal acceptance of the work by the OWNER and tbe acceptance by the CONTRACTOR or tbe final payment lIhall be • bar to any claima by either party. except wbere noted otberwise in the Contract Document&. 6.05 ARBITRATION. All questions of dispute. under· this Agreement 1halI. be submitted to arbitration at the request of eitber party to the dispute. The parties may qree upon one arbiter, otberwise. there shall be three, one named in writina by eacb party. and the third chosen G·12 1 j I ' j , j. , by the two arbiters 10 selected; or it the arbiters fail to select a third within ten (10) days, he shall be chosen by a District Judee .rvine the County in which the major portion of the project. is loCi ted, unles.s otherwise specified. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the decision of the ENGINEER shall be final and bindin, on him. Should the other party fail to choose an arbiter within ten (10) days, the ENGINEER shall appoint such arbiter. Should either party reCuse or ne,leet to supply the arbiters with any papers or inCormation demanded in writine, the arbiters are empowered by both parties to take ex parte proceedings. The arbiters shall act with promptnes.s. The decision oC any two shall be binding on both parties to the contract. The decision of the arbiters upon any question submitted to arbitration under this contract shall be a condition precedent to any neht of legal action. The deds;on of the arbiter or arbiters may be filed in court to carry it into effect. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained. such sums IS they deem proper for the time. expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the cost and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing. 7. ABANDONMENT OF CONTRACT 7.01 ABANDONMENT BY CONTRACTOR. In case the CONTRACTOR should abandon and Cail or refuse to resume work within ten (10) days after written notification from the O'l'.'!\ER, or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGI!I:EER, when such orders are consistent .with the Contract Documents, then, and in that case, 􀁷􀁨􀁥􀁲􀁾􀀠performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of abandonment the CONTRACTOR shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job. but the same, together with any materials and equipment under contract Cor the work, may be held for use on the work by the OWNER or the Surety on the performance bond, or another contractor in completion of the work; and the CONTRACTOR shall not receive any rental or credit therefor (except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6, Extra Work and Claims). it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. Where there is no performance bond provided or in lase tne Surety should rail to commencE' compliance with the notice for completion hereinbefore provided Cor, within ten (10) days after service of such notice, then the OWNER may provide for completion of the work in either of the following elective manners: 7.01.1 The ·'OWNER may thereupon employ such force of men and use such machinery, equipment, tools, materials and supplies IS said OWNER may deem necessary to complete the work and charge the expeose of such labor. machinery. equipment, tools, materials and supplies to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out of such moneys IS may be due, or that may thereafter at any time become due to the CONTRAC· TOR under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the CONTRACTOR, then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such excess to the OWNER; or 7.01.2 The OWNER under sealed bids, after five (5) days notice published one or more times in a newspaper having general circulation in the county of the location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case any increase in cost to the OWNER under the new contract IS compared to what would have been the cost under this contract, such increase shall be charged to the CONTRACTOR. and the Surety shall be and remain bound therefor. However, shOUld the cost to eomplete any such new contract prove to be less than what would have 􀁾􀁥􀁥􀁮􀀠the cost to complete under this contract, the CONTRACTOR and/or his Surety shall be credited therewith. G·13 When the work shall have been substantially completed the CONTRACTOR and his Surety shall be so notified and CertiCicates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified to by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety. whereupon the CONTRACTOR and/or his Surety. or the OWNER as the case may be, shall pay the balance due as renected by said statement, within fifteen (15) days after the date or such Certificate or Completion. . In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the OWNER had the work been completed by the CONTRACTOR under the terms of this contract; or when the CONTRACTOR and!or his Surety shall pay the balance shown to be due by them to the OWNER, then all machinery. equipment. 􀀻􀁾􀀱tools. materials or supplies left on the site of the work shall be turned over to the CONTRACTOR and 'or his Surety. Should the cost to complete the work exceed the contract price, and the ::1,; CONTRACTOR andlor his Surety fail to pay the amount due the O\\'NER within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies .. 􀂷􀁬􀂷􀁾􀀠on the site of the work, notke thereor, together with an itemized list of such equipment and j materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses designated in this contract, provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be 􀁨􀁾􀁬􀁤􀀠at ,I' I 1the risk of the CONTRACTOR and his Surety subject only to the duty of the 􀁏􀁖􀀮􀁾􀁅􀁒􀀠to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the -,OV.""ER may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be madE: at either public at private sale, with or without notice, as the OWl'\ER may elect. The OW;';ER shall releas" any machinery, equipment, tools: materials, or supplies, which remain on the work, . ! and belong to persons other than the CONTRACTOR or his Surety. to their proper owners. Lj , The books on all operations prm'ided herein shan be open to the CONTRACTOR and his Surety. . ,7.02 ABANDONMENT BY OWNER. In case the OWr-;ER shall ran to comply with the i terms of this contract, and should fail or refuse to comply with said terms within ten (0) days ;'I' after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the CONTRACTOR and have not been wrought into the work. And thereupon the ENGINEER shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR (at the prices statea in .he attached proposal where unit prices are used), the value of all partially completed work at a fair and equitabl .. price, and the amount of all Extra Work performed at the prices agreed upon. or provided for by the terms of this contract, and a reasonable sum to cover the cost of 􀁡􀁮􀁾􀀧􀀠provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilized. The ,. ENGINEER shall then make a final statement of the bafunce due the CONTRACTOR by deducting from the above estimate all previous payments by the OWNER and all other sums that may be ,: jretained bv the O'h'NER under the terms of this A2reement and shall certify same to the OV;NER who shall pay to the CONTRACTOR on or before thirty (30) days after the date of the notification j. by the CONTRACTOR the balance shown by said final statement as due the CONTRACTOR, under the terms of of this Agreement. G·14 I DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00800 -SUPPLEMENTARY CONDITIONS 00800-1 PART 1 -GENERAL 1.1 GENERAL: A. These Supplementary Conditions supplement, modify, change, delete from and/or add to the Specifications and the "General Conditions of Aqreement, Section 00700". Where any Article of the General Conditions is modified or any Paragraph, subparagraph or Clause thereof is modified or deleted by these supplements, the unaltered provisions· of that Article, Paragraph, Subparagraph or Clause shall remain in effect. 1.2 DEFINITION OF TERMS: Wherever the words, forms or phrases defined herein or pronouns used in their place occur in these Specifications, in the Contract, in the Bonds, in the advertisement, or any other document or instrument herein contemplated, or to which these Specifications apply or may apply, the intent and meaning shall be interpreted as follows: A. owner: Wherever the word "OWNER" is used in the Specifications and the Contract Documents, it shall be understood as referring to the Town of Addison, Texas. B. Enqineer: Wherever the word "ENGINEER" is used in the Specifications and the Contract Documents, it shall be understood as referring to Ginn, Inc., 17103 Preston Rd., Suite 100, LB 118, Dallas, Texas 75248. C. Advertisement: All of the legal pUblications pertaining to the work contemplated or under Contract. D. Bidder: Any person, persons, partnership, company, firm, association, or corporation acting directly or through a duly authorized representative submitting a Proposal for the work contemplated. E. Contract: The written agreement covering the performance of the. work. The Contract includes the advertisement, Proposal, Specifications, including special provisions, Plans or working drawings and any supplemental changes or agreements pertaining to the work or materials therefore, and bonds. F. Contractor: The person, persons, partnership, company, firm, association, or corporation entering into Contract for the execution of the work, acting directly or through a duly authorized representative. G. Payment Bond: The approved form of security furnished by the Contractor and his surety as a guaranty for the protection of all claimants supplying labor and material GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS • PAGE SECTION 00800 -SUPPLEMENTARY CONPITkONS '00800-2 in the prosecution of the work provided for in this contract; said security shall be in accordance with the provisions of Article 5160, Revised civil statutes of Texas, as amended by Acts of the Regular Session of the Legislature, 1959. H. Performance Bond: The approved form of security furnished by the contractor and his surety as a guarantee of good faith on the part of contractor to execute the work in strict accordance with the Plans, Specifications and terms of the Contract, and that the Contractor will maintain the work constructed by him in good condition for the period of time required; said security shall be in accordance with the provisions of Article 5160, Revised Civil Statutes of Texas, as amended by Acts of the Regular Session of the Legislature, 1959. I. plan or Plans: All the Drawings pertaining to the Contract and made a part thereof, including any supplementary drawings or addenda as the the Engineer may issue in order to clarify other drawings, or for the purpose of showing changes in the work hereinafter authorized, or for showing details not shown thereon. J. Proposal: The written statement or statements duly filed with the Town of Addison of the person, persons, partnership, company, firm, association, or corporation proposing to do the work contemplated, including the approved form on which the formal bids for the work are to be prepared. K. Proposal Guaranty: The security designated in the advertisement and Proposal, to be furnished by each bidder as a guaranty of good faith to enter into a Contract with the Town of Addison and execute the required bonds for the work contemplated after the work is awarded to him, and payment of damages upon his failure to enter into the Contract. L. Special Provisions: The special clauses setting forth conditions or requirements peculiar to the specific project involved, supplementing the standard specifications, and taking precedence over any conditions or requirements of the standard Specifications with which they are in conflict. M. Specifications: The directions, provisions, and requirements contained herein, together with the special provisions, supplemental hereto, pertaining to the method and manner of performing the work or to the qualities or quantities of the materials to be furnished under the Contract. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS , DIVISION O\-\BIDDING AND OONTRAOT REOUIREMENTS PAGE SECTION 􀀰􀀰􀀸􀀰􀁾􀀠-SUPPLEMENTARY OONDITIONS 00800-3 N. Sureties: The corporate bodies which are bound by such bonds as are required with and for the Contractor. Said sureties engaged to be responsible for the entire and satisfactory fulfillment of the Contract, and for any and all requirements as set out in the Specifications, contract or Plans. O. The Work: All work, including the furnishing of labor, materials, tools, equipment, and incidental, to be performed by the Contractor under the terms of the Contract. P. Working Day: A working day is defined as: a calendar day including Saturdays, Sundays, or legal holidays in which weather or other conditions not under the control of the Contractor will permit the performance of the principal units of work under way for a continuous period of not less than 7 hours between 8 a.m. and 6 p.m. One day will be charged against the Contract working time when weather conditions will permit 7 hours of work as delineated above. A principal unit of work shall be that unit which controls the completion time of the Contract. Nothing in this definition shall be construed as prohibiting the Contractor from working on Saturdays if he so desires and has the approval of the Engineer. Work on Sundays will not be permitted (except in cases of extreme emergency and then only with the written permission of the Engineer). Q. Qualifioation of Bidder Forms; Bidder shall complete and submit the Qualification of Bidder Forms bound within these contract documents at the time the bids are received. The equipment schedule, experience schedule, and Financial Statements shall be current statements of a date not exceeding one (1) year prior to the date for receiving bids and the information provided in the statements shall not be substantially different from the contractor's actual status at the time bids are accepted. The Financial Statement submitted shall be prepared" preferably by a Certified Public Accountant and be based on the yearly audit statement of the firm. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS · , f / DIVISION 0 -' BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 0081q -MODIFICATIONS TO GENERAL CONDITIONS 00810-1 rART 1 -GENERAL 1. 1 GENERAL: The following designated items of the General conditions of Agreement are modified as follows: A. paragraph 2.06 Lines and Grades is deleted in its entirety and the following substituted therefore • • "The Engineer will provide references to bench marks and horizontal control points in close proximity to the Work. From these control points, the contractor shall provide all surveying necessary to layout the Work. Contractor shall be responsible for establishing all lines and grades necessary to control the Work and shall be responsible for the precise location of all facilities. " "The Engineer may make checks as the Work progresses to verify lines and grades established by the Contractor to determine the conformance of the completed work as it progresses with the requirements of the Contract Specifications and Drawings. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with the Contract Drawings and Specifications and the lines and grades given therein. B. Paragraph 3.09 -Protection Against Accident to Employees and the Public is modified by adding the following: "Contractor's attention is specifically directed to the Texas Occupational Safety Law." "The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to public traffic. After the "Notice to Proceed" is issued, the Contractor shall notify the Engineer, at the earliest possible date, of the starting of hauling of materials and any construction work which might in any way inconvenience or endanger traffic." "The Contractor shall provide and maintain flagmen at all points where his operations interfere in any manner with traffic flow. Flagmen shall be English speaking, courteous, well informed, physically and mentally able effectually to perform their duties in safeguarding and directing traffic and protecting the Work, and shall be neatly attired and groomed at all times when on duty. Flagmen, when directing traffic, shall use standard flagging procedures set forth in the 'Instructions to Flagmen' published by the Texas State Department of Highways and Public Transportation." GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN Oli' ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00810 -MODIFICATIONS TO GENERAL CONDITIONS 00810-2 "The contractor shall provide, construct and maintain suitable barricades as shown on the Plans and elsewhere when directed by the Engineer. The contractor shall provide and maintain such standard barricades or special barricades, signs, lights and flags at points along the project as may be necessary to protect the Work and safeguard all traffic. All signs, barricades and working area layouts shall be provided and maintained in accordance with requirements of Part VI of the Manual on Uniform Traffic Control Devices, 'Traffic Controls for Street and Highway Construction and Maintenance operations.' Signs and barricades to facilitate the flow of traffic will be the responsibility of the Contractor. The use of sufficient vertical panels with flashers in conjunction with necessary warning signs and barricades will be required to direct traffic." "No direct payment will be made for the work involved in carrying out the public safety measures herein provided, the cost thereof being included in the prices paid for the various Contract items of work and no additional allowance will be made therefore." C. paragraph 3.10 Performance and Payment Bonds is modified as follows: 1. With the execution and delivery of the Contract, the Contractor shall execute and furnish separate Performance and Payment Bonds on the forms provided as follows: a. Performance Bond: A Performance Bond in the amount of one hundred percent (100%) of the Contract price, or any increases or deletions therefrom due to Contract modifications, guaranteeing faithful performance of the work and fulfillment of the obligations of the Contract. The Performance Bond shall guarantee that the Contractor shall repair and/or replace any defects in the work arising from defective or inferior workmanship or materials used therein, for a period of one (1) year from date of final acceptance of the work by the Owner. b. Payment Bond: A Payment Bond in the amount of one hundred percent (100%) of the Contract price, or any increases or deletions therefrom due to Contract modifications, guaranteeing payment to all persons supplying labor and materials or furnishing equipment in the execution of the Contract. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS f " DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00810 -MODIFICATIONS TO GENERAL CONDITIONS 00810-3 1 I " i , , 2. Performance and Payment bonds shall be from an approved surety company holding a permit from The state of Texas to act as surety or other surety or sureties acceptable to the Owner. D. paragraph 3.18 -Insurance is modified by the addition of the following . . contractor shall comply with each and every condition contained herein. The Contractor shall provide and maintain, until the work covered in the contract is completed and accepted by the owner, the minimum insurance coverages as follows: 1. commercial General Liability insurance at minimum combined single limits of $1,000,000 per-occurrence and $2,000,000 general aggregate for bodily injury and property damage, which coverage shall include products/completed operations, and XCU hazards. Coverage for products/completed operations must be maintained for at least two years after the construction work is completed. coverage must be written on an occurrence form. 2. Workers compensation insurance at statutory limits, including employers' liability coverage at minimum limits of $500,000. 3. commeroial Automobile Liability insurance at 􀁭􀁾􀁮􀁾􀁭􀁵􀁭􀀠combined single limits of $1,000,000 per-occurrence for bodily injury and property damage, including owned, non-owned, and hired-car coverage. 4. All-Risk Builders' Risk insurance at completed value if the contract is for the construction of a structure or building. *Note that the general aggregate limit must be at least two times the per-occurrence limit. A comprehensive general liability insurance form may be used in lieu of a commercial general liability insurance form. In this event, coverage must be written on an occurrence basis, at limits of $1,000,000 per-occurrence combined single limit, and coverage must include a broad form comprehensive general liability endorsement, products/completed operations and XCU hazards. with reference to the foregoing insurance requirement, Contractor shall provide the following endorsements: GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISIO DING AND CONTRACT RE UIREMENTS PAGE SECTION -MODIFICATIONS '1'0 GENERAL CONDITIONS 00810-4 1. :Named insured wording which includes the Contractor, the Owner and Ginn, Inc., with respect to General Liability, Automobile Liability, and Builders' Risk. 2. All liability policies shall contain cross liability and severability of interest clause. 3. A waiver of subrogation in favor of the Owner and Ginn, Inc. with respect to the Builders' Risk and Workers Compensation Insurance. 4. The policy shall be endorsed to require the insurer to immediately notify the Owner and Ginn, Inc. of any material change in the insurance coverage. All insurance shall be purchased from an insurance company that meets the following requirements: 1. A Best financial grading of A:X or better. 2. Licensed and admitted to do business in the state of Texas. All insurance must be written on forms filed with, and approved by, the Texas state Board of 'Insurance. Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent and shall contain provisions representing and warranting the following: 1. The company is licensed and admitted to do business in the state of Texas. 2. The company's forms have been approved by the Texas state Board of Insurance. 3. Sets forth all endorsements as required above. 4. The Owner and Ginn, Inc. will receive at least sixty (60) days notice prior to cancellation or termination of the insurance. Upon request, contractor, shall furnish the Owner with certified copies of all insurance policies. The Contractor sha'll also file with the Owner valid certificates of Insurance covering all subcontractors in accordance with'the insurance requirements set forth herein for Contractor. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS SECTION 00810 -MODIFICATIONS TO GENERAL CONDITIONS I E. section 4 -PROSECUTION AND PROGRESS is deleted in its entirety and the following sUbstituted therefore: 4. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 4.01, TIME FOR COMPLETION: The time allotted for completion of all items of work for this project shall be the number of consecutive calendar days, as stated on proposal form. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract; and it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such a rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed by and between the contractor and, the Owner, that the time for the completion of the work described herein is a reasonable time for the completion of same, taking into consideration the average climatic range and usual conditions prevailing in this locality. 4.02 LIQUIDATED DAMAGES: If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified or any proper extension thereof granted by the owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to the Owner an amount as stipulated on bid proposal form FOR EACH CALENDAR DAY, not as penaltyI but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount shall be retained from time to time by the OWner from current periodical estimates. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBllS SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF lI.DDISON, TEXAS , \ PIVISIO! 6 -BIDDING AND CONTRACT REQUIREMENTS 􀁓􀁅􀁃􀁔􀁉􀁏􀁎􀁾􀀰􀀸􀀱􀀰􀀠-MODIFICATIONS TO GENERAL CONDITIONS I PAGE 00810-6 It is further agreed that time is of the essence of each and every portion of this contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided. that the Contractor shall not be charged with liquidated damages or any excess cost when the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension are acceptable to the Owner; Provided further. that the Contractor shall' not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due: a. To any preference, priority or allocation order duly issued by the Government; b. To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the owner, acts of another contractor in the performance of a Contract with the OWner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather: and c. To any delays of subcontractors or suppliers occasioned by any of the causes specified in sUbsections (a) and (b) of this article; Provided further. that the Contractor shall within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract, notify the owner, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. , , GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBllS S:r.NITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I ! I ") I;)f I 1 )i I f I I ! JIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS 1'GBSECTION 00810 -MODIFICATIONS TO GENERAL CONDITIONS • fo810-7 l F. paragraph 5.04 Partial Payments, is deleted in its entirety and the following substituted therefore: "On or before the tenth of the month, the Contractor shall prepare and submit to the Engineer for approval a statement showing as completely as practicable the total value of the work done by the Contractor up to the last day of the previous month; said statement shall also include the value of all sound materials delivered and stored on the job site of the work that are to be fabricated into the work. "The Owner shall then pay the Contractor after receiving the Engineer's recommendation for payment. The amount paid shall be the total amount less five (5) percent of the amount if total project estimated cost exceeds $400,000 or ten (10) percent of the amount if the estimated project cost is less than $400,000, which percent retained shall be held until final payment, and further less all previous payments and all further sums that may be retained by the Owner under the terms of this agreement. "It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may---upon written recommendation of the Engineer---pay a reasonable and equitable portion of the retained percentage to the Contractor, or the Contractor at the Owner's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the Contract subject only to the conditions stated under 'Final Payment'." END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla S.l\NITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00830 -SPECIFIC PROJECT REQUIREMENTS 00830-1 · i , PART 1 -GENERAL 1. 1 OPERATION AND MAINTENANCE MANUAL: A. The Contractor shall prepare and assemble for submittal to the Owner's Engineer, six (6) copies of data for inclusion in an operation and maintenance manual. The data shall be bound in 3-ring note books, and shall consist of the following items: 1. Maintenance and operation instructions including routine adjustments and lubrication for all butterfly and gate vales, and all other functional equipment provided in this contract. special emphasis shall be placed on preventive maintenance and safety recommendations. 2. Annual man-hour estimates for the routine and preventive maintenance of the equipment 􀁾􀁳􀀠specified in Item 1 above. 3. Manufacturer's manuals and parts lists for all equipment specified in Item 1 above. 4. Shop drawings as approved by the OWner's Engineer. B. All Operation and Maintenance Manual data shall be submitted at one time and not later than the time at which the contract becomes 90% complete. 1.2 ORDER OF WORK: A. The Contractor shall schedule and conduct all his operations and perform his work in such a manner as to not interfere with the operation of the existing water system. No work will be performed on existing facilities until new construction has been completed and determined to be operationally acceptable. B. Any alterations to flows into or through the water system will be accomplished only after coordination with both the Director of Public Works and the Engineer, and only with the consent of both. Any special piping or valves required for temporary rerouting or diversion of flows shall be provided by the Contractor and no additional payment will be made therefor. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIYISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGB SECTION 00830 -SPECIFIC PROJECT REOUIREMENTS 00830-2 1.3 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER: It is the intention of the Owner to notify the Successful Bidder in writing, within ninety (90) days after receiving bids, of his acceptance of the Proposal. The Contractor shall complete the execution of the required Bonds and Contract within FIFTEEN (15) days of such notice. Upon completion of the execution of the Contract Documents, the Owner/Engineer will issue a "Notice to Proceed with Construction." 1.4 STATE AND CITY SALES TAX: A. The Contractor's attention is directed to Amendment No. 7 to section 6a, Article 20.01, Chapter 20, Title 122A, Taxation-General of the Revised civil Statutes of Texas. This amendment provides that all items used or consumed by a contractor, whether incorporated into the project or not, can be purchased free of State and city sales tax when the project is being performed for an exempt agency. Included are equipment rentals and other items which are consumed by the contractor but are not incorporated into the project. B. This Contract is issued by an organization which qualifies for exception pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax. C. The contractor performing this Contract may purchase, rent or lease all materials, supplies, and equipment used or consumed in the performance of this Contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling No. 95-0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling No. 95-0.09 as amended to be effective October 2, 1968. 1.5 EXISTING STRUCTURES: The Plans show the locations of all known surface and sub-surface structures believed to be involved in this proposed construction. However, the Owner or Engineer assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or requires the building of special work, provisions for which are not made in the Plans and Specifications, in which case the provisions in the General 1 i GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS PAGE 00830-3 Conditions of Agreement for extra work shall apply. 1.6 PROTECTION AND RESTORATION OF PROPERTY: The Contractor shall be responsible for the preservation from injury and damage, resulting directly or indirectly from the execution of the work under this Contract, of all public and private property adjacent to the work. He shall use every precaution to prevent the damage or destruction of buildings, poles, trees, shrubbery and lawns. Also, underground structures such as wires, cables, etc.; within or without the work area. He shall protect and carefully preserve all official survey monuments, properties and section markers or other similar markers until an authorized agent has witnessed or otherwise referenced their location and shall not remove them until directed. When or where direct or indirect damages or injury is done to public or private property by or on account of any act, omission, neglect or misconduct in the execution of the work or in consequences of the nonexecution of same on the part of the Contractor, such property shall be restored at the Contractor's expense to a condition similar or equal to that existing before such damage or injury was done, he shall make good such damage or injury in an acceptable manner. In case of failure on the part of the Contractor to restore such property, or make good such damage, or injury, the Engineer may upon twenty-four (24) hours written notice, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary and the cost thereof shall be deducted from any moneys due the Contractor under the Contract. 1.7 REFERENCE SPECIFICATIONS: Reference to ASTM, or others as listed below, shall be considered as referring to the Specifications or Method of Test as set forth by those various organizations and shall be considered as part of these Specifications when designated as such. Abbreviations and meanings are as follows: A.S.A•......••••••American Standards Association A.S.T.M...•••••••.American society of Testing Materials A.A.S.H.T.T.O.••••.•American Association of State Highway & Transportation Officials A.C.I •••••••••.•••American Concrete Institute A.W.S •••.......•••American Welding Society A.W.W.A•••••••••••American Water Works Association GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADD:ISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00830 -SPECIFIC PROJECT REQUIREMENTS 00830-4 s.s.P.C•••.•••••••Steel structures Painting council, Federal Specifications Treasury Department Procurement Division, United states Government U.L.•.••••••••••••Underwriters Laboratories N.E.M.A••••.••.•.•National Electrical Manufacturers Association W.P.C.F•••.•.•.••.Water Pollution Control Federation T.S.D.H.P.T.•.••••Texas State Department of Highways and or THD Public Transportation C.D.G.S •••••••••••City of Dallas General Specifications S.S.P.W.C.N.C.T•••Standard Specifications for Public Works construction North Central Texas N.C.T.C.O.G••.••.•North Central Texas Council of Governments 1.8 SUBSURFACE CONDITIONS: Contractor shall make his own investigation of subsurface conditions. No claims for extra compensation due to unusual soil conditions that are found to exist will be allowed. 1.9 SERVICE OF MANUFACTURER'S REPRESENTATIVE: The Contract price for the project shall include the cost of furnishing competent and experienced engineers or superintendents who shall represent the manufacturers and shall assist the Contractor, when required, to install, adjust and test the equipment in conformity with the Contract Documents. After the equipment is placed in permanent operation by the Owner, such engineer or superintendent shall make all adjustments and tests required by the Engineer to prove that such equipment is in proper and satisfactory operating condition, and shall instruct the Owner's representatives in the proper operation and maintenance of such equipment or system. 1.10 PLANS AND SPECIFICATIONS AVAILABILITY: The Engineer will provide the Contractor with three (3) copies of Plans and Specifications in addition to the Contract Sets provided for use on the project. Additional I copies may be purchased by the Contractor for the 􀀻􀀬􀁾􀀠cost of printing. Reproducibles required for as-builts will be paid for bY the Contractor. Engineer will provide the original Drawings for use in making reproducibles. 1.11 CONTRACTOR'S RESPONSIBILITY FOR UTILITIES AND SERVICES: The Contractor shall make his own investigations and beI fully responsible for locating and taking care not to.1 damage any gas, water, sewer, or telephone lines. TheI Contractor shall not begin any operations which may interfere with or impair the normal service being rendered by public utility operators. The Contractor will be held responsible for the protection of the property or service of public utilities within the limits of the Work. In case GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 Lalla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT BlQUIREMENTS PAGE SECTION 00830 -SPECIFIC PROJECT REOUIREMENTS 00830-5 that 􀁳􀁵􀁾􀁨􀀠physical properties conflict with the performance of the Contract, it shall be the Contractor's responsibility to anticipate such conflicts and to give advance notice thereof to the owners of the utility. The Contractor will be responsible for any damages done by him to any utility structure whether owned by a public or private agency. Damage of whatever nature to the existing facilities shall be repaired immediately at the Contractor's own expense as directed by the Engineer. Contractor shall be responsible for the relocation of any water, sewer, gas, telephone or other utility which interferes with the performance of the Contract. No extra claims for compensation will be allowed for any utility relocation, unless approved in writing by Engineer, prior to relocation. 1.12 MANUFACTURER'S DIRECTIONS: All manufactured articles, materials and equipment shall be applied, installed, connected, erected and used as directed by the manufacturers, unless herein specified to the contrary. contractor shall furnish copies of all printed directions with the material. 1.13 SANITARY FACILITIES: The Contractor shall provide at his own expense field toilets for the use of the employees and contractor forces. The facilities shall conform to the requirements of the Texas state Health Department and those of any other agencies having jurisdiction herewith. The field toilets Shall be cleaned and scrubbed with a disinfectant at least once per day. 1.14 GUARANTEE OF WORK: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for one year from date of final completion and acceptance of the project. 1.15 FINAL REVIEW AND OBSERVATION: When the work is completed, the Contractor shall notify the Owner in writing on which date he will be ready for final test and review. Notice shall be given seven (7) days in advance and verified by telephone twenty-four (24) hours prior to the time set for review and observation. After the OWner and Engineer are completely satisfied with the work, the Engineer shall make final measurements of all items and approve final estimate and recommend to the Owner to make final payment to the Contractor. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET :IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SAN:ITARY SEWER :IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADD:ISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REQUIREMENTS PAGE SECTION 00830 -SPECIFIC PROJECT REQUIREMENTS 00830-6 1.16 PERMITS AND LICENSES: All permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Building permit fees shall be waived for this work, but Contractor shall apply for a building permit in normal manner. 1.17 NOTICE-OF-REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES: Bidders are cautioned as follows: By signing the Contract for which these bids are solicited, the bidder will be deemed to have signed and agreed to the prov1s1ons of the "Certificate of Non-segregated Facilities" as contained in the Specifications for this project. ·1.18 LAYOUT OF PROJECT COMPONENTS: Prior to start of any excavation, Contractor shall have laid out (horizontally and vertically) all components of the project, and have them reviewed by the Engineer before proceeding. The Contractor shall be responsible for all alignment and elevation control. The Contractor shall provide the Engineer a "cut sheet" prior to beginning any excavation or embankment, indicating all "cuts and fills" as required on the project. 1.19 WAGE RATES All employees directly employed on this project by the Contractor or his SUb-contractors shall be paid the Prevailing Wage Scale for work of a similar character in the locality. The wage rates applicable to the work called for are the minimum to be paid to the various classes of labor and crafts. The Contractor is at liberty to pay any amount over and above the rates called for herein. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 Lal18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 0 -BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00850 -INDEX TO DRAWINGS 00850-1 Sheet NO. M1 M2 M3 M4 M5 M6 M7 M8 M9 M10 Mll M12 Sl S2 S3 S4 S5 S6 S7 S8 S9 S10 END OF SECTION Description COVER SHEET PAVING, STA. PAVING, STA. PAVING, STA. 0+00 5+00 8+50 TO TO TO STA. STA. STA. 5+00 8+50 11+45 STANDARD STANDARD STANDARD STANDARD DRAINAGE DRAINAGE, DRAINAGE, DRAINAGE, STANDARD SANITARY SANITARY SANITARY SANITARY SANITARY SANITARY SANITARY STANDARD STANDARD STANDARD GINN, INC. -CONSULTING ENGINEERS 17103 PRESTON ROAD SUITE 100 LBl18 DALLAS, TEXAS PROJECT NO. 439 DETAILS-PAVING DETAILS-PAVING DETAILS-PAVING DETAILS-PAVING AREA MAP STA. 0+00 TO STA. 5+00 STA. 5+00 TO STA. 8+50 STA. 8+50 TO STA. 11+45 DETAILS, DRAINAGE SEWER LOCATION MAP SEWER PLAN SEWER SEWER SEWER SEWER SEWER DETAILS, DETAILS, DETAILS, MILDRED STREET MILDRED STREET PROFILES JULIAN TO QUORUM TO SANITARY SANITARY SANITARY QUORUM DALLAS NORTH TOLLWAY SEWER SEWER SEWER MILDRED STREET IMPROVEMENTS SANITARY SEWER IMPROVEMENTS TOWN OF ADDISON, TEXAS j j j j j j j j j j I DIVISION 0 -BIDDING SECTION 00900 -ADDENAND DA ACONTRACT ND MODIFREOUlREMENTS ICATIONS PAGE 00900-1 PART 1 -GENERAL 1.1 GENERAL: A. If required, the proposed Contract Documents for this Work, "including the drawings and specifications prepared by Ginn, Inc. -Consulting Engineers, for the construction of the Work as shown, shall be modified, amended or changed: and specific information will be provided in this section. B. Addenda, if issued, will be either mailed, picked up by bidders, or delivered to all bidders receiving a complete set of Bidding Documents. C. No Addenda will be issued later than four (4) days prior to the date for receipt of bidS, except an Addendum, postponing the date, or withdrawing the request for bids. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS i I . ( ;1 1 1 1 1 I I I 1 '1 1 1 . DIVJ:SION 1 GENERAL REQUIREMENTS GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS i .,I DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01014 -WORK SEOUENCE 01014-1 PART 1 -GENERAL 1.1 GENERAL: A. Construct work so as to provide the least interruption of use of the existing operations. B. At all times throughout construction, existing water, utility and electric facilities shall remain in use. No discontinuation of service for any extended period of time will be allowed. C. Contractor shall submit a written construction schedule stating how construction will be phased. This schedule must be submitted and reviewed by the engineer prior to beginning construction. D. See section 01310 -Construction Schedule. 1.2 SUGGESTED SEQUENCE OF CONSTRUCTION: A. Construct sanitary sewer lines along Mildred Street. B. Concurrently with the other construction, construct sanitary sewer line from Dallas North Tollway to Mildred Street. C. Construct storm sewer along Mildred street, including laterals. D. Construct two east bound lanes of Mildred Street from Addison Road to Quorum Drive. E. switch two-way traffic to newly constructed south side of Mildred Street. F. Construct two west bound lanes of Mildred Street from Addison Road to Quorum Drive. G. Construct bus lanes and circle. H. Construct sidewalks. I. Install traffic buttons and markings. END OF SECTION GINN, INC. -CONSULTING ENGINEERS HILDRED STREET IHPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IHPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01015 -CONTRACTOR USE OP PREMISES 01015-1 PART 1 -GENERAL 1.1 CONTRACTOR'S USE OF PREMISES: i A. Contractor shall limit his use of the premises for work and for storage to the limits of areas allowed by owner. B. Confine operations at site to areas permitted by: 1 1. Law 2. Ordinances 3. Permit 4. Contract Documents 5. OWner C. Do not unreasonably encumber site with materials or equipment. Coordinate use of premises with Owner/Engineer and property owners. D. Assume full responsibility for protection and safekeeping of products stored on premises. E. Move any stored products which interfere with 'j operations of OWner or other contractors. F. Obtain and pay for, use of additional storage of work areas needed for operations. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS I TEXAS PROJECT NO. 439 TOWN OP ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01041 -PROJECT COORDINATION 01041-1 PART 1 -GENERAL 1.1 DESCRIPTION: A. Scope: To set forth procedures, conditions and responsibility for coordination of the total project. B. Project Coordinator: The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants all satisfactory to the Engineer. The superintendent shall not be changed, except with the consent of the EngineerI unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The superintendent shall represent the Contractor in his absence, and all direction given to him shall be binding as if given to the Contractor. Important directions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. 1.2 DUTIES OF PROJECT COORDINATOR: A. General: 1. Coordination: Coordinate the work of all subcontractors and material suppliers. 2. Supervision: Supervise the activities of every phase of work taking place on the project. 3. Mechanical/Electrical: Take special care to coordinate and supervise the work of the plumbing, heating and cooling and electrical subcontractors. 4. Communication: Establish lines of authority and communication at the job site. 5. Location: The project coordinator must be present on the job most of the time. 6. Permits: Assist in obtaining building and special permits required for construction. B. Interpretation of Contract Documents: 1. Consultation: Consult with Engineer to obtain interpretations. 2. Assistance: Assist in resolution of any question. 3. Transmission: Transmit written interpretations to concerned parties. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LEl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON I TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGB SECTION 01041 -PROJECT COORDINATION 01041-2 C. cessation of Work: stop all work not in accordance with the requirements of the contract documents. D. Division one: Coordinate and assist in the preparation of all requirements of Division One and specifically as follows: 1. Cutting and patching: Supervise and control all cutting and patching of other trades' work. 2. Project Meetings: Schedule and preside at all project meetings. 3. Construction Schedules: Prepare and submit all construction schedules. Supervise work to monitor compliance with schedules. 4. Shop Drawings Product Data and samples: Administer the processing of all submittals required by the project Manual. 5. Schedule of Values: Assist in preparation and be knowledgeable of each entry in the Schedule of Values. 6. Testing: Coordinate all required testing. 7. Temporary Facilities and Controls: Allocate, maintain and monitor all temporary facilities. S. Substitutions and Product Options: Administer the processing of all SUbstitutions. 9. project Closeout: Conduct final inspections and assist in collection and preparation of closeout documents. 10. Cleaning: Direct and execute a continuing cleaning program throughout construction, requiring each trade to dispose their debris. 11. Project Record Documents: Maintain up-to-date project record documents. 12. Enforce all safety requirements. E. Changes: Recommend and assist in the preparation of requests to the Engineer for any changes in the contract. F. Application for Payment: Assist in the preparation and be knowledgeable of each entry in the Application and Certificate for Payment. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBIIS SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS i I DIVISION 1 -GENERAL REOUIREMENTS PAGE ,i SECTION 01041 -PROJECT COORDINATION 01041-3 1.3 SUBCONTRACTOR'S DUTIES: A. The subcontractor is responsible to coordinate and supervise his employees in the work accomplished under his part of the contract. B. Schedules: Conduct work to assure compliance with construction schedules. C. Suppliers: Transmit all instructions to his material suppliers. D. Cooperation: Cooperate with the project coordinator /' and other subcontractors. E. All prime contractors and all subcontractors shall coordinate all work, one with the other, so as to facilitate the general progress of the work. Each .. , trade shall afford all other trades every reasonable , opportunity for the installation of their work. F. If any part of the Contractor's work depends on proper execution, or results upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work, that renders it unsuitable for such proper execution. And, the result of his failure to inspect and report shall constitute an acceptance of his work, except as to the defects which may develop in the other contractor's work after the execution of his work. G. To insure the proper execution of his subsequent work, the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between executed work and the drawings. H. Justifiable delays, such as strikes, acts of God, etc., caused by conditions beyond the control of any Prime contractor, which in turn delays other prime contractors, shall not be considered as constituting a cause for Claiming damages therefore from either the Prime Contractor or the Owner. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IHPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS · 1 1 1 1 1 1 1 1 1 1 1 DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01050 -FIELD ENGINEERING 01050-1 PART 1 -GENERAL 1.1 GENERAL: A. Contractor shall provide and pay for field engineering services required for the project and include in his bid the'necessary allowance to cover same, including: 1. Survey work required in execution of the project. 2. Civil, structural, or other professional engineering services specified, or required to execute Contractor's construction methods. B. The Engineer will identify existing control points indicated on the drawings, as required. 1.2 QUALIFICATIONS OF SURVEYOR OR ENGINEER: A. Qualified engineer or registered land surveyor, registered in State of Texas, acceptable to Contractor and Engineer. 1.3 BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS: A. The Contractor will carefully maintain all bench marks, monuments, and other reference points. If destroyed or disturbed, the reference points will be replaced, by the Contractor, to their original positions. In any case in which a reference point is disturbed, the Contractor shall notify the Engineer. 1.4 PROJECT SURVEY REQUIREMENTS: A. The Contractor shall accurately stake out all components of the project and will be held entirely responsible for any errors in these lines and levels. B. The Contractor shall verify all grades, lines and levels and shall report any inconsistencies to the Engineer before commencing work. c. Establish line and levels, locate and layout by instrumentation: 1. site improvements: a. Stakes for grading, excavation, fill, storm and sanitary sewer line placement. b. Stakes for setting curb elevations. c. utility slopes and invert elevations. d. Finished pavement grades. 2. All appurtenances required by this contract. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01050 -FIELD ENGINEERING 01050-2 ,." 􀀮􀁾􀀠j -,1.5 RECORDS: lJ A. Contractor shall maintain a complete accurate log of all control and survey work as it progresses, copies of which shall be available to the Engineer if requested. ] 1.6 SUBMITTALS: A. If requested by Engineer, Contractor shall submit: L Name and address of surveyor and/or professional engineer. 2. Documentation to verify accuracy of field engineering work. 3. Certificate signed by registered engineer or surveyor certifying that elevations and locations of improvement are in conformance, or non-conformance with Contract Documents. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLM;, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01070 -ABBREYIATIONS AND REFERENCE STANDARDS 01070-1 PART 1 -GENERAL 1.1 ORGANIZATION AND SOCIETY ABBREVIATIONS: A. Publications of organizations and societies are referred in Contract Documents by following abbreviated designations: American Concrete Institute ACI American Institute of Steel Construction AISC American Iron and Steel Institute AISI American National Standards Institute ANSI American Society for Testing and Materials ASTM American society of Civil Engineers ASCE American welding Society AWS Concrete Reinforcing steel Institute CRSI Factory Mutual FM Federal Specifications FS Portland Cement Association PCA Precast Concrete Association PCI Steel Deck Institute SDI steel Joist Institute SJI Steel Structures Painting council SSPC underwriters Laboratories UL Uniform Building Code UBC 1.2 REFERENCE STANDARDS -GENERAL: A. Publications of organizations and societies listed in individual Specification sections shall be considered integral part of Contract Documents to extent referenced. B. Publications are referred to in text by basic designation only with organizations and societies referenced by abbreviations. C. When standard is referred to in individual Specification section but is not listed in this Section by title and date, it shall be considered to be latest revision at date of Project Manual issuance. D. Following listings include full title and applicable revision date. 1.3 REFERENCE STANDARDS: A. American Concrete Institute (ACI): 211.1-81 (R 1985), Standard Practice for Selecting Proportions for Normal and Heavyweight Concrete. I .1 ! GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISONI TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01070 -ABBREVIATIONS AND REFERENCE STANDARDS 01070-2 211. 3-75 (R 1980), Recommended Practice for selecting Proportions for No-Slump Concrete. 301-84 (R 1985), Specification for structural Concrete for Buildings. 304R-85, Guide for Measuring, Mixing, Transporting, and Placing Concrete. 305R-77, Hot Weather Concreting. 306R-78, Cold Weather Concreting. 308-81 (R 1986), Standard Practice for Curing Concrete. 309-72 (R 1978), standard Practice for Consolidation of Concrete. 315-80, Details and Detailing of Reinforced Concrete. · i 315R-80, Manual of Engineering and Placing Drawings for Concrete Reinforcement (synopsis Only). l · i 318-83, Building Code Requirements for Reinforced Concrete. 347-78, Recommended Practice for Concrete Formwork. B. American Institute of Steel Construction (AISC): Code of Standard Practice for Steel Buildings and Bridges (with Commentary), september I, 1976. Manual of Steel construction, Eighth Edition. Specification for Structural Joints using ASTM A325 or ! A490 Bolts, April 26, 1978. · .J C. American Society for Testing of Materials (ASTM): 1, A 36-77a, Specification for Structural Steel. A 47-77, Specification for Malleable Iron Castings. END OF SECTION · 1 · I i•GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01100 -ALTERNATES AND ALTERNATIVES 01100-1 PART 1 -GENERAL 1.1 GENERAL: A. This Section identifies each Alternate by number, and describes the basic changes to be incorporated into the Work, only when that Alternate is m.ade a part of the Work by specific provisions in the Owner-Contractor Agreement. B. Related requirements in Other Parts of the Project Manual: 1. Method of quotation of the cost of each Alternate, and the basis of the owner's acceptance of Alternates: Bidding Documents. 2. Incorporation of Alternates into the Work: OwnerContractor Agreement. C. Referenced sections of specifications stipulate pertinent requirements for products and methods to achieve the work stipulated under each Alternate. D. Coordinate pertinent related work and modify surrounding work as required to properly integrate the work under each Alternate, and to provide the complete construction required by Contract Documents. 1.2 DESCRIPTION OF ALTERNATES: If Alternates are required or requested by the Owner, consideration of this Alternate shall be given at the time of Contract Award. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SA:,NITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON I TEXAS ! · . '1 1 I , ! · I · , I , i I, ; i I · i · , ! , j I DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01152 -APPLICATIONS FOR PAYMENT 01152-1 PART 1 -GENERAL 1.1 GENERAL: A. contractor to submit Applications for Payment to Engineer in accordance with the schedule established by Modifications to General Conditions, Section 00810, paragraph 1.1, F, Partial Payments. 1.2 FORMAT AND DATA REQUIRED: A. Submit six itemized applications typed on Application and Certificate for Payment, as approved by Engineer. 1.3 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT: A. Application Form: 1. Engineer shall supply the initial application form to the Contractor. 2. Fill in required information, including that for Change Orders executed prior to the date of submittal of applications. 3. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. 4. Execute certification on each copy with the signature of a responsible officer of the Contract firm. Each copy shall bear an original signature. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of work, with item number and the scheduled dollar value for each item. 2. Fill in the dollar value in each column for each" scheduled line item when work has been performed or products stored. 3. List each Change Order Number, and description, as for an original component item of work. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS SECTION 01152 -APPLICATIONS FOR PAYMENT 1.4 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS: PAGE 01152-2 A. When the Owner or the Engineer requires substantiating data, contractor shall submit suitable information, with a cover letter identifying: 1. Project 2. Application number and date 3. Detailed list of enclosures B. Submit one copy of data cover letter for each copy of application. 1.5 SUBMITTAL PROCEDURE: A. Submit Applications for Payment to Engineer at times stated in section 00810. B. Number: six (6) copies of each Application. c. Sign 􀁾copy and have each copy properly notarized. D. When Engineer finds the Application properly completed and correct, he will transmit three (3) copies of the certificate for payment to the Owner and one (1) copy to the Contractor. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION GINN, INC. 17103 PRESTON DALLAS, TEXAS CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS ROAD SUITE 100 LB1l8 SANITARY SEWER IMPROVEMENTS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 1 1, -, -] ; .; · ,i ·1 • 1, j I 1 I · , , ·1 , I •• 0 • j DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01202 -PRQGRESS MEETINGS 01202-1 PART 1 -GENERAL 1.1 DESCRIPTION: A. Contractor shall schedule and administer periodic progress meetings, and specially called meetings throughout the progress of the work. 1. Prepare agenda for meetings. 2. Distribute written notice of each meeting four days in advance of meeting date. 3. Make physical arrangements for meetings. 4. Preside at meetings. 5. Record the minutes; include all significant proceedings and decisions. 6. Reproduce and distribute copies of minutes within four (4) days after each meeting. a. To all participants in the meeting. b. To all parties affected by decisions made at the meeting. c. Furnish three copies of minutes to Engineer. B. Representatives of contractors, subcontractors and suppliers attending the meetings shall be qualified and authorized to act on behalf of the entity each represents. C. Engineer may attend meetings to ascertain that work is expedited consistent with Contract documents and the the construction schedules. D. Related requirements specified in other sections: 1. Construction Schedules: section 01310 2. Shop Drawings, Product Data and Samples: section 01340 3. Project Record Documents: Section 01720. GINN, INC. -CONSULTING ENGINEERS MILDRED STREBT IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OJ' ADDISON, TEXAS DIVISION 1 -GENERAL REOUlREMENTS PAGE SECTION 01202 -PROGRESS MEETINGS 01202-2 1.2 PROGRESS MEETINGS: A. Hold called meetings as required by progress of the work. B. Location of the meetings: The project field office of the contractor, or some place designated acceptable to all concerned. C. Attendance: 1. Engineer, and his professional consultants as needed. 2. Subcontractors as pertinent to the agenda. 3. General Contractor 4. Owner · 1D. Minimum Agenda: I · , 1. Review approved minutes of the previous meeting. ,2. Review work progress since last meeting. · I 3. Note field observations, problems and decisions. · , 4. Identify problems which impede planned progress. 5. Review off-site fabrication problems. 6. Revise construction schedule as indicated. · ; ,i7. Plan progress during the next work period. 8. Review proposed changes. • 1 i9. Complete other current business. · , END OF SECTION 􀁾􀀠,j I , I jGINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ) DrvrsrON 1 -GENERAL REOUrREKENTS PAGE SECTrON 01300 -SUBMrTTALS 01300-1 PART 1 -GENERAL 1.1 PRIOR TO BEGINNING WORK: Submit the following items with the signed agreement form as a prerequisite to starting the work. The number of copies required of each submittal is six (6). The location of information concerning each submittal is referenced. A. Performance Bond. Bidding Documents, Contract Forms, General and Supplementary Conditions. B. Payment Bond. Bidding Documents, Contract Forms, General and Supplementary Conditions. C. certificate of Insurance. General and Supplementary Conditions. D. List of Subcontractors. General and Supplementary Conditions, Bidding Documents. E. Schedule of Values. General Conditions and as specified in the section on Schedule of Values, Section 01370. F. Construction Schedule. General Conditions and as specified in the section on Construction Schedule, section 01310. 1.2 DURING CONSTRUCTION: During the progress of the work, make the following submittals in a timely manner to prevent any delay in the work. A. progress Schedules. Submit progress schedules monthly as an evidence that the project will be completed by the date of contract completion. Two copies are required. Submit with monthly pay application. Failure to submit with Application for Payment will result in delay of processing of application. B. Shop Drawings. Product Data and Samples. Submit in accordance with the section on Shop Drawings, Product Data and Samples included in Division 1 -General Requirements, Section 01340. C. Mill certificates. Submit mill certificates on the following items as required by the specifications sections. GINN, INC. -CONSULTING ENGINEERS MrLDRED STREET rMPROVEKENTS 17103 PRESTON ROAD SUITE 100 LBlla SANrTARY SEWER rMPROVEKENTS DALUS, TEXAS PROJECT NO. 439 TOWN OF ADDrSON, TEXAS DIVISIOR 1 -GENERAL REQUIREMENTS PAGE SECfIOR 01300 -SUBMIfTALS 01300-2 1. Reinforcing steel: Division 3 -Concrete. 2. Bulk Cement: Division 3 -Concrete. D. Application for Payment. Submit applications for partial payment as specified in the General and Supplementary Conditions and within the time specified in the agreement. " , j E. Change Order Proposal. A proposal for change order may be submitted to the Engineer whenever a need arises. <, The request must be in writing and must include jsufficient information to assess the need for a change in the work, the contract time, or the contract sum. J1.3 PROJECT CLOSE-OUT: with a written notice of completion, submit the following items in the proper form as a condition of final acceptance .J of the work. , I A. Pro;ect Record Documents. Submi t in accordance with J the section on Project Record Documents included in • j Division 1 -General Requirements, section 01720. B. Operation and Maintenange Data. As specified in various sections of the specifications. C. C. Spare Parts and Maintenance Materials. As specified in the various specification sections. D. Other items as required by other sections of these documents. · l END OF SECTION · ,I l j · 1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SAHITARY SEWER IMPROVEMENTS IDALLAS, TEXAS PROJECT NO. 439 TOW OF ADDISOR, TEXAS j DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01310 -CONSTRUCTION SCHEDULES 01310-1 PART 1 -GENERAL 1.1 GENERAL: A. Within 15 days after award of the contract, the Contractor shall prepare and submit to the Engineer an estimated construction progress schedule for the Work, with dates on which he will start the salient features of the work and the contemplated dates for completing the same. B. Submit revised progress schedules with each application for payment. Submit two (2) copies. Failure to submit these will be cause for payment to be delayed. 1.2 RELATED REQUIREMENTS SPECIFIED IN OTHER SECTIONS: A. Work Sequence: Section 01014. B. Shop Drawings I Product Data and Samples: Section 01340. 1.3 FORK OF SCHEDULES: A. Prepare schedules in the form of a horizontal bar chart. 1. Provide separate horizontal bar for each separate item or operation. 2. Horizontal time scale: Identify by week, month, year, etc. 3. Minimum sheet size: 8 1/2" x II". B. Format of listings: The chronological order of the start of each item of work. C. Identification of Listings: By major specification section numbers. 1.4 CONTENTS OF SCHEDULE: A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates for the beginning, and completion of, each major element of construction. 3. Show projected percentage of completion for each item, as of the first day of each month. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS I TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01310 -CQNSTRUCTION SCHEDULES 01310-2 B. Submittals Schedule for Shop Drawings, Product Data and Samples. Show: The dates for Contractor's submittals. ] 2. The dates approved submittals will be required from the Engineer. C. Prepare and submit subschedules for each separate stage or work specified. D. Provide subschedules to define critical portions of prime schedules. 1.5 PROGRESS REVISIONS; A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of ,1schedule. · 1 1. Major changes in scope. · ,, j2. Activities modified since previous submission. 3. Revised projections in progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: Problem areas, anticipated .delays and the impact on schedule. · ; t 2. Corrective action recommended and its effect. · 1 3. The effect of changes on schedules or other prime jcontractors. . 1.6 SUBMISSIONS: · i ". j A. submit initial schedules within 15 days after award of contract. 1. Engineer will review schedules and return review copy within 10 days after receipt. 2. If required, resubmit within 7 days after return of review copy. · ,· ; GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS : J 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREHENTS PAGE· SECTION 01310 -CONSTRUCTION SCHEDULES 01310-3 B. Submit revised progress schedules with each application for payment. C. Submit two copies which will be retained by the Engineer. 1.7 DISTRIBUTION: A. Distribute copies of reviewed documents to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. B. Instruct recipients to report promptly to Contractor, in writing, any problems anticipated by the projections shown in the schedules. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ] '1 J 1, ,l 􀁾􀀠j ...1 . ; i J DIVISION 1 -GENERAL PROGRESS PAGE SECTION 01320 -PROGRESS REPORTS 01320-1 PART 1 -GENERAL 1.1 GENERAL: A. Contractor to submit weekly progress reports to Engineer for the duration of the project. B. Reports shall be submitted in a form acceptable to the Engineer and shall include: 1. Date of report (for week beginning to ending). 2. Project name and location. 3. Contract time remaining. 4. Approximate percent complete. 5. Work completed this period. 6. Work in progress this period. 7. Weather conditions throughout week. 8. Additional comments. C. Submit original and one (1) copy to Engineer. D. Reports may be submitted on weekly basis by contractor, but compilation of weekly reports may be held and submitted along with Application for Payment. E. Weekly reports shall be kept current with Application for Payment. In no case shall contractor be greater than five weeks behind in sUbmission of weekly reports. Failure to keep current with Application for payment will be cause for delays in processing the applications. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ] ..' . \ DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01340 -SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-1 PART 1 -GENERAL 1. 1 GENERAL: A. contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. B. Related requirements specified in other sections. 1. Construction Schedules: section 01310. 2. Record Documents: section 01720. 3. Sections requiring submittals. C. Designate in the construction, or in a separate coordinated schedule, the dates for submission and the dates that reviewed shop drawings, product data and samples will be needed. D. Shop drawings, product data and samples are not considered a part of contract documents. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain Engineer's review and comment regarding the items involved. C. No work requiring shop drawings will be executed until review and appropriate comment(s) regarding such drawings has been obtained. D. Preparation by a qualified detailer is required. E. Where necessary for clarity, identify details by reference to sheet and detail numbers, schedule or room numbers as shown on the contract drawings. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL BEOUIREMENTS PAGE SECTION 01340 -SHOP DRAWINGS, PROPUCT DATA AND SAMPLES 01340-2 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring diagrams and controls. B. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1. 4 SAMPLES: A. Provide samples as indicated in other parts of these specifications. B. submit office samples of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of product or materials with integrally related parts and attachment devices. 2. Full range of color samples. C. Erect field samples and mock-ups at the project site in an acceptable location. Construct each sample complete, including work of all trades required in finished work. D. Include in transmittal letter all information required for submission. E. Prepare the number of samples specified. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements 2. Field construction criteria 1 : j . 1 I .. j J GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01340 -SHOP DRAWINGS, PRODUCT DATA 􀁾 SAMPLES 01340-3 3. Catalog numbers and similar data 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D.Begin no work which requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. ·Make submittals promptly and in such sequence as to cause no delay in the work or in the work. B.Number of submittals required: 1. For shop drawings and product data: Submit the number of copies Which the contractor requires, plus four which will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier c. Manufacturer d. Subcontractor e. Engineer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent structure or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01340 -SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-4 8. Identification of deviations from contract Documents. 9. Identification of revisions on resubmittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products,field measurements and field construction criteria, ..and coordination of the information within the submittal with requirements of the work and of ]... Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a registered engineer on all structural submittals. · ,14. A blank space on each shop drawing, approximately 4" x 4", for the Engineer's Stamp. j D. REVIEW: 􀀢􀁾􀀠1 , ,1. Shop drawing and product data information review will be general. Such review will not relieve the · ,,Contractor of any responsibility and work requiredby the Contract. 2. Reviewed Reviewed shop drawings will be so designated and all · 1 sets, except four (4), returned to the Contractor. · i ,Rejected shop drawings will be so designated and all sets except two (2) will be returned to the .Contractor, with indications of the required · corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for acceptance. 1.7 RESUBMISSION REQUIREMENTS: · 1 i A. Make any corrections or changes in the submittals · j required by the Engineer and resubmit until no further corrections or changes are noted per the Engineer's · 1 ". 1review. d B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the Engineer. i i I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OP ADDISON, TEXAS DXVXSXON 1 -GENERAL REQUXREMENTS PAGB SECTXON 01340 -SHOP DRAWXNGS, PRODUCT DATA AND S&MPLES 01340-5 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for resubmittal; or indicate reviewed with no other comments indicated on submittal. C. Return submittals to contractor for distribution, or for resubmission. 1.9 ITEMS REQUIRING SHOP DRAWING SUBMITTALS: A. The items listed below are items which require shop drawings submitted as outlined above. Items not listed shall not be submitted unless specifically required in writing by the Engineer. In the event additional items are required for submission, no additional compensation for this task will be allowed and the below list shall be considered ammended to include the additional item and all submittal requirements shall be in full effect for the item as if it originally appeared on the list. Frames, Grates, Covers, valve boxes and extensions All Valves. Pipe Materials, Fittings and Couplings PVC Piping and fittings RCP piping and fittings Manholes, Inlets Brick Pavers Other Items As Specified 1.10 DISTRIBUTION AFTER REVIEW: A. Distribute copies of shop drawings and product data which carry the Engineer's stamp to, as applicable: 1. Contractor's file. 2. Job site file. 3. Record document file. 4. Subcontractors. 5. Supplier. 6. Fabricator. B. Distribute samples as directed. After review, samples may be used in construction. BND OF SECTXON GINN, INC. -CONSULTING ENGINEERS KXLDRED STREET XMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANXTARY SEWER XMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDXSON, TEXAS DrvrsrON 1 -GENERAL REOUrREMENTS PAGE SECT rON 01370 -SCHEDULE OF VALVES 01370-1 PART 1 -GENERAL 1.1 GENERAL: A. submit a schedule of values at least 15 days prior to submitting the first application for payment. upon reques-t, support values given with data that will sUbstantiate the amounts. Use schedule of values only as basis for application for payment. B. Submit quantities of designated materials. List quantities of materials specified in unit prices. C. There will be no payment for materials stored on-site. Payment will be made when materials are incorporated into the project and completed and accepted. PART 2 -PRODUCTS 2.1 FORM OF SUBMITTAL: A. Submit typewritten schedule of values on 8-1/2" x 11", plain bond, white paper. Use the proposal form of this project manual as a format for listing costs of work by units. PART 3 -EXECUTrON 3.1 PREPARING SCHEDULE OF VALUES: A. Itemize separate line item cost for each item of work as outlined in the Bid Form. B. Break down installed costs into: 1. Delivered cost of product, with taxes paid. 2. Total installed cost, with overhead and profit. C. Make sum of total costs for all items listed in the schedule equal to the total contract sum. 3.2 PREPARING SCHEDULE OF UNIT MATERIAL VALUES: A. Make a submittal form parallel to the schedule of values, with line items identified the same as line items in the schedule of values. B. Include in unit prices only: 1. Cost of material. 2. Delivery and unloading at site. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 Sl\NrTARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDrSON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01370 -SCHEDULE OF VALVES 01370-2 3. Sales taxes. 4. Installation. 5. Profit and overhead. D. Make sure that the unit price multiplied by the quantity given equals the material cost of that item in the schedule of values. ] 3.3 REVIEW AND RESUBMITTAL: "1A. After review by the Engineer, revise and resubmit the Jschedule of values or material values, if required. Resubmit revised schedules in the same manner as the original schedules. J END OF SECTION ] · 􀁾􀀠l .J j i · , · , GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS H103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALL1I:S t TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 J DIVISION 1 -GENERAL REOUIREMENTS PAGFl SECTION 01410 -TESTING LABORATORY SERVICES 01410-1 PART 1 -GENERAL 1.1 PAYMENT: A. The Engineer will employ and pay for services of an independent testing laboratory to perform specified testing except for testing required for equipment. B. When initial tests requested by the Engineer indicate non-compliance with the Contract Documents, all subsequent retesting occasioned by the non-compliance shall be scheduled by the Contractor and performed by the same testing laboratory at the sole expense of the Contractor. The cost of the initial test indicating non-compliance will also be at the sole expense of the Contractor under these circumstances. C. Inspection or testing performed exclusively for the Contractor's convenience shall be borne by the Contractor. D. The Contractor shall furnish concrete batch designs, properties of materials and conformation cylinders made from batch design at his expense. E. Employment of a testing laboratory by the Engineer in no way relieves relieves the Contractor of his obligation to perform the work according to the Contract Documents. 1.2 RELATED WORK: A. General Conditions of the Contract for Construction. Inspections and testing required by laws, ordinances, rules and regulations or orders of public authorities are the responsibility of the Contractor. B. Specification sections. contained in the various specification sections are requirements for certification of products, testing, adjusting and balancing of equipment, and other tests and standards. 1.3 WORK INCLUDED: A. Testing is required for the following item(s) of work: 1. Soils compaction control. 2. Lime material. 3. Concrete. 4. Sewer line pipe. 5. Asphalt. B. See paragraph 3.5 this Section for additional requirements. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS. 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01410 -TESTING LABORATORY SERVICES 01410-2 PART 2 -PRODUCTS Not Used 1 JI PART 3 -EXECUTION 3.1 QUALIFICATIONS: A. Standards. 1. Meet "Recommended Requirements for Independent Laboratory Qualification," latest edition, published by American Council of Independent Laboratories. 2. Meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction." 3. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of National Bureau of Standards during most recent tour of inspection; with memorandum of remedies of any deficiencies reported by inspection. B. Testing Equipment. · ) 􀁾􀀠1. Calibrated at maximum 12-month intervals by devices of accuracy traceable to either the National Bureau of Standards or accepted values of natural physical constants. , 2. Submit copy of certificate of calibration, made by · · jaccredited calibration agency. ·.,3.2 DUTIES: 􀀮􀁾􀀠􀁾􀀮􀁪􀀠A. Cooperate with the Engineer and Contractor: provide · .qualified personnel promptly on notice. , B. Perform specified inspections, sampling and testing of materials and methods of construction: 1. Comply with specified standards 􀁾􀀠ASTM, other recognized authorities, and as specified. 2. Ascertain compliance with requirements of the · i contract documents. I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01410 -TESTING LABORATORY SERVICES 01410-3 c. Promptly notify the Engineer and contractor of irregularities or deficiencies of work which are observed during performance of services. D. Prepare and distribute reports of inspections and tests within 3 days of test completion or weekly on continuous work as follows: 1. Engineer: three copies. 2. contractor: two copies. 3 • OWner: one copy. E. Include the following information for each test as well as additional data specified in the applicable section. 1. Date of test. 2. Location of test. 3. Specified standards. 4. Test results. 5. Remarks. 3.3 LIMITS OF AUTHORITY: The laboratory is not authorized to: A. Release, revoke, alter, or enlarge on requirement of the contract documents. B. Approve or accept any portion of the work. C. Perform any duties of the Contractor. 3.4 CONTRACTOR'S RESPONSIBILITIES: A. Cooperate with laboratory personnel; provide access to the work or to manufacturer's operations. B. Provide to laboratory, preliminary representative samples of materials to be tested, in required quantities. C. Furnish copies of mill test reports. D. Furnish labor and equipment: 1. To provide access to the work to be tested. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OJ!' ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01410 -TESTING LABORATORY SERVICES 01410-4 2. To obtain and handle samples at the site. '1 .j3. To facilitate inspections and tests. 4. For laboratory's exclusive use for storage and 1 curing of test samples. _ii E. Notify the laboratory at least 48 hours in advance of operations to allow for his assignment of personnel and scheduling of tests. F. Arrange with the laboratory and pay for additional samples and tests required for the Contractor's convenience. G. In the event of a test failure, the Engineer shall notify the Contractor in writing of the "failed test" and identify the area which is not acceptable. It is the responsibility of the Contractor to order and 􀁾􀀠for retesting. All retest reports and invoices should be sent directly to the Contractor with copies to ·., Engineer/owner. I '. i 3.5 SPECIFIC TESTS, INSPECTIONS AND METHODS REQUIRED PERFORMED BY TESTING LAB: (AS APPLICABLE THIS PROJECT) A. Select Fill: Perform plasticity index tests on proposed select fill material prior to use to determine · 1 compliance with specified requirements. 1. Atterberg Limit series: Per job requirements. 2. Standard Procter Density: Per job requirements. · ) B. Sub-grade Density Testing: • '! .,; 1. Establish moisture density relationship, ASTM D698, for each soil type. · )· I 2. Perform field in-place density tests, ASTM 02922, cJ ! as 􀁦􀁯􀁬􀁬􀁯􀁷􀁳􀁾􀀠a. Paving subgrade: One test for each 5000 square feet or fraction thereof, per lift. 3. Trench Backfill: a. Make random tests of subsequent lifts of backfill to assure compliance with plans and specifications. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01410 -TESTING LABORATORY SERVICES 01410-5 C. Reinforcing steel: 1. If reinforcing steel is purchased direct from a United states mill, manufacturer's approved test sheets will suffice. If steel is from dealer's stock, perform tension and bending tests on three separate samples for each size of bar in every 5 tons of each type of steel as specified in the appropriate ASTM specification. contractor shall furnish all material for testing and pay for all such tests. Steel supplier shall furnish mill certificate reports. 2. Perform visual inspection prior to placement for size, type, and quality of materials. 3. Observe and report on placement of reinforcement, including size, vertical location, horizontal spacing, correctness of bends, splices, clearance between bars and forms, firmness of installation, and security of supports and, ties, immediately prior to concreting. D. Inspection and Testing of Concrete: 1. Concrete Mix Designs: a. Trial mixtures having proportions and consistencies suitable for the work shall be made based on ACI 211.1, using at least three different water-cement ratios which will produce a range of strengths encompassing those required for this project. b. Trial mixes shall be designed to produce a slump within 1/2" of the maximum permitted, and for air-entrained concrete, within .5 percent of maximum allowable air content. c. For each water-cement ratio, at least three compression test cylinders for each test age shall be made and cured in accordance with ASTM C192. Cylinders shall be tested at 7 and 28 days in accordance with ASTM C39, unless otherwise directed by the Engineer. d. From the results of the 28 day tests a curve shall be plotted showing the relationship between the water-cement ratio and compressive strength. From this curve, the water-cement ratio to be used in the concrete shall be selected to produce the average strength required. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISONI TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01«10 -TESTING LABORATORY SERVICES 01«10-6 e. The cement content and mixture proportions to be used shall be such that this water-cement ratio is not exceeded when slump is the maximum permitted. control in the field shall be based upon maintenance of proper cement content, slump, and air content. f. Mix designs furnished by the concrete supplier and accompanied by test data showing an acceptable strength history, will be '1 considered as an acceptable alternative to the J procedure described in paragraphs 'a through d' above. 1. Temperature of concrete in test data shall be within 5 degrees F of maximum temperature specified or expected for this project. 2. strengths indicated in test data shall be in accordance with ACI 318. 2. Inspection: a. Inspect and control concrete mixing and loading of transit-mix trucks at plant at start of each day's mixing. Prevailing conditions shall be compared to criteria indicated on appropriate design mix (temperature, moisture, moisture, condition of aggregates, etc.). Report significant · J deviances immediately; make corresponding adjustments to mix before materials are · , discharged. i b. Control addition of water to concrete at job site and length of time concrete is allowed to 1 remain in truck during placement. ", J c. certify each delivery ticket indicating class ·\ of concrete delivered, amount of water added I i · ,and time at whiCh cement and aggregate was discharged into truck, and time at which concrete was discharged from truck. d. Temperature: Determine temperature of ·concrete sample of each strength test. ! r 3. Test cylinders: · ,I a. During progress of work, make test cylinders I in accordance with ASTM C172. Make 3 test cylinders for each 100 cubic yards or fraction GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON. TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01410 -TESTING LABORATORY SERVICES 01410-7 thereof placed for anyone day, for each different class of concrete. b. Mold and cure cylinders in accordance with ASTM C3l; test cylinders in accordance with ASTM C39 (1 at 7 days and 2 at 28 days). Engineer may waive test requirements for placements of 25 cubic yards or less. 4. Slump Tests: Make slump assurance tests at beginning of each day's placement and for each set of test cylinders in accordance with ASTM C143. 5. Air Content: Determine total air content of air entrained normal weight concrete for each strength test in accordance with ASTM C23l. E. Inspection and Testing of structural Steel: 1. Inspect structural steel during fabrication and after erection for conformance with Contract Documents and approved shop drawings. 2. Fabricator and Erector shall provide the Testing Laboratory with names of welders to be employed on work, together with certification that each of these welders has passed qUalification tests within the last year using procedures covered in the American Welding Society standard. 3. Inspect erected structural framework for conformance with requirements specified, including: a. Location and adequacy of bracing. b. Location and set of anchor bolts and other inserts. c. Required alignment, plumbness, camber, etc. 4. Inspection of high strength bolted construction: In accordance with section 6, AISC specification for structural Joints, and as follows: a. Visually inspect all high strength bolted connections. b. Check at least two bolts of every third connection between beams and girders with calibrated torque wrench for proper torque. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS • DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01410 -TESTING LABORATOBY SERVICES 01410-8 c. Check at least two bolts of every connection between girders and columns as above, but not less than 10% of bolts. 5. Inspection of Field Welds: In accordance with section 6 of AWS Building Code and as follows: a. Visually inspect welds in accordance with Article 605. b. Test full penetration welds by ultrasonic method in accordance with ASTM E164. 6. Special Inspections: If after the commencement of the work, the Engineer determines that any part of the work requires special inspection, testing or approval, he will instruct the Contractor to order such special inspection, testing or approval. If such special inspection or testing reveals a failure of the work to comply with the requirements of the Contract Documents, or with respect to the performance of the work, with laws, ordinances, rules, regulations or the orders of any public authority having jurisdiction; the Contractor shall bear all costs thereof, including Engineer additional services made necessary by such failure. END OF SECTION ] '. , 1 " l 1 , 1 · ; · ; I I · J 1 , J 1 1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISONI TEXAS PIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01420 -RESIDENT PROJECT REPRESENTATIVE SERVo 01420-1 PART 1 -GENERAL 1.1 SCOPE: This section su:m:marizes the duties, responsibilities and limitations of authority of the Resident Project Representative (RPR) in connection with his observation and review of the work. 1.2 AUTHORITY: A. Services of the RPR are set forth in the General Conditions of the Contract for Construction. In particular, the definition of the Engineer's duties provide authority for observation and review of the work. B. The RPR's authority to require special inspection or testing in connection with rejected work is also provided in the General Conditions. Furthermore, the provisions that, upon request by the Contractor, the RPR review and accept or reject any material furnished is also granted in the General Conditions. C. The provision for removing work for inspection by the inspector is set forth in the General Conditions in the paragraph concerning uncovering of work. 1.3 DEFINITIONS: A. Resident Project Representative (RPR). A representative of the Engineer or Owner will be assigned authority to ! observe and review the work. B. Working Day. RPR' s are not required to work on Saturdays, Sundays, or legal holidays. If the Contractor plans work on a saturday or legal holiday, prior arrangements should be made for an RPR not later than 2:00 p.m. on the working day before the Saturday or legal holiday. C. Unobserved or Unreviewed Work. Any work performed on a SatUrday, Sunday, or legal holiday without benefit of any observation or review by the RPR may require removal and replacement if so directed by the RPR. Removal and replacement will be completed at no additional cost to the Owner. 1.4 FULL-TIME RESIDENT PROJECT REPRESENTATIVE: A. Assist the Contractor's superintendent in understanding the intent of the contract documents. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01420 -RESIDENT PROJECT REPRESENTATIVE SERVe 01420-2 B. Conduct on-site observations and spot checks of the work in progress as a basis for determining conformance of work, materials and equipment with the contract documents. C. consider and evaluate suggestions or recommendations which may be submitted by the Contractor to the Engineer and report them with recommendations to the Engineer for final decision. D. Be alert to the construction schedule and to conditions which may cause delay in completion, and report same to the Engineer. E. Maintain liaison with the Contractor and all subcontractors on the project only through the Contractor's superintendent. F. Attend conferences held at the project site as directed by the Engineer. Report to the Engineer the results of such meetings. G. Advise the Engineer in advance of the schedules of tests and observe that tests at the project site which are required by the contract documents are actual.ly conducted; observe, record and report to the Engineer all details relative to the test procedures. H. If inspectors representing local, state or federal agencies having jurisdiction over the project visit the site, accompany such inspectors during their trips through the project; record and report to the Engineer's office the results of these inspections. 1. Receive samples which are required to be furnished at the site; record date received and from whom, and notify the Engineer of their readiness for examination; record Engineer's approval or rejection; and maintain custody of approved samples. J. Review applications for payment submitted by the Contractor and forward them with recommendations to the Engineer for disposition. K. After substantial completion, check each incomplete or defective item as it is corrected. L. If a situation arises during construction which requires that work be rejected, report such situation immediately to the Engineer. . i .1 1 . I I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DiViSiON 1 -GENERAL REQUiREMENTS PAGE SECTiON 01420 -RESiDENT PROJECT REPRESENTATiVE SERY. 01420-3 M. The project representative shall not: 1. Authorize deviations from the contract documents. 2. Personally conduct any tests. 3. Enter into the area of responsibility of the Contractor's superintendent. 4. Expedite the work for the Contractor. 5. Advise on, or issue directions relative to any aspect of construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the work. 6. Authorize or suggest that the Owner occupy the project, in whole or in part, prior to substantial completion. END OF SECTiON GINN, INC. -CONSULTING ENGINEERS MiLDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SAlUTARY SEWER iMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OJ' ADDiSON, TEXAS 1 l 1"" 1 : .1 . 1 . l ;'1 "' i , , " , DIVISION 1 -GENERAL REOUIREMENTS PAGB SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS 01500-1 PART 1 -GENERAL 1.1 GENERAL: A. The facilities and controls specified in this section are considered minimum for the project. The Contractor may provide additional facilities and controls which he considers necessary for the proper execution of the work and to meet his responsibilities for protection of persons and property. 1.2 QUALITY ASSURANCE: A. Regulation: 1. Comply with governing regulations for the installation and use of temporary construction facilities, and operation of security and protection facilities, including health and safety regulations. 2. Comply with pollution, environmental protection, and conservation regulations for the use of water and energy, and for the control of dust, air pollution, noise, trash and similar nuisances. B. Contractor shall assign responsibilities for installation and maintenance of temporary facilities security and protection, and compliance with regulations. 1.3 JOB CONDITIONS: A. Scheduled Uses: Provide temporary construction facilities at the time first needed to avoid delays in the performance of the work. Maintain, expand, and modify as needed through the progress of work. B. Conditions of Use: Operate, maintain, control, and protect temporary construction facilities in a manner which will prevent over-loading, freezing, pollution, contamination of water source, flooding, unsanitary conditions, hazardous exposures, fire, disease, erosion of site, damage or deterioration of completed work, public nuisances, trash and similar deleterious effects. GINN, INC. -CONSULTING ENGINEERS MILDRED STREBT IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVBKBNTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01500 -TEMpoRARY FACILITIES AND CONTROLS 01500-2 PART 2 -PRODUCTS 2.1 MATERIALS OF TEMPORARY FACILITIES: -1 A. Either new or used materials and equipment, which are lin substantially undamaged condition and without significant deterioration. 1 B. Use materials and equipment Which are recognized in the J construction industry by compliance with appropriate standards, as being suitable for the intended use in "1 each case, and capable of being maintained properly jthrough the course of anticipated use of the project site. -1 j PART 3 -EXECUTION 3.1 TEMPORARY CONSTRUCTION FACILITIES: A. Access : · ,, .11. construct and maintain in good condition all temporary roads and other points of access to the project site. l i 2. Deliver construction materials only from locations designated by the Engineer and Owner. 3. Protect curbs with timber bridging. At the · J completion of work, restore all damaged curbs to their original condition. · , B. Temporary Drainage Control: From commencement to completion of construction, maintain the site, excavations, and the construction free of accumulated water. Slope ground to drain surface water away from facilities and provide pumping and bailing equipment to · 1 keep excavations dry. i· , 3.2 TEMPORARY GENERAL SERVICE FACILITIES: (ONLY AS APPLICABLE) A. Temporary Field Offices: Minimum 100 sq. ft. for use of the Owner and Engineer's field representative, equipped with a desk, plan table, two chairs, and • 1 , a direct line telephone. (Not Applicable this project). ..: ,. B. Provide temporary field office at the site on an · 1 ,approved location. The building shall be weatherproof with a lockable door, properly heated and air conditioned with adequate illumination. (Not Applicable this project). : ; i I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS 01500-3 C. Temporary sanitary Facilities: Toilets, drinking water, and wash facilities for the use of all construction personnel. Portable facilities, properly maintained, may be used as approved by the county Health Department. D. Temporary Telephone Service: For use by construction personnel and the Engineer's representative. The contractor shall pay for all local calls and charges. (Not Applicable this project). E. Temporary water Supply: 1. Provide all water necessary for construction purposes. Make temporary connection to existing main to provide temporary water. 2. The contractor shall make the necessary a=angements with the City Water Department al'\d include all expenses in the contract Amount, or make arrangements to pay for them separately. 3.3 SECURITY AND PROTECTION: A. Barriers and Fences: 1. Comply with recognized standards and applicable city ordinances for the erection of substantial and structurally adequate barricades and fences required during construction. 2. Provide barricades wherever needed to insure prevention of accidents and losses. Paint with appropriate colors and warning signs to inform personnel and general public of the hazard present. B. Temporary Fire Protection: 1. During the construction period and until the time certain protection needs may be fulfilled by permanent facilities, install and maintain whatever types and forms of fire protection temporary facilities may be needed to adequately protect against fire losses which are reasonably predictable and controllable. 2. Comply with the applicable City Ordinances for fire protection. 3. Locate extinguishers where most convenient and effective. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUlREMENTS PAGE SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS 01500-4 14. Store combustible materials in fire-safe locations jand containers. 3.4 TERMINATION AND REMOVAL: A. At the time the need has ended for each temporary facility, or at substantial completion of the project, promptly remove the facility. B. Any work that is damaged or otherwise affected by "1 jtemporary facilities shall be restored to its original condition by the Contractor. END OF SECTION GINN, INC. -CONSULTING ENGINEERS 17103 PRESTON ROAD SUITE 100 LBl18 DALLAS, TEXAS PROJECT NO. 439 · , · j · , i · , : 1 j · 1 ,j i · j · 1 I : 1 · ,MILDRED STREET IMPROVEMENTS SANITARY SEWER IMPROVEMENTS TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01600 -MATERIAL AND EQqlPMENT 01600-1 PART 1 -GENERAL 1. 1 GENERAL: A. Material and Equipment Incorporated into the Work. 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. 3. Manufactured and Fabricated Products. a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. B. Related Requirements Specified in other sections. 1. Work Sequence: section 01014. 2. Shop Drawings, Product Data and Samples: Section 01340. 1.2 REUSE OF EXISTING MATERIAL: A. Except as specifically indicated or specified, materials and equipment removed from the existing facilities shall not be used in the completed work. B. For material and equipment specifically indicated or specified to be reused in the work: 1. Use special care in removal, handling, storage and GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01600 -MATERIAL AND EQUIPMENT 01600-2 􀀺􀀭􀀮􀁾reinstallation, to assure proper function in the completed work. i 􀁾􀀠Arrange for transportation, storage and handling .. , of products which require off-site storage, l restoration or renovation. Pay all costs for such · 1 work. 1.3 MANUFACTURER'S INSTRUCTIONS: A. When contract documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to Engineer. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accord with such instructions and. in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Engineer for further instructions. • 1 i · } 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's • j instructions. Do not omit any preparatory step or , installation procedure unless specifically modified or I 1exempted by contract documents. · " 1.4 TRANSPORTATION AND HANDLING: A. Arrange deliveries of products in accord with construction schedules; coordinate to avoid conflict • 1 with work and conditions at the site. \ , ,1 Deliver products in undamaged condition, in " 1manufacturer's original containers or packaging, with identifying labels intact and legible. 2. Immediately on delivery, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or · 1packaging. ! · j " i · JGINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl1a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OP ADDISON, TEXAS DXVXSXON 1 -GENERAL REOUXREMENTS PAGE SECTXON 01600 -MATERXAL AND EOUXPMENT 01600-3 1.5 STORAGE-AND PROTECTION: A. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. B. Exterior Storage. 1. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings: provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. C. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. D. Protection After Installation. Provide Provide sUbstantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. I END OF SECTION j I • j GINN, INC. -CONSULTING ENGINEERS KrLDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANXTARY SEWER XHPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDXSON, TEXAS , , ! j -, -, 1 j -l , ., , i DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01630 -SUBSTITUTIONS AND PRODUCT OPTIONS 01630-1 PART 1 -GENERAL 1. 1 GENERAL: A. Products List. within 30 days after contract date, submit to Engineer a complete list of major products proposed to be used, with the name of the manufacturer and the installing subcontractor. B. Contractor's Options. 1. For products specified only by reference standard, select any product meeting that standard. 2. For products specified by naming several products or manufacturers, select anyone of the products or manufacturers named, which complies with the specifications. 3. For products specified by naming one or more products or manufacturers and "or equa1," Contractor must submit a request as for sUbstitutions for any product or manufacturer not specifically named. 4. For products specified by naming on1y one product and manufacturer, there is no option. C. substitutions. 1. For a period of 30 days after contract date, Engineer wi1l consider written requests from Contractor for substitution of products. 2. Submit a separate request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities of the proposed sUbstitution with that specified. b. Changes required in other elements of the work because of the substitution. c. Effect on the construction schedu1e. d. Cost data comparing the proposed SUbstitution with the product specified. e. Any required license fees or royalties. f. Availability of maintenance service, and source of rep1acement materials. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01630 -SUBSTrTUTIONS AND PRODUCT OPTIONS 01630-2 3. Engineer shall be the judge of the acceptability of the proposed substitution. ID. Contractor's Representation. A request for a substitution constitutes a representation that Contractor: 1. Has investigated the proposed product and determined that it is equal to or superior in all · 1 respects to that specified. i Will provide the same warranties or bonds for the 1 SUbstitution as for the product specified. j 3. Will coordinate the installation of an accepted · ,sUbstitution into the work, and make sure other ! changes as may be required. to make the work J complete in all respects. 4. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. · \ ,i E. Engineer will review requests for SUbstitutions with · j reasonable promptness, and notify contractor, in writing, of the decision to accept or reject the · i requested SUbstitution. I F. Substitutions will not be considered if: 1. They are indicated or implied on Shop Drawings or Product Data submittal without formal request submitted in accordance with this section. 2. Acceptance will require substantial revision of the Contract Documents. · I I G. If substitution is not approved or accepted, Contractor shall furnish specified product. • 1 ! .. , · , I . ] END OF SECTrON ; ; j · 1 , i · , GINN, INC. -CONSULTING ENGINEERS MrLDRED STREET rMPROVEMENTS .! 17103 PRESTON ROAD SUITE 100 LBl18 SANrTARY SEWER rMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWlil Oli' ADDrSON, TEXAS PIVISION 1 -GENERAL REQUIREMENTS PAGE SECTION 01700 -CONTRACT CLOSEOUT 01700-1 PART 1 -GENERAL 1.1 GENERAL: A. Contractor shall comply with requirements stated in Conditions of the Contract and specifications for administrative procedures for closing out the work. B. Related requirements specified in other sections: 1. Record Documents: Section 01720 2. warranties: section 01750 3. Operation and Maintenance Data: Section 00830. 1.2 SUBSTANTIAL COMPLETION: A. When Contractor considers the work is substantially complete, he shall submit to the Engineer: 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. within a reasonable time after receipt of such notice, Engineer will make an inspection to determine the status of completion and shall furnish the Contractor a complete list of items of work to be completed or corrected. The list so developed shall, in no way, release the Contractor, or subcontractors from furnishing furnishing and installing or correcting items or work required by the Contract Documents. C. Should Engineer determine that the work is not substantially complete: 1. Engineer will promptly notify the Contractor in writing, giving the reasons therefor. 2. Contractor shall remedy the deficiencies in the work, and send a second written notice of substantial completion to the Engineer. 3. Engineer will reinspect the work. D. When Engineer concurs that the work is substantially complete, he will: 1. Prepare a tentative Certificate of Substantial Completion accompanied by Contractor's tentative list of items to be completed or corrected, as verified and amended by the Engineer. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IHPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OJ' ADDISON, TEXAS DIVISION 1 -GENERAL REQUIREMENTS PAGE 􀁓􀁅􀁃􀁾􀁉􀁏􀁎􀀠01700 -􀁃􀁏􀁎􀁔􀁒􀁁􀁃􀁾􀀠􀁃􀁌􀁏􀁓􀁅􀁏􀁕􀁾􀀠01700-2 2. Submit the tentative certificate to Owner and Contractor for their written acceptance of the responsibilities assigned to them. 3. After due consideration of any objections to the tentative certificate that have been made by the Owner as provided in the General Conditions, the Engineer will execute and deliver to the Owner and C.ontract.or a definite certificate of SUbstantial C.ompletion with a revised list .of items to be c.ompleted .or corrected. 1.3 FINAL INSPECTION: A. When C.ontract.or c.onsiders the work is complete, he I shall submit written certification that: , 1. Contract Documents have been reviewed. I 2. W.ork has been inspected for compliance with Contract Documents. 3. Work has been completed in accol;"dance with Contract Documents. 4. Equipment and systems have been tested in the presence of the Owner's representatives and are operational. 5. Work is completed and ready for final inspection. I i B. Engineer will make an inspection t.o verify the status -I of completion with reasonable prpmptness after receipt of such certification. c. Should Engineer consider that the work is incomplete or defective: 1. Engineer will pr.omptly notify the c.ontractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written . jcertification to Engineer that the work is c.omplete. i . ,3. When the Engineer finds that the w.ork is acceptable under the Contract Documents, he shall i , j request the Contractor t.o make closeout submittals. ! 1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS ) l 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I I DZVZSZON 1 -GENERAL REOUZBEMENTS PAG.E SECTZON 01700 -CONTRACT CLOSEOUT 01700-3 1.4 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER: A. Upon final acceptance by the Owner, and completion of all work, the Contractor shall submit to the Owner, through the Engineer, the following data: 1. Certificate stating that all accounts for labor, equipment and material are paid in 􀁦􀁵􀁬􀁬􀁾􀀠or in the case of outstanding accounts because of this work, the Contractor shall furnish a release of claims by the individual or concerned party. This certificate shall be notarized and signed by the Contractor. 2. The Contractor's Bonding Company shall furnish a release to the Owner, that it is with their consent that final payment be made to the Contractor. 3. The Contractor shall furnish a letter guarantee of all workmanship to be free of defects for a period of one year, unless required longer by any division of the specifications, and should any defects arise, then such defects shall be restored to the. original condition at no no expense to the Owner. This shall include all necessary cutting and patching as may be required to correct the defective work. 4. The Contractor shall submit accurate and detailed "As-Built Drawings" covering all changes to the work. Submit one set of reproducibles and two (2) blue line prints. 5. The Contractor shall submit all guarantees, warranties, brochures, and operating instructions as required by the different divisions of the specifications. 6. The Contractor shall submit a request for final payment, which shall include an audit of the account of the contract and said audit shall fully cover amounts paid by the Owner to the Contractor, and amounts due Contractor because of this work, all of which shall be fully covered by the contract documents and approved change orders. 7. Certificate of Occupancy, if applicable. 8. Certificates of inspection, if applicable. 9. Operation and Maintenance Data, Instructions to Owner's Personnel. To requirements of respective sections in specifications. GINN, INC. INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SAHJ:TARY SEWER ZMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 '!'OWN OF ADDZSON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01100 -CONTRACT CLOSEOUT 01100-4 10. Spare Parts and Maintenance Materials. As specified in respective sections of specifications. 1.5 FINAL ADJUSTMENT OF ACCOUNTS: A. Submit a final statement of accounting to Engineer. (Final pay application) B. Statement shall reflect all adjustments to contract sum: 1. Original contract sum. 2. Additions and deductions resulting from: a. Previous change orders. b. unit prices. c. Deductions for uncorrected work. d. Deductions for liquidated damages. e. Other adjustments. 3. Total contract sum, as adjusted. 4. Previous payments. 5. Sum remaining due. 1.6 FINAL PAYMENT: Final payment shall be made upon sUbmission of the documents called for above, and as covered under the general conditions and any modification thereto. Final payment will be made after review and approval by the city council. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS SECTION 01720 -PROJECT RECORD DRAWINGS PART 1 -GENERAL 1. 1 GENERAL: PAGE 01720-1 A. Prepare and maintain record documents :for the project to accurately reflect the construction as built. Documents must be submitted at work completion as a condition of final acceptance. B. Related Requirements Specified Elsewhere: 1. Shop Drawings, Product Data & Samples: section 01340 1.2 MAINTENANCE OF RECORD DOCUMENTS: A. Maintain at the job site, one copy of: 1. Contract drawings. 2. Specifications. 3. Addenda. 4. Reviewed shop drawings. 5. Change orders and field orders. 6. Other contract modifications. 7. Field test records. 8. Correspondence. B. Store documents in approved location, apart from documents used for construction. C. Provide files and racks for storage of documents. D. Maintain documents in clean, dry legible condition. E. Do not use record documents for construction purposes. F. Make documents available at all times for inspection by Engineer and owner. PART 2 -PRODUCTS 2.1 MARKING DEVICES: A. Mark all changes with red pencil. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB1l8 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS D7V7SION 1 -GENERAL REOUIREMENTS PAGE SECT70N 01720 -PRQJECT RECORD DRAWINGS 01720-2 PART 3 -EXECUTION 1 j 3.1 RECORDING: . 1 A. Keep record documents current. Do not conceal any work until required information has been recorded. B. Label each document "PROJECT RECORD" in neat, large, printed letters. Legibly mark contract drawings to record actual construction: 1. Depths of various elements of foundations in 1 relation to benchmark elevation. 2. Horizontal and vertical location of underground jand underslab utilities and appurtenances referenced to permanent surface improvements. 3. Location of internal utilities and appurtenances referenced to permanent surface improvements. 4. Field changes of dimension and detail. I 5. Changes made by change order or field order. 6. Details not on original contract drawings. C. Legibly mark specifications and addenda to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by change order or field order. 3. Other matters not originally specified. D. Legibly annotate the shop drawings to record changes made after review. J ,E. Final Drawings: I i1. Upon completion of Work, furnish Owner with one (1) complete set of marked-up reproducibles with "PROJECT RECORD DOCUMENTS" clearly printed in ! lower right hand corner of each sheet. :.1 2. Engineer when requested, will furnish set of reproducibles of mylars for mark-up. (Cost of reproducibles to Contractor) 3. Accurately and neatly transfer changes and deviations from construction progress set to final set. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SAN7TARY SEWER 7MPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01720 -PROJECT RECORD DRAWINGS 01720-3 4. Prepare record Drawings where specified and as required. Provide reproducibles plus two (2) sets of blue line prints. F. Final Specifications: 1. Upon completion of Work, furnish OWner with one (1) copy to Engineer with complete set marked-up with "PROJECT RECORD DOCUMENTS" clearly printed on cover. 2 • Engineer, at cost of reproduction to Contractor, will furnish Specifications for mark-up. 3. With black ink, accurately and neatly transfer annotations from construction progress set to final set. G. Samples: Record· on transmittal, if not indicated, manufacturer, trade name, catalog number, color, and supplier. H. Endorsement: Sign each final record drawing and cover of final record Specifications. Note thereon that record documents are complete and accurate. 3.2 SUBMITTALS: A. Collect and protect items SUbmitted by manufacturer, supplier or subcontractor which accompany materials and equipment, such as bonds and warranties, special tools, extra maintenance parts and materials, and printed information regarding operation, lubrication, parts and maintenance. Submit to OWner upon completion of job, in bound tabbed volume. B. Upon completion of job, bind one copy of approved shop drawings and catalog of equipment actually installed in job, and post construction submittals, into tabbed, trade related volumes, and deliVer to the Engineer for· transmittal to the Owner. C. Preparation of Reproducibles: In preparation for Certification of Substantial Completion of the work, review completed mark-up of record drawings with Engineer. When authorized, proceed with preparation of a full set of corrected reproducibles for contract record drawings. Incorporate changes and additional information previously marked-up on print sets, by erasing and redrawing where applicable; refer instances of uncertainty to Engineer for determination. Identify and date each updated drawing. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEHENTS 17103 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEHENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01720 -PROJECT RECORD DRAWINGS 01720-4 D. Accompany submittal with transmittal letter, in 1 duplicate, containing: i 1. Date. · 1, 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each record document. · 1 5. Certification that each document as submitted is j complete and accurate. 6. Signature of Contractor, or his authorized 1representative. · .. E. At Contract close-out, deliver one set of reproducibles · ,I and two sets (blue line prints) of record documents · j (as-built) to Engineer for the Owner. Cost of reproducibles and blue lines will be borne by the · 1 Contractor. 1 I i · ) END OF SECTION , j ! GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01730 -OPERATION AND MAINTENANCE DATA 01730-1 PART 1 -GENERAL 1.1 DESCRIPTION: A. Compile product data and related information appropriate for Owner's maintenance and operation of products fUrnished under Contract. B. Prepare operation and maintenance data as specified in this Section and as referenced in other pertinent sections of Specifications. C. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. 1.2 QUALITY ASSURANCE: A. Preparation of DATA shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this section. 3. Skilled as draftsman and writer to extent required to communicate essential data. PART 2 -PRODUCTS 2.1 MATERIALS: A. Data 1. Compile product data and related information appropriate for owner's maintenance and operation of products furnished under Contract. 2. Format: a. Size: a-1/2" x 11". b. Text: Manufacturer's printed data, or neatly typewritten. c. Drawings: Provide reinforced punched binder tab, bind in with text; fold larger drawings to size of text pages. d. Provide tabbed fly-leaf for each separate product or each piece of operating equipment. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON I TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01730 -OPERATION AND MAINTENANCE DATA 01730-2 e. Cover: Identify each volume with typed or printed title "OPERATION AND MAINTENANCE I DATA", project title and name of Contractor. f. Binders: Commercial quality three-ring binders with durable and cleanable plastic covers. j PART 3 -EXECUTION 3.1 PREPARATION OF MANUAL: A. General 1,1. Prepare data in form of instructional manual. '. , 2. When multiple binders are used, correlate data into related consistent groupings. B. List, with each product, name, address, and telephone nu:mber of: 1. Subcontractor or installer. -\ 2. Maintenance contractor, as appropriate. I 3. Identify area of responsibility of each. 4. Local source of supply for parts and replacement. C. Identify each product by product name and other \ identifying symbols as set forth in Contract Documents. -, D. Product Data: Include only those sheets pertinent to specific product. Clearly identify pertinent data; line out inapplicable text. E. Drawings: Supplement product data with drawings as necessary. Coordinate drawings with information in Project Records Documents to assure correct illustration of completed installation. · j F. Written text, as required to supplement product data for particular installation. · 1 G. Content for each unit of equipment and system, as appropriate: ) 1. Description of unit and component parts. · 1 2. Operating and maintenance procedures. I ):.1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 1 -GENERAL REOUIREMENTS PAGE SECTION 01730 -OPERATION AND MAINTENANCE DATA 01730-3 3. Servicing and lubrication. 4. Description of sequence of operation by control manufacturer. 5. Original manufacturer's parts list, illustrations, assembly drawings and diagrams. 6. As installed piping diagrams. 7. Charts of valve tag numbers, with location and function of each valve. 8. List of replacement or maintenance parts, with local source, if available. 9. Other data as required under pertinent sections of specifications. 3.2 SUBMITTALS: A. Submit preliminary draft of proposed formats and outlines of contents at least 14 days prior to final inspection. B. Engineer will review draft and return one copy with comments. C. Submit two copies of approved data in final form within 10 days after final review and observation or acceptance. 3.3 INSTRUCTIONS OF OWNER'S PERSONNEL: A. Prior to final review and observation or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operation and maintenance manual shall constitute basis of instruction. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS · 1 , j , 1 · i , 1 ; , J · I I · J '. j .J I DIVISION 1 -GENERAL REQUIREMENTS SECTION 01750 -WARRANTIES AND BONDS PAGB 01750-1 PART 1 -GENERAL 1.1 GENERAL: A. contractor shall guarantee materials and workmanship for a period of one year from date of completion and final acceptance by the Owner except where additional guarantees or warranties are required under the technical sections of the specifications. B. Before final payment is made the General contractor Shall deliver to the Engineer all material and equipment guarantees or warranties in writing from subcontractors and suppliers. C. The General Contractor shall also deliver to the Engineer before final payment three complete bound sets of manufacturer's instructions, service and parts manuals on each piece of equipment furnished under this contract. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS. TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS · 1 ! · ,I · j · I j · I · ,i · I j DIVISION 2 SITEWORK GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11B SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON. TEXAS , . 􀁾􀀠-, i -I -, i I -r -I -I . ,I -I i DIVISION 2 -SITEWORK PAGE SECTION 02000 -STANDARD SPECIFICATIONS 02000-1 PART 1 -GENERAL 1.1 GENERAL: A. All specifications and special provisions applicable to this project are identified as follows: STANDARD SPECIFICATIONS: The 1982 Edition of the Texas State Department of Highways and Public Transportation Standard Specifications for Construction of Highways, Streets and Bridges as adopted by the State Department of Highways and Public Transportation, September 1, 1982, Part II, Construction Details. B. The following items are specifically hereby included: ITEM NO. DESCRIPTION 100 Preparing Right-of-Way 104 Removing Old Concrete 110 Roadway Excavation 248 Flexible Base 260 Lime Treatment for Materials in Place 262 Lime Treatment for Base Courses 264 Hydrated Lime & Lime Slurry 300 Asphalt, Oils, Emulsions 340 Hot Mix Asphaltic Concrete Pavement (Cl.A) 360 Concrete Pavement (Water Cement Ratio) 400 Structural Excavation 401 Excavation and Backfill for Sewers 420 Concrete Structures 421 Concrete for Structures 427 Surface Finishes for Concrete 440 Reinforcing Steel 470 Manholes and Inlets 471 Frames, Grates, Rings & Covers 472 Relaying Culvert Pipe 475 Headwalls, Wingwalls, Inlets and Manholes 479 Adjusting Manholes & Inlets 481 PVC Pipe 530 Concrete CUrb, Curb and Gutter, Sidewalks 582 Water Mains and Drains 618 Conduit and Pullboxes 666 Thermoplastic Pavement Markings 674 Pavement Markings 676 Traffic Buttons C. In addition to the above Standard Specifications, the August 28, 1986 Edition of the North Central Texas council of Governments Standard Specifications for Public Works Construction, Part II, Materials, and Part III, Construction Methods, where not in conflict with the GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02000 -STANDARD SPECIFICATIONS 02000-2 Highway Department standards, shall be applicable to this project. If a conflict should occur, the Highway Department specifications shall govern, unless stated otherwise. END OF SECTION I , I · i · i I · I ! J · I I· . · I I J J GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWlii OF ADDISON, TEXAS I DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-1 PART 1 -GENERAL 1.1 GENERAL: A. The following Special Provisions shall govern and take precedence over the aforementioned Standard Specifications enumerated herein whenever they are in conflict. B. Mention herein or indication on the drawings of items, materials, operations or methods, requires that the contractor provide and/or install each item mentioned or indicated of quality or subject to qualification noted; perform according to conditions stated each operation prescribed; and provide all necessary labor, equipment, supplies and incidentals. C. Requirements of the General Conditions, Special Conditions and Addenda, if issued, shall apply as if herein written. D. Separation of these specifications into items and sections is for convenience only and is not intended to establish limits of work. ITEM NO. DESCRIPTION 100 Preparing Right of Way 102 Clearing and Grubbing 104 Removing Old concrete 110 Roadway Excavation 160 Furnishing and Placing Topsoil :no Rolling (Flat Wheel) 260 Lime Treatment For MatI. In Place 262 Lime Treatment for Base Courses 264 Hydrated Lime & Lime Slurry 340 Hot Mix Asphaltic Concrete Pavement (Cl.A) 360 Concrete Pavement (Water Cement Ratio) 400 Structural Excavation 401 Excavation and Backfill for Sewers 420 Concrete Structures 421 Concrete for Structures 440 Reinforcing Steel 470 Manholes and Inlets 471 Frames, Grates, Rings and Covers 475 Headwalls, Wingwalls, Inlets & Manholes 481 PVC pipe 482 Underground Irrigation Sleeves 502 Barricades, Signs and Traffic Handling 530 Concrete curb, CUrb and Gutter, Sidewalks 582 Water Mains and Drains 666 Thermoplastic Pavement Marking 674 Pavement Markers 676 Traffic Buttons GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE 􀁾􀁅􀁃􀁔􀁉􀁏􀁎􀀠02010 -SPECIAL PROVISIONS 02010-2 The following Special Provisions are provided for clarification or reference where required and shall govern if applicable to the project, or a specific portion of the project. SPECIAL PROVISION TO ITEM 100 -PREPARING RIGHT-OF-WAY (REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.1) Article 100.3 MEASUREMENT. Delete the second paragraph and replace with the following: Measurement for payment will be made between the limits of construction. Measurement will be parallel and adjacent to the centerline of the right-of-way along the centerline of the improvement. No separate measurements will be made parallel and adjacent to the centerlines of intersecting streets, unless shown otherwise. The limits of construction will be the width of the established right-,of-way throughout the entire project, along with any additional areas as indicated on drawings. Article 100.4 PAYMENT. Delete the third paragraph. and replace with the following: No payment will be made for this item until the Contractor has verified the locations of all underground utilities which affect the work included in the scope of this Contract, and has submitted to the Engineer drawings detailing all conflicts between existing utilities and the work included in the scope of this Contract. The total payment for this itern will not exceed 50 percent of the original contract remaining amount for this item prior to the final estimate. The portion of the contract amount for this item in excess of 50 percent of the total contract amount for this i tern will be paid on the final estimate. SPECIAL PROVISION TO ITEM 102 -CLEARING AND GRUBBING (REFERENCE: NCTCOG SPECIFICATIONS. ITEM 3.2 CLEARING AND GRUBBING) Article 102.3 MEASUREMENT. Delete the second, third, fourth, fifth, and sixth paragraphs. Article 102.4 PAYMENT. Delete in its entirety and replace with the following: All work performed and measured as provided under "Measurement" will not be paid for directly but shall be considered as subsidiary to the work to which it applies. I , 1 , j I I . I ; .1 . ! GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-3 SPECIAL PROVISION TO ITEM 104 -REMOVING OLD CONCRETE/OLD ASPHALT (REFERENCE: NCTCOG SPECIFICATIONS. ITEM 8.8 SAWING) Article 104.1 DESCRIPTION. Delete in its entirety and replace with the following: Removing old concrete or sawed break-out grooves old asphalt for full shall consist of all depth of existing concrete, or asphalt, breaking up, removing and satisfactorily storing or disposing of old concrete or asphalt street, pavements, curb and gutter where shown on plans as Pay Items 104.1 and 104.2. All other old concrete or old asphalt within the limits of the public rights-of-way such as foundations, reinforced concrete pipe, curbs, driveways, or curb and gutter, not specifically provided for here or elsewhere by the plans and/or specifications shall be considered subsidiary to the work associated with the demolition and removal. Article 104.2 CONSTRUCTION METHODS. Add the following to the second paragraph of this article: The existing concrete and asphaltic pavement shall be cut to the full depth encountered for the entire length as required. The concrete or asphalt pavement removed shall be removed as indicated and according to the notes or details associated with the particular area or section of pavement. Article 104.3 MEASUREMENT. Delete and replace with the following: All full depth saw cuts required on this project will be measured by the linear foot, where shown on the plans. Whenever a straight, clean sawed line is required on concrete or asphalt it shall be paid for under Pay Item 104.1, Sawcut Existinq Pavement. All existing concrete or asphalt pavement, pavement, median strips, sidewalks, slabs 6" or thicker (i.e. driveways) removed as prescribed 􀁡􀁢􀁯􀁶􀁥􀁾􀀠and specifically indicated on plans as Pay Item 104.2 shall be measured by the square yard in its original position, regardless of its thickness or the depth of covering. It shall be paid for under Pay Item 104.2, Remove Old concrete/Asphalt. The removal of concrete or asphaltic surfaces, cement treated bases or other objectionable materials within the limits of the public right-of-way and sawed break-out grooves used to aid in the removal of pavement, and not specifically indicated on the plans as PAY ITEM 104.2, shall be considered subsidiary to the work to which it applies. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-4 SPECIAL PROVISION TO ITEM 110 -.ROADWAY EXCAVATION (DENSITY CONTROLl. . , This special prOVl.Sl.on is .added to the specifications and ! modified as follows: 􀁾􀁲􀁴􀁩􀁣􀁬􀁥􀀠110.2 CONSTRUCTION METHODS. Delete the third and fourth paragraph in its entirety. 􀁾􀀠."1,!Article 110.3 SELECTION OF MATERIALS. Delete this section in its , entirety. Article 110.4 MEASUREMENT. Delete this section in its entirety and replace it with the following: Contractor may provide "before and after" cross sections 1 with all calculations for volume computed in cubic yards •.1 by the method of "average end areas", or payment will be based upon plan quantities, as shown in the proposal 1form. .i Article 110.5 PAYMENT. Delete this section in its entirety and : 1 replace with the following: ,i The unit price bid shall be full compensation for furnishing all materials, tools, equipment, for any excavation, and to acquire suitable materials, provide specified compaction and sprinkling in order to complete the work as required herein. payment for unauthorized work will not be made. Hauling and disposing of all unsuitable and objectionable materials shall be included in the unit price bid for this item. • 1 I I SPECIAL PROVISION TO ITEM 130 -BORROW Article 130.4 MEASUREMENT and 130.5 PAYMENT. Delete both articles in their entirety and replace with the following: 􀁾􀀠jThere will be no separate payment for borrow obtained from Jwithin the limit of the project. Material from excavation may be used as embankment material, if approved by the Engineer. SPECIAL PROvISION TO ITEM 160 -FURNISHING AND PLACING TOPSOIL (REFEBENCE: NCTCOG SPECIFICATIONS. ITEM 3.8. TOPSOIL) ) Article 160.1 DESCRIPTION•. Delete in its entirety and replace with the following: This item shall consist of stripping and removing the top 6" of topsoil from within the right-of-way limits, temporarily J I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-5 stockpiling the material, then placing it to a minimum 6" uniform thickness, on areas disturbed during construction. Article 160.2 MATERIAL. Delete in its entirety and replace with the following: The topsoil shall be free of objectionable materials and be able to support the growth of block sodding or landscaping as hereinafter specified. Article 160.4 CONSTRUCTION METHODS. (1) RIGHT-OF-WAY SOURCES. Add the following: Adequate drainage of surface run-off must be maintained throughout the duration of the project regardless of how the material is stockpiled, and is considered subsidiary to the item to which the work applies. Article 160.5 MEASUREMENT. Delete in its entirety and replace with the following: Measurement shall be made for furnishing and placing topsoil by the square yard, complete in place. Article 160.6 PAYMENT. Delete the second, third and fourth paragraphs. SPECIAL PROVISION TO ITEM 210 -ROLLING (FLAT WHEEL) Article 210.4 MEASUREMENT. and 210.5 PAYMENT. Delete entirely and insert the following: "Rolling (Flat Wheel)" shall not be measured separately for payment but shall be considered subsidiary to the various items of work to which it applies. SPECIAL PROVISION TO ITEM 260 --LIME TREATMENT FOR MATERIALS IN PLACE (REFERENCE: NCTQOG SPECIFICATIONS, ITEM 4.6) Article 260.2 MATERIALS. Type A hydrated lime shall be used for treatment of roadway subbase and subgrade at a maximum rate of 27#/square yard, (6% by weight), unless noted otherwise. Article 260.4(4) COMPACTION of the lime treated roadway subbase or subgrade shall be 95% AASHTO T99 for the top six inches. Density Control shall be required for the method of compaction. Article 260.6 MEASUREMENT. Type A hydrated lime will be measured by the ton of 2,000 pounds dry weight. Roadway subbase GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORI PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-6 preparation (Density Controlled) will be measured by the square yard. SPECIAL PROVISION TO ITEM 264 -HYDRATED LIME AND LIME SLURRY Article 264.2 TYPE. Type A, hydrated lime shall be used and applied in the form of a Lime Slurry. SPECIAL PROVISION TO ITEM 310 -PRIME COAT (ASPHALTIC ,MATERIAL ONLY) Article 310.2 MATERIALS. Add the following: Prime coat shall be MC-30 applied at a uniform rate of 0.10 gallons per square yard. Article 310.4 MEASUREMENT AND 310.5 PAYMENT. Delete these articles entirely and insert the following: "Prime Coat (Asphaltic Material Only)" shall not be paid for separately but shall be included in pay Item. 340.0 "HMACP, Type D,Class A." See the Special Provisions to Item 340, "Hot Mix Asphaltic Concrete." . 􀁾􀁐􀁅􀁃􀁉􀁁􀁌􀀠PROVISION TO ITEM 340 -HOT MIX ASPHALTIC CONCRETE PAVEMENT (REFERENCE: HeTCOG SPECIFICATIONS. ITEM 5.7 i 2.4) Article 340.2 MATERIALS. (1) Mineral aggregate -pea gravel will not be allowed. All aggregate shall be crushed stone. (2) Asphaltic material: Tack coat shall be RC-250. Article 340.3 PAVING MIXTURE. Add the following paragraph: Type D (fine graded surface course) and Type B (fine graded base course) shall be used on this project where indicated on the plans. A maximum of two inch compacted lifts will be permitted to obtain the total thickness indicated. Article 340.7 MEASUREMENT. Delete and replace with the following: Type D and Type B asphaltic concrete will be measured by the Ton of 2,000 poundS, calculated in place. The weight will be figured based upon the calculated volume called for on plans and using unit weight of (110 j//square yard per inch of depth of indicated thickness). j ·1 I · I, · j GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORX PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-7 Tack coat will be required and will not be a separate pay item, but shall be considered subsidiary to the item to which the work applies. Article 340.8 PAYMENT. Delete the last paragraph of Subarticle (1) and replace it with the following: The ul?'it price bid shall be full compensation for quarryl.ng, furnishing all materials, freight involved, for all heating, mixing, hauling cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work and shall also include all maintenance required for the temporary detours used during construction, as directed by the Engineer. SPECIAL PROVISION TO ITEM 360 -CONCRETE PAVEMENT (Water Cement Ratio) (REFERENCE: NCTCOG SPECIFICATIONS. ITEM 5.8) Article 360.2 MATERIALS, Subarticle (1) Cement, is supplemented by the following: When the cement is to be used in in concrete with aggregates that may be deleteriously reactive, the alkali content (NaO + 0.658K20) of the cement shall not exceed 0.60%. Article 360.2 MATERIALS. Subarticle (2) Admixtures, is supplemented by the following: Mix designs with fly ash admixtures will not be accepted. Article 360.4 PROPORTIONING CONCRETE, Subarticle (1) Proportions is supplemented by the following: Where curbs are to be placed separately they shall conform to the applicable requirements of the Items for "Concrete Curb" or "Machine Laid Curb" and in addition 1/2" diameter by 8" dowels on 12" centers and a 1/2" diameter horizontal bar tied to the dowels shall be provided. An approved epoxy resin shall be applied to the pavement to receive curb after the pavement surface has been thoroughly cleaned with highpressure water or other approved method. Curbs shall be grooved at transverse joints by use of hand tools. The placing of the curb, concrete mix design and equipment to be used shall be reviewed by the engineer prior to commencing curb work. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALIAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS PIVISION 2 -SITEWQRK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-8 Artiole 360.4 PROPORTIONING CONCRETE, Subarticle (2) Concrete is 1 hereby deleted in its entirety and replaced by the following: CONCRETE STRENGTH. The concrete mix will be designed with Ithe intention of producing a concrete having a specifiedminimum average compressive strength in pounds per square inch at the age in days and having the corresponding minimum average flexural strength (modulus of rupture) in pounds per 1 square inch at the days indicated below. The flexural test beams will be tested with a standard ]testing machine in which the load is applied at the center of the beam span in accordance with ASTM Designated C 293. For Ithe specified strength the concrete mix shall comply with the , I following maximum allowable water content and minimum cement content requirements. Compressive Flexural Water-Cement Sacks of :1 Strength (Days) Strength (Days) Ratio Cement (Type) (psi) (psi) (max.gal./sack) (min./c.y.) I 3000 (2) Class F 700 (7) 5.50 7.0 (I,Il) 3600 (28) Class C 600 (7) 6.00 6.0 (I,Il)3000 (28) Class A 500 (7) 6.50 5.0 (I,Il) 1 The coarse aggregate factor (dry, loose volume of coarse aggregate per unit volume of concrete) shall not exceed 0.85. PENALTY FOR DEFICIENT CONCRETE STRENGTH. It is the intent of this specification that all concrete construction covered by this specification be constructed in strict conformity with the plans and these specifications. Where any work is found to constructed of concrete with strength values of less than the specified minimum strength, the following rules relative to adjustment of payment for acceptable work and to replacement of faulty work shall govern. (a) If the results of the compressive cylinder tests indicate a deficient strength and the Contractor does not elect to drill cores for a final compressive strength test, adjustments will be made on the basis for the compressive strength value for the particular area concerned as determined from the cylinders cast for compressive tests as as hereinafter specified. (b) If the Contractor elects to take cores for a final . , !compressive strength test, the compressive strength value as determined by the core tests shall be conclusive. If the .i results of the core tests indicate a deficient strength, adjustment will be made on the basis of the compressivestrength value as determined by the core tests. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-9 (?) ,If the concrete compressive strength is less than the m1n1mum required strength, the amount of penalty per square yard of concrete having a deficient strength shall be in accordance with the following table: PERCENT DEFICIENT AMOUNT OF PENALTY 0% TO 5% $2.00jS.Y. Greater than 5--not more than 10% $5.00jS.Y. Greater than 10-not more than 15% NO Payment* The amount of Penalty shall be deducted from payment due or to become due to the Contractor; such penalty deducted is to defray the cost of extra maintenance. *If, in the judgment of the Engineer, the area of deficiency should not be removed and replaced, there will be no payment for the area retained. (d) All concrete having a strength more than 15 percent deficient shall be removed and replaced with concrete meeting the requirements of these specifications at the entire cost and expense of the contractor. (e) The area of concrete concerned in the adjustment or removal shall be the designated area represented by the compressive strength values determined as hereinabove specified. Measurement for adjustment or removal shall be made to points equidistant between acceptable and unacceptable test points (points at which a compressive strength value was determined). Article 360 • .c PROPORTIONING CONCRETE, Subarticle (5) Mix Design, is hereby deleted in its entirety and replaced by the following: MIX DESIGN. It is the intent of this specification to develop and use the most economical mix designs possible which will fulfill all requirements of this specification when using acceptable materials as furnished by the Contractor. contractor shall submitt mix designs for the various areas of concrete pavement as noted on the plans. Prior to the beginning of concrete placements, and thereafter before any change in source or characteristics of any of the ingredients except mineral filler, mix design tests shall be performed using the cement and aggregates proposed for use. The Contractor will be required to furnish the Engineer with all concrete batch designs necessary to produce the required strength as specified in the contract and specifications. All designs must be submitted by the Contractor and approved by the Engineer before the placing of concrete will be GINN, INC. -CONSULTING ENGINEERS MILDRED STREET :IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBIIS SAN:ITARY SEWER :IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADD:ISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-10 Ipermitted. At any time when any change in source or characiteristics of any of the ingredients except mineral filler is expected, results of the mix design tests required above • 1 shall be submitted to the Engineer in order that he may ! determine whether a change in the approved mix design is required. Concrete mixes will be designed and made in sufficient number to represent a wide range of water-cement ratios; these mixes shall comply with the requirements therein prescribed for · . workability. The water-cement ratio is defined as the total 􀁾􀀠· l U.S. gallons of water (weight B.33 pounds) including the moisture content of all aggregates per sack of cement (weight 94 pounds net). From the concrete of each mix design test beams will be made, cured and tested to determine the flexural strength of the concrete at stated number of days. From these preliminary tests, the water-cement ratio "1 required to produce concrete of the specified specified strength will 1 be selected. Prior to placing of any concrete, the contractor, will be required to furnish and operate the specified mixer approved for use on the project and shall produce batches of the size to be used in the concreting operations. From these batches, 1, pilot beams will be made and tested in order to determine if the designs submitted comply with the strength requirements. No additional compensation will be paid for equipment, materials, and labor for making these preliminary test · ,specimens. Such tests may be waived upon submission of approved independent laboratory design or previous satisfactory tests obtained from materials of the same sources. • J After the mix proportions and water-cement ratio required to produce concrete of the specified strength have been determined and after the Engineer has approved the mix design, placing of concrete may be started. Concurrence on the part of the Engineer in any proposed mixing or placing methods or approval of any proposed mix design shall not relieve the Contractor of the responsibility of furnishing concrete in place conforming to the requirements of these specifications. Changes in the water-cement ratio and the mix design shall be OJ made when the strength of the concrete departs from the specified minimum strength as indicated by the strength values obtained from tests of specimens made from concrete being placed. Artiole 360.4 PROPORTIONING CONCRETE, Subarticle (6) Test Specimens, is hereby deleted in its entirety and replaced by the following: I I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBIIB SAlUTARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OJ/' ADDISON, TEXAS DIVISION 2 -SITBWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-11 TEST SPECIMENS AND QUALITY CONTROL. During the progress of the work the Engineer will cast test cylinders and beams for testing to maintain a check on the compressive and flexural strengths of the concrete actually being placed. Concrete failing to meet the specifications for materials, proportions, construction methods, strength or dimensions may be required to be removed and replaced with concrete meeting the specified requirements. Not less than 3 test cylinders for a compressive strength value and/or 2 test beams for a flexural strength value will be taken from the concrete for each 450 square yards or less of concrete pavement placed each day. A compressive or flexural strength value shall be the average of the strengths of the three cylinders or two beams as the case may be. Additional cylinders or beams may be made by the Engineers as required by concrete placing conditions, or for adequately determining the strength of the concrete concrete where the early use of the base or pavement is dependent upon the concrete strength tests. No extra compensation will be paid the Contractor for materials and labor involved in fulfilling these requirements. Beam boxes shall be furnished by the Contractor. Beam boxes shall be as specified or as directed by the Engineer. Furnishing of beam boxes will not be paid for as a separate contract pay item, and the costs thereof shall be included in such pay items as are provided in the proposal and contract. Beam boxes shall be maintained by the Contractor without cost to the Owner. The test beams shall be tested at the age of 2 or 7 days in order to determine the flexural strength. Should the average 2 or 7 day flexural strength value, as determined by the average of the last 10 flexural strength values obtained from test of beams made from concrete of the same water-cement ratio, fail to meet the strength requirement, the Contractor shall modify the mix design to obtain additional strength in order to fulfill the requirements of our compressive strength at 2 or 2.8 days. Should any set of test cylinders representing a given area where an individual test beam has failed to meet strength requirements, that area shall be considered to be composed of concrete having deficient strength. . The Engineer, at his option, may reject as non-representative any individual flexural strength value in each group of ten where strengths more than 10 percent above or below the average for the group are indicated, and compute the average flexural strength on the basis of the remaining values. GINN, INC. -CONSULTING ENGINEERS KILDRED STREET IKPROVEKENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IKPROVEKENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISXON 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-12 Article 360.5 SUBGRADE AND FORMS, Subarticle (2) Placing and Removing Forms. Delete the third paragraph in its entirety and replace with the following: Forms shall be leveled using material approved by the Engineer. Article 360.6 CONCRETE MIXING AND PLACING, Subarticle (1) Mixing Methods is voided and replaced by the following: The concrete shall be mixed in a mixer conforming to the requirements of Subarticle 360.3 (4) of this item. Ready-mix concrete, conforming to the requirements of the Item, "Ready Mix Plants", shall be used for mixing concrete for pavement on this project. Article 360.8 SPREADING AND FINISHING. Add the following paragraph. The Contractor shall take extra precaution to insure that the surface skidding or slipping resistance of the new concrete is similar to that of the surrounding pavement. This will guard against the possible intiation of skidding action of a vehicle. Failure to do so may require removal and replacement of the new conrete pavement. Article 360.12 entirety. MEASUREMENT. Delete the second paragraph in its Article 360.13 PAYMENT. Delete the second and third paragraphs and replace with the following: Payment will be made on concrete which has been completed and accepted as described in Article 360.12, as herein amended. Payment will be made only on that concrete which reaches the compressive strength specified within the stated days, or if any concrete is found to have strength values of less than the specified minimum strength then the adjustment as determined in other Sections of these specifications shall apply. SPECIAL PROVISION TO ITEM 420 -CONCRETE STRVCTURES (REFERENCE: NCTCOG SPECIFICATIONS. ITEM 1.6) Article 420.3 GENERAL REQUIREMENTS. Delete the first paragraph and replace with the following: The Contractor shall be responsible for the adequacy of all construction equipment and methods used on the project and compliance of such with these Specifications and all Local, State and Federal building codes and safety standards. 1 " \ i "l " 1 I I l " \ ; ; GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-13 Forms, talsework, and bracing shall be designed by the contractor for all loads and pressures and prescribed by these Specifications, local building codes, ACI 347, or as anticipated for the job conditions, whichever is most severe. Article 420.8 FALSEWORK. Revise the first paragraph to read: It shall be the responsibility of the Contractor to insure that all falsework is designed and constructed to safely carry the maximum anticipated loads and to provide the necessary rigidity. Article 420.9 FORMS. Revise as follows: Subarticle (1) General. Third paragraph: It shall be the responsibility of the Contractor to insure that studs, joists, wales or other devices used for form supports are of sufficient section and rigidity to withstand undue bulging or settling of the forms. Subarticle (1) General. Delete the sentence in the fourth paragraph that reads: 'Forming plans shall be submitted for approval subject to the requirements of Article 420.3.' Artiole 420.22 REMOVAL OF FORMS AND FALSEWORK. Add the following paragraphs: No backfill is to be replaced behind or on top of any structure prior to the structure attaining its specified 28day compressive strength. When tests are performed to determine flexural strengths of the concrete as the basis for removal of forms or shoring, or support of forms or elements on previously placed portions of the structure, it shall be done at the expense of the Contractor. Specimens shall be field cured, under the same conditions as the actual structure, in accordance with ASTM C-31. Flexural tests shall be performed in accordance with ASTM C-78. The average strength, based on a minimum of two tests on two beam specimens, will be the basis for evaluation. In lieu of flexural tests, the Contractor may use the required 28 day strength as the basis for formwork or shoring removal. The concrete shall obtain its 28 day strength, prior to removal of forms or falsework or support of forms or elements on previously placed portions of the structure. When 28 day compressive strengths are used as the basis for formwork or shoring removal, the Contractor may either: GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON. TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-14 At his own expense, have an independent laboratory make samples in accordance with ASTM C-3l and conduct compressive strength tests in accordance with ASTM C-39. The samples shall be field cured in accordance with ASTM C-3l. A minimum of two cylinders will be made for each element to be evaluated or 100 C.Y. maximum. The average strength of the two will be the basis for evaluation of the 28 day strength. utilize the compressive strength tests conducted by the Owner, as specified herein, on laboratory cured samples. When formwork removal is based on the concrete reaching its specified 28-day strength, the concrete shall be presumed to have reached this strength in accordance with the following: When test cylinders, field cured under the most unfavorable conditions prevailing for any portion of the concrete represented, have reached the required strength. Except for the field curing and age at test, the cylinders shall be molded and tested as specified in ASTM C-3l. SPECIAL PROVISION TO ITEM 421 -CONCRETE FOR STRUCTURES (REFERENCE: NCTCOG SPECIFICATIONS, ITEM 7.4) Article 421.2 MATERIALS, (2) Cement. The first paragraph of this Subarticle is hereby revised to read as follows: (2) Mixing Water. Water for use in concrete and for curing shall be potable and be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as Cl nor more than 1000 parts per million of sulfates as S04. Mixing water used on the site will be subject to sampling and testing by the OWner to assure compliance with this specification. Delete the second paragraph that requires submittal of water samples for testing. Article 421.7 CLASSIFICATIONS AND MIX DESIGN. Revise the first paragraph to read: It shall be the responsibility of the Contractor to furnish the mix designs, for the class(es) of concrete specified, to conform with the requirements contained herein and in accordance with SDHPT Bulletin C-1l and Supplement thereto. The Contractor shall perform at his own expense the work required to sUbstantiate the design including the testing of strength specimens. Complete concrete design data shall be submitted to the Engineer for approval. ] , I . I, . j . i GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWOBK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-15 Delete the third paragraph that gives the contractor the option of accepting a mix design furnished by the Engineer. Article 421.9 QUALITY OF CONCRETE. Delete paragraphs three, seven and eight. Add the following paragraphs: EVALUATION OF CONCRETE STBENGTR PLACED IN STRUCTURES Evaluation of Test Results. The strength level of the placed concrete for a particular element will be considered satisfactory when the averages of all consecutive strength test results equal or exceed the specified strength and no individual strength test result falls below the specified strength by more than 500 psi. When the strength level is not satisfactory in accordance with the above, Core Tests may be required at the direction of the Engineer. Costs of core sampling and testing will be borne by the Contractor. Core samples will be at least 2 inches in diameter and will be tested in accordance with ASTM C-42. A minimum of three core samples will be taken from the deficient member at locations determined by the Engineer. Non-destructive testing (impact hammers, sonoscopes, etc.) will be used to determine relative strengths of various areas of the deficient element as an aid in locating cores, these non-destructive tests will not be used as a basis of acceptance or rejection. Core samples containing reinforcing will be unacceptable for testing, additional cores will be required. Plug core holes solid with high strength, nonmetallic, non-shrink grout. Concrete in the area represented by a core test will be considered adequate if the average strength of the cores is equal to at least 85 percent of, and if no single core is less than 75 percent of, the specified 28 day strength. SPECIAL PROVISION TO ITEM 427 --SURFACE FINISHES FOR CONCRETE Article 427.5 APPROVAL OF SURFACE FINISRING MATERIALS. Delete the article in its entirely and replace with the following: The material to be furnished shall meet the requirements of the Texas state Department of Highways and Public Transportation Specification 0-9-8110, Structural coatings, latest revision. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB1l8 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS i DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-16 SPECIAL PROVISION TO ITEM 440 -REINFORCING STEEL Article 440.8 MEASUREMENT and 440.9 PAYMENT. Delete entirely and insert the following: Reinforcing steel shall not be measured separately for payment but shall be considered subsidiary to the item to which the work applies. SPECIAL PROViSION TO ITEM 464 -REINfORCED CONCRETE PIPE CULVERTS (REFERENCE: NCTCOG SPECIFICATIONS. ITEM 2.12) Article 464.3 Backfilling. following: CONSTRUCTION METHODS, (1) Delete in their entirety and Excavation replace and with (5) the Excavation and backfilling shall be in accordance with the requirements of the Special Provisions to Item 401, "Excavation and Backfill for Sewers." Article 464« 5 PAYMENT. Revise the last paragraph with the following: structural excavation and backfill will not be measured for separate payment, but will be considered included in the unit price bid for each respective size pipe. There will be no extra compensation for excavating rock or other incompressible materials. SPECIAL PROVISION TO ITEM 475 -HEADWALLS. WINGWALLS. INLETS' MANHOLES Article 475.1 DESCRIPTION. Delete the paragraph in its entirely and insert the following: This item shall govern for the materials used and for constructing, furnishing and placing headwalls and wingwalls in accordance with the details shown on the plans. Headwalls and wingwalls shall be cast-in-place and hereinafter described as concrete units. Article 475.11 MEASUREMENT. Delete the first three paragraphs entirely and replace with the following: Headwalls and wingwalls of the type and size shown on the plans will be measured for each headwall/wingwall. Excavation and backfill will not be measured for separate payment but will be considered subsidiary to the unit price bid for each headwall/wingwall. Measurement will only be considered when the headwall/wingwall is complete-in-place per the plans and specifications. , 1 1 ' J , , , i 􀁾􀀠1 · 1 i · 1 · 1 ·, • 1 i "j • j · J • 1 ! GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-17 Article 475.12 PAYMENT. Delete in its entirety and replace with the following: Payment for complete headwalls/wingwalls of the types shown on the plans, complete-in-place and in accordance with these specifications and measured as prescribed above, will be made at the unit price bid for each headwall/wingwall of the type specified. Payment as provided above shall be full compensation for furnishing, transporting and placing all concrete, reinforcing steel, brick, mortar and castings for shaping of bed, jointing to the new or existing 􀁳􀁴􀁲􀁵􀁣􀁴􀁵􀁲􀁥􀁳􀁾􀀠bedding, cofferdams, dewatering, pumps, excavation, backfill, sprinkling, compaction, all other materials, tools, equipment, labor and incidentals necessary to perform the applicable work. SPECIAL ITEM 482 -UNDERGROUND IRRIGATION SLEEVES PART 1 -GENERAL 482.1.1 DESCRIPTION: Provide underground irrigation sleeves at locations as indicated on Drawings, or as required by the Engineer. 482.1.2 REFERENCED STANDARDS: Amerigan Society for Testing and Materials: 1. ASTM -D2441 Poly (Vinyl Chloride) (PVC) Plastic Pipe (OR-14, Class 200). 2. ASTM -02466 Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Socket Type, Schedule 40. 3. ASTM -02564 Solvent Cements For poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings. PART 2 -MATERIALS 482.2.1 DEFINITIONS: A. Sleeve: A pipe within which another pipe for carrying water will be installed. 482.2.2 GENERAL: Polyvinyl Chloride pipe (PVC): OR-14 Class 200, Manufactured in accordance with standards noted herein: GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-18 A. Marketing and Identification: Permanently marked with SDR number, ASTM standard number, and the NSF (National Sanitation Foundation) seal. B. Solvent: As recommended by manufacturer to make solventwelded joints. Thoroughly clean pipe and fittings before applying solvent. PART 3 -EXECUTION 482.3.1 INSTALLATION: A. Coverage: Provide 36 inches cover over top of sleeve from finish grade. B. Sleeve Extensions: Extend sleeves one foot past edge of pavement or concrete walls. Install a 90 degree long radius elbow on the largest sleeve end and add additional length of same size pipe to extend above finish grade by 6 inches. Cap pipe ends using PVC caps. 482.3.2 BACKFILL: A. Compaction: Place backfill over sleeves in 6" lifts. Tamp firmly into place taking care not to damage sleeve. Complete backfill and compaction to prevent future settlement. Compact to 85 percent Standard Proctor. B. Damage: Repair any damage resulting from improper compaction including pavement repair and replacement. PROVISION TO ITEM 502 -BARRICADES. SIGHS AND TRAFFIC HANDLING (REFERENCE: NCTCOG SPECIFICATIONS. ITEM 8.1) Article 502.3 MEASUREMENT and 502.4 PAYMENT. Delete both articles and replace with the following: The work and materials as prescribed by this item will not be paid for as a separate item, but shall be considered as subsidary to the particular projects and items of work. SPECIAL PROYISION TO ITEM 530.3 -PAVERS Article 530.1 DESCRIPTION. Add the following: Furnish and install solid concrete paving stones as shown on the drawings and as recommended by the manufacturer. Furnish and install the sand laying course and all accessory items as required. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LEl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISONI TEXAS \ . I DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-19 Article 530.2 MATERIALS. 1. Pavers Materials furnished under this item shall be as manufactured by the Pavestone Company, Box 413, Grapevine, Texas, 76051, phone (817) 581-5801, or approved equal: a. Pavers: Shall be Holland Stone I, 2 3/8" (6 cm.) thickness, by Pavestone Co. b. Physical requirements: All pavers shall conform to ASTM C 936-82. Colors for the above shall be as approved by the Owner. 2. Cementitious Materials and Aggregates: Shall conform to ASTM C-150 and ASTM C-33, respectively. 3. Sand: Masonry sand will not be allowed. The sand laying course shall be a. well graded clean washed sharp sand with 100% passing a 3/8" sieve size and a maximum of 3% passing a No. 200 sieve size. This is commonly known as manufactured concrete sand, liinestone screening, or similar. The sand laying course should be the responsibility of the paving stone subcontractor. Article 530.3 INSTALLATION. Installation shall be performed by a subcontractor approved by the Engineer. Installation shall conform to manufacturer's recommendations and the following: A. Construction of Sand Laying Course 1. The finished base course shall be approved before the placement of the sand laying course. 2. The construction of the sand laying course shall be in accordance with manufacturer's recommendation and approved by Engineer prior to beginning installation. B. Placing Pavers The paving stones shall be laid in such a manner that the desired pattern is maintained and the joints between the stones are as tight as possible. For maximum interlock it is recommended that joints between stones do not exceed 1/8" (3mm.). Use running bond pattern. --j GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 2 -SITEWQRk PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-20 2. String lines should be used to hold all pattern lines true. 3. The gaps at the edge of the paver surface shall be filled with standard edge stone or with stones cut to fit. cutting shall be accomplished to leave a clean edge to the traffic surface using a double-headed breaker or a masonry saw. However, when cutting precision designed areas, a masonry saw is recommended. Whenever possible, no cuts should result with a paver less than 1/3 of original dimension. 4. paving stones shall be vibrated into the sand laying course using a vibrator capable of 3,000 to 5,000 pounds compaction force with the surface clean and joints open. 5. After vibration, clean masonry type sand containing at least 30% of 1/8" (3mm.) particles shall be spread over the paving stone surface, allowed to dry, and vibrated into joints with additi.onal vibrator passes and brushing so as to completely fill joints. 6. Surplus material shall then be swept from the surface or left on surface during construction time to insure complete filling of joints during initial use. This sand also may provide surface protection from construction debris. Article 530.4 MEASUREMENT. Pavers, Item 530.4, will be measured by the square yard, complete and in place, for the complete installation as approved by the Engineer. Article 530.5 PAYMENT. Pavers, Item 530.4, will be paid for by the square yard for an installation complete and in place. SPECIAL PROVISION TO ITEM 662 -CONSTRUCTION PAVEMENT MARkINGS Article 662.2 MATERIALS. Delete the third paragraph entirely. Add the following to the second paragraph. All markings shall be white or yellow, unless directed otherwise by the Engineer. All temporary detours shall be marked with a yellow centerline stripe in accordance with the Texas Manual on Uniform Traffic Control Devices. All other requirements by the Texas Manual on Uniform Traffic Control Devices shall be complied with in addition to the above requirement. , ] ,, i . , . ., GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-21 Article 662.4 MEASUREHENT and Article 662.5 PAYMENT. Delete entirely and replace with the following: construction Pavement Markings shall not be measured separately for payment but shall be considered subsidiary to the various items of work to which they apply. SPECIAL PROVISION TO ITEM 666 --THERMOPLASTIC MARKINGS Article 666.2 GENERAL. Add the fOllowing: All markings shall comply with these specifications herein and with the Texas Manual on Uniform Traffic Control Devices for streets and highways. Article 666.9 MEASUREMENT and Article 666.10 PAYMENT. Delete entirely and replace with the following: Markings for stop Bars will not be measured as a separate pay item. The work performed and the materials furnished shall be included in and paid for at the lump sum price bid for Pay Item 666.0, which includes 24" stop bars, turn lane arrows and "ONLY" pavement markers. The lump sum price bid for the above items shall be full compensation for cleaning the pavement, furnishing equipment and incidentals necessary to complete the work in accordance with the applicable specifications herein included. SPECIAL PROVISION TO ITEMS 674 AND 676 RAISED PAVEMENT MARRER INSTALLATIONS Article 674.2 and 676.2 MATERIALS. Delete entirely and replace with the following: Markers -All' markers shall be a glazed ceramic type and must be approved by the Engineer. All markers as described herein shall be similar in design and function to Permark Brand manufactured by the American Clay Forming Plant of the Ferro Corp. Non-Reflective White Marker shall be circular, approximately 4" in diameter by .75" high with a domed 􀁳􀁵􀁲􀁦􀁡􀁣􀁾􀀠glazed white. The bottom surface shall not be glazed and may have a designed irregular finish to aid bonding to the pavement (American Clay Designation P-7, or equal). Mono-Directional Reflective White Marker shall be either circular or oval approximately 4" in diameter by .75" high GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVXSION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-22 with a glazed white surface finish. A single white "high intensity" reflective rod shall be permanently embedded in the surface facing essentially horizontal. (American Clay Designation P-l5 or P-l5A, or equal) Mono-Directional Reflective White or Yellow Barrier Marker shall be circular, approximately 8" in diameter by 2.86" high with a glazed white or yellow surface finish. A single white "high intensity" reflective rod shall be permanently embedded in the surface facing essentially horizontal. (American Clay Designation P-l8-l or equal) Bi-Directional Reflective Yellow Marker shall be of circular or oval design approximately 4" in diameter by .75" high with a glazed yellow surface finish. Two yellow "high intensity" reflective rods shall be placed in opposing directions, permanently embedded in the surface facing essentially horizontal. (American Clay Designation P-ll7 or equal) Non-Reflective White Traffic Buttons shall be circular, approximately 8" in diameter by 2.86" high with a domed surface glazed white as specified per the plans. The bottom surface shall not be glazed and may have a designed irregular finish to aid bonding to the pavement. (American Clay Designation P-l8-W or equal) Epoxy Adhesive Ceramic traffic markers shall be permanently affixed to the pavement surface by means of epoxy resin adhesive. The epoxy shall be a two component compound of resin and hardener to be mixed immediately prior to installation. The allowable type of epoxy adhesive shall conform to that specified by the state Department of Highways and Public Transportation for hand mix or machine mix epoxy adhesive. (Type II or III or II-M or II-M respectively) Article 674.4 and 676.4 CONSTRUCTION METHODS. Add the following' paragraphs: The Contractor shall install the required types of markers as described herein and shown on the contract drawings. Skipped White Lane Line designation separation of lanes of the same direction of traffic shall be on a total cycle length of 40 feet with a 15 foot marking and 25 foot space. The lead marker of the pattern shall be a mono-reflective type as described herein with the reflective portion facing oncoming traffic. The remaining 3 markers shall be nonreflective as described herein. Interruption of the marking pattern shall occur at cross-street intersections as shown on the contract drawings. 1 ,j · j · ! , J · , , J GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02010 -SPECIAL PROVISIONS 02010-23 White Left Turn Lane Line designating separation of leftturn lane from through lanes. The marking shall be continuous with single reflective ceramic marker on 10-foot spacing. The continuous line shall be twenty feet shorter than the left-turn lane length. Double Yellow centerline designates the separation of lanes with traffic in opposing directions on an undivided multiple-lane street. The marking shall be continuous except for interruption a cross-streets. The marking shall consist of continuous parallel lines with 4-inch (.33 feet) lateral separation. The bi-directional reflective yellow markers for each line shall be placed 10 feet apart. Skipped Yellow centerline designates the separation of lanes with traffic in opposing directions on a 2-lane undivided street. The marking shall be on a total cycle length of 40 feet with a 15 foot marking and 25 foot space. The 15 foot marking shall consist of 4 markers placed 5 feet apart. The marking shall be bi-directional reflective yellow markers. PAVEMENT PREPARATION The pavement shall be prepared in such a manner as to insure the best possible bonding of the marker to the pavement and in accordance with the epoxy marker manufacturer recommendation. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ·,1, I . , r , i j "j DIVISION 2 -SITEWORK PAGE SECTION 02100 -SITE PREPARATION 02100-1 PART 1 -GENERAL 1.1 CONDITIONS OF THE CONTRACT AND DIVISION 1 GENERAL REQUIREMENTS: Are hereby made a part of this section 1.2 SCOPE: Work in this section includes furnishing all labor, materials, equipment and services required for clearing and grubbing, removal and disposal of items as specified herein and as shown on the plans. 1.3 RELATED WORK SPECIFIED ELSEWHERE: A. Earthwork: Refer to Section 02200. PART 2 -PRODUCTS 2.1 No products are required to execute this work, except as the contractor may deem necessary. PART 3 -EXECUTION 3.1 CLEARING AND GRUBBING: Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from areas of construction specified within the site. A. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations. B. All dead trees, logs, stumps, rubbish of any nature, and other surface debris shall be cleared. C. Ground covers of weeds, grass, and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or rootmatted soil for removal. 3.2 TREES AND SHRUBS TO BE PRESERVED AND PROTECTED: Unless otherwise specified on the plans, trees shall not be cleared (removed). A. The Contractor will protect trees from construction damage such as trunk impacts and scrapes, limb breakage, compaction of soil within the drip line, and other injurious construction activities. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 􀁄􀁾􀁖􀁉􀁓􀁾􀁏􀁎􀀠2 -􀁓􀁾􀁔􀁅􀁗􀁏􀁒􀁋􀀠PAGE 􀁓􀁅􀁃􀁔􀁾􀁏􀁎􀀠02100 -􀁓􀁾􀁔􀁅􀀠􀁐􀁒􀁅􀁐􀁁􀁒􀁁􀁔􀁾􀁑􀁎􀀠02100-2 1. 􀁾􀁦􀀠necessary, the Owner may direct the contractor, at the contractor's expense, to erect protectivestockades along the drip lines of trees that the Owner considers vulnerable to damage. Such stockades shall be of eight (8') foot long x six (6") inch diameter posts vertically buried three (3') feet deep at six (6') foot intervals alongthe drip line. B. Where grading or clearing and grubbing operations are to occur between trees that are to be preserved and protected, the Contractor will prune the lower branches of those trees as necessary to prevent their breakage and to permit access by construction machinery.Branches will be cut off to the trunk or major limb in a workmanlike manner. The engineer may direct that the contractor remove additional branches in such a manner that the tree presents a balanced appearance. Scars will be treated with a heavy coat of an approved tree sealant. 3.3 BACKFILLING: All holes, cavities, and depressions in the ground caused bysite preparation operation will be backfilled and tamped to normal compaction and and will be graded to prevent pondingof water and to promote drainage. In areas that are to be immediately excavated, the Engineer may permit holes, etc., to remain open. 3.4 DISPOSAL OF WASTE MATERIALS: Unless otherwise stated, materials generated by clearing,grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations. Unless otherwise specified, any merchantable items become the property of the Contractor. 3.5 MEASUREMENT AND PAYMENT: All work performed and measured as provided will not be paidfor as a separate pay item, but shall be considered as subsidiary to the work to which it applies. END QF SECTION ] ' , . 1 ,.I . 1 : \ j . 1 I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02200 -EARTHWORK 02200-1 PART 1 -GENERAL 1.1 CONDITIONS OF THE CONTRACT AND DIVISION 1 GENERAL REQUIREMENTS: Are hereby made a part of this section. 1. 2 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.3 RELATED WORK SPECIFIED ELSEWHERE: A. Site Preparation: Refer to section 02100. B. Site Grading: Refer to section 02210. PART 2 -PRODUCTS 2.1 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.2 UNCLASSIFIED FILL: Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment", or "fill material" • 2.3 TOPSOIL: Topsoil shall consist of an average depth of six (6") inches of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02100, "site Preparation." Topsoil may be greater or less than the upper six (6If) inches in depth. However, it must be removable without contamination by the subsoil or substratum or other obj ectionable matter that would render it as "unsuitable material" as described herein. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02200-EARTHWORK 02200-2 2.4 SELECT MATERIALS: Select materials shall be imported from offsite sources, unless they are available from areas on the site, designated as unclassified fill. All backfill, designated as " select fill" should consist of material having a PI of 4 to 12. All "select' fill" should be placed in 8" lifts at plus to minus 3 percentage points of optimum moisture and compacted to a minimum of 95% Standard Proctor density, unless otherwise shown differently on the plans or specified elsewhere in these specifications. ]2.5 UNSUITABLE MATERIALS: Topsoil, select material, or unclassified fill will be declared as "unsuitable" by the Engineer if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material: ' Moisture. Decayed or undecayed vegetation. Hardpan clay, heavy clay, or clay balls. Rubbish. · ,Construction rubble. ,, ·Sand or gravel. Rocks, cobbles, or boulders. Cementious matter. Foreign matter of any kind. unsuitable materials will be disposed of as "waste" as specified in section 02100. wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Engineer may grant the Contractor permission to process the material to reduce the • 1 moisture content to a usable optimum condition. 􀁾3 -EXECUTION 3.1 SITE PREPARATION: · , In general, "Site Preparation," as specified in Section 02100, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.2 TOPSOIL: The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise, topsoil will be replaced after excavation and embankment construction are complete. GINN, INC. -CONSULTING ENGINEERS KILDRED STREET IKPROVEKENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IKPROVEKENTS DALLAS, TEXAS PROJECT NO. NO. 439 TOWN OF ADDISON, TEXAS DrvrsroN 2 -SrTBWORK PAGE SECTION 02200 -EARTHWORK 02200-3 A. Removal: Topsoil shall be stripped to an average depth of six (6") inches in areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Engineer. B. storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later receive the topsoil. stockpiles shall be out of the way of earthwork operations in locations approved by the owner or Engineer. stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. C. Timing: Topsoil will not be replaced (deposited) until construction activities are complete that would otherwise create undesirable conditions in the topsoil such as overcompaction or contamination. D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than six (6") inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of earthwork (including slopes), except where pavement is planned. E. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine grading will be accomplished with a weighted spike harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery. Grading operations and equipment will be such that topsoil does not become overcompacted. Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. F. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient (slope), uniform in surface texture, and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for grass planting. 3.3 UNCLASSIFIED EXCAVATION: All excavated areas shall be maintained in such condition as to assure proper drainage at all time, and ditches shall be constructed and maintained to avoid damage to the areas under construction. GINN, INC. -CONSULTING ENGINEERS HILDRED STREET IHPROVEHENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANrTARY SEWER IHPROVEHENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS PIVISION 2 -SITEWORK PAGE SECTION 02200 -EARTHWORK 02200-4 A. Surplus Material: Surplus excavation, or excess . , excavation, is that quantity of fill material that may j be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction, topsoil replacement, and final grading, are completed. All surplus material will be removed from the site, unless otherwise directed by the Engineer. 1J 3.4 EARTH EMBANKMENT: 1Earth embankment is defined as embankment composed of jsuitable materials removed in unclassified excavation and/or select fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. A. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall be continuously maintained to its finished section and grade until the project is accepted. B. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and, where indicated on the plans or required by the Engineer, the ground surface, thus prepared, shall be , \ compacted by sprinkling and rolling. c. Scarification: The surface of all areas and and slopes over which fill are to be placed, shall be scarified to a depth of four (4") to six (6") inches to provide a , j bond between the surface and the embankment to be constructed thereon. scarification shall be . , !accomplished by plowing, discing, or other approved means. The material that has been loosened shall be recompacted with the new embankment. D. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON. TEXAS DIVISION 2 -SITEWORK PAG's SECTION 02200 -EARTHWORK 02200-5 is to be placed against hillsides or existing embankment with slopes greater than four to one (4: 1) Engineer may direct contractor to key fill material to existing slopes by benching. A minimum of two (2' ) feet normal to the slope shall be removed and recompacted to insure that new work is constructed on a firm foundation free of loose or disturbed material. E. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to exceed eight (8") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. F. Watering: At the time of compaction, the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard, hard, and unyielding. Fill material which contains excessive moisture shall not be compacted 􀁾􀁮􀁴􀁩􀁬􀀠it is dry enough to obtain the specified compaction. G. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to the Engineer. Hand directed compaction equipment shall be used in areas inaccessible to vehicular compactors. H. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of the proper subgrade elevation prior to depositing topsoil. 3.5 DENSITY CONTROL: A. Earth Embankment in General: Earth embankment shall be compacted to ninety-five (95%) percent of Standard AASHTO Density with plus or minus three (3%) percent of optimum moisture content, unless otherwise shown on the plans or elsewhere in these specifications. 3.6 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in GINN, INC. -CONSULTING ENGINEERS MILDRED STREBT IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02200 -EARTHWORK 02200-6 excess of two (2%) percent below optimum in the top twelve (12") inches of the fill will require that the top twelve (12") inches of the embankment be scarified, wetted, and recompacted. 3.7 TESTING: spot field tests of embankment densities shall be required of the Contractor by the OWner or Engineer at the place and time of their choosing. Any area not meeting density control requirements shall be immediately reworked, reconstructed, and retested, at the expense of the Contractor, until satisfactory results are obtained. Initial testing will be paid for by the Owner. Anticipated tests to be performed on fill material are: 1-Atterberg Limit series 􀁾􀀱2. Moisture-Density CUrves ., 3. Standard Proctor Density '"'l J3.B MEASUREMENT AND PAYMENT: .J Unclassified excavation, unclassified fill, select fill, haul ing of materials, removal and storage of topsoil, disposal of unsuitable materials, and embankment construction shall not be measured and paid for as a separate pay item, but shall be considered subsidiary to the item to which the work applies and shall be included in the pay item, as applicable. END OF SECTION · : · , 􀁾􀀠·1· ! GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11B SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02210 -SITE GRADING 02210-1 PART 1 -GENERAL 1.1 DESCRIPTION: A. The work to be performed under this section of the specifications consists of furnishing all labor and equipment necessary to grade the areas to the finish grades and dimensions as shown on the plans, or as specified herein. B. Related Work: 1. Section 02100 -Site Preparation 2. section 02200 -Earthwork 1.2 QUALITY ASSURANCE: A. The Engineer shall be the sole and final judge of suitability of all materials and workmanship. B. Materials in question, pending test results, shall not be used in the work. The Contractor shall remove all materials that fail to meet the requirements of the specifications. c. Fills, embankments, backfills, or subgrades which do not meet the specification requirements shall be removed or recompacted until the requirements are satisfied. D. Upon completion of the work, the areas shall have a uniform appearance and graded evenly throughout. Grades to be as shown on the plans. E. Backfilling and construction of fills and embankments during freezing weather shall not be done except by permission of the Engineer. No backfill, fill, or embankment materials shall be installed on frozen surfaces, nor shall frozen materials, snow, or ice be placed in any backfill, fill, or embankment. 1. 3 PROTECTION: A. Protection of Existing Improvements 1. Protection shall be provided to prevent damage to existing improvements indicated to remain in place on the Owner's property and adjoining properties. 2. Damaged improvements shall be restored to their original condition, as acceptable to parties having jurisdiction. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02210 -SITE GRADING 02210-2 3. Land areas outside the limits of permanent work performed under this contract shall be preserved in their present condition. The contractor shall confine his construction activities to areas defined for work on the Drawings. B. Protection of Existing Utilities 1.. The Contractor shall verify all existing utility locations either shown or not shown on the Drawings. 2. The Contractor shall immediately notify the Engineer and applicable utility company of any damages to existing utilities. 3. Repairs to damaged utilities shall be made in accordance with the requirements of the applicable utility company at no extra cost to the contract amount. 4. The Contractor shall coordinate with the Engineer 1 and the applicable utility company for shutoff of · l or connection to active utilities. Existing utility services shall not be interrupted except · as authorized in writing by the Engineer. , C. Protection of Work Site: Barricades or other type protectors shall be provided to prevent unauthorized personnel from entering work sites. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION · J < ]3.1 EXCAVATION: , i A. Excavation, regardless of material encountered, shall be performed to the lines and grades indicated on the · , Drawings. B. Suitable excavated material shall be transported to and placed in fill areas within the limits of the work. • 1 Unsuitable material encountered within the limits of the work shall be excavated below the grade shown and replaced with suitable material as directed by the 1 tEngineer. • 1 C. No material shall be deposited in a manner that may · 1 endanger a partly finished structure by direct pressure ! or by overloading banks contiguous to the operations or that may otherwise be detrimental to the completed GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 1710 3 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON I TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02210 -SITE GRADING 02210-3 work. 3.2 BACKFILL ADJACENT TO STRUCTURES: A. Backfill adjacent to structures shall be placed and compacted uniformly in such a manner as to prevent wedging action or eccentric loading upon or against the structures. B. During backfilling operations and in formation of embankments, equipment that will overload the structure in passing over and compacting these fills shall not be used. 3.3 PREPARATION OF GROUND SURFACE FOR FILL: A. Areas upon which fills are to be placed shall be properly prepared before the fill is started. B. When surfaces on which fills are to be placed do not meet the specified density requirements, the ground surface shall be broken up to a depth of 8 inches, pulverized, and compacted to the specified density. C. When surfaces on which fills are to be placed do not meet the specified moisture content requirements, the ground shall be wetted, aerated, or dried to the specific moisture content. D. When the subgrade is part fill fill and part excavation, the excavated portion shall be scarified to a depth of 8 inches and compacted as specified for the adjacent fill. 3.4 FILL: A. Fills and embankments shall be constructed at the locations and to the lines and grades indicated on the Drawings. B. The material shall be placed in successive horizontal. layers of 8" to 12" in loose depth for the full width of the cross section, and compacted. 3.5 COMPACTION: A. compaction shall be accomplished by sheep's-foot rollers, pneumatic-tired rollers, steel-wheeled rollers, or power-driven hand tampers well suited to the soil being compacted. Material shall be aerated or moistened to maintain the required moisture content. B. Each layer shall be thoroughly compacted to 95 percent of the maximum density at recommended optimum moisture content, as determined by the soils investigation report and recommendations. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02210 -SITE GRADING 02210-4 3.6 FINISH GRADING: A. Excavated and filled sections, and adjacent transition areas, shall be uniformly smooth graded. The finished surface shall be reasonably smooth, compacted, and free from irregular surface changes. ]B. The degree of finish shall be that ordinarily obtainable from blade-grader operations, except as otherwise specified. ] C. Finished surfaces shall not vary more than 0.10 foot from the established grade and cross section and shall be free of depressed areas where water would pond. 3.7 MEASUREMENT AND PAYMENT: Unless othe.rwise stated, no separate payment shall be made for this item. It shall be considered subsidiary to the -1 work for which it applies. J END OF SECTION , , · \ , ;· , '1 I , \ · J J 1 · , i · j , 1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla S1Wl:TARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDl:SON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02220 -STRUCTURAL EXCAVATION. FILL AND BACKFILL 02220-1 PART 1 -GENERAL 1.1 DESCRIPTION: This section describes requirements for: A. The excavation for all structures, backfilling around completed structures and the disposal of all excess excavated material. All operations required for the proper completion of the excavation work, including sheeting, shoring and bracing, dewatering of excavations and compaction of backfill are included. 1.2 RELATED WORK: A. Division 2 -Site Work B. Division 3 -Concrete. 1.3 REFERENCE STANDARDS: A. American Society for Testing and Materials (ANSI/ASTMI. 1. ANSljASTM C 33 -Standard Specification for Concrete Aggregate. 2. ANSljASTM C 40 -Standard Test Method for Organic Impurities in Sands for Concrete. 3. ANSljASTM C 136 -Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate. 4. ANSljASTM C 150 -Standard Specification for Portland Cement. 5. ANSljASTM D 423 -Standard Test Method for Liquid Limit of Soil. 6. ANSljASTM ANSljASTM D 424 -Standard Test Method for Plastic Limit and Plasticity Index of Soils. 7. ANSljASTM D 698 -Standard Test Methods for Moisture-Density Relations of Soils and SoilAggregate Mixtures Using 5.5-lb. (2.49-Kg) Rammer and 12-in. (305 mm) Drop. 8. ANSljASTM D 1557 -Standard Test Methods for Moisture-Density Relations of Soils and SoilAggregate Mixtures using IO-lb. (4.54-Kg) Rammer and 18-in. (457 mm) Drop. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISONI TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02220 -STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-2 9. ANSI/ASTM D 2049 -Standard Test Method for Relative Density of Cohesionless Soils. B. U.S. Department of commerce/National Bureau of Standards. PS-17-Polyethylene Sheeting (Construction, Industrial and Agricultural Applications). · : 1 . 4 SUBMITTALS : Submit in accordance with the requirements of the General "1 Conditions and Division 1 -General Requirements. A. Testing laboratory reports, as specified or required, to show compliance with specifications for material 1 from off-site locations. The specified tests shall be · i performed by a certified independent testing laboratory. 1.5 PROTECTION OF FACILITIES: " , A. Before the start of excavation operations, adequately · , i protect existing structures, utilities, trees, shrubs and other permanent objects. Costs resulting from damage to permanent facilities due to negligence or i "lack of adequate protection will be charged to the I Contractor. The Contractor will will also be charged for damage to facilities scheduled for later removal or · ,I demolition if the damage sufficiently impairs proper I operation to the extent that temporary replacement or repair is required. Prior to beginning of the project, a joint inspection will be made by the Engineer and Contractor to determine the condition of any existing structures or other permanent objects. 1 B. Provide surface drainage during the period of construction to protect the work and to avoid ponding of water on adjoining property. 1 C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not create a dirt nuisance in the streets. The truck beds shall be sufficiently tight, and shall be loaded in such a manner that objectionable materials will not be spilled onto the streets. Any dirt, mud, or other materials that are spilled onto the streets or deposited onto the , .i streets by the tires of vehicles shall be promptly cleared away by the Contractor. 1. 6 BLASTING: A. Blasting Blasting will not be permitted. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02220 -STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-3 1.7 QUALITY ASSURANCE: A. A testing laboratoryI as specified in Division 1 General Requirements, will perform compaction tests on the compacted material. The Contractor shall cooperate with the testing laboratory in performing these tests. The Contractor shall notify the Engineer at least 48 hours in advance of the time at which tests will be required. Any area failing to comply with the specifications shall be reworked as required to conform to the specifications. B. Initial testing for work in this section will be random and at the discretion of the Engineer. Re-tests shall be required to be paid for by the Contractor. 1.8 OBSERVATION OF EXCAVATIONS: A. Notify the Engineer at least 48 hours prior to completion of any excavation so that the excavation may be observed. Do not place reinforcing steel or concrete in the excavation prior to observation unless approval has been given to proceed without such observation. B. B. Notify the Engineer at least 48 hours prior to backfilling of pipe trenches. Do not begin backfilling of pipe trenches until all pipe joints have been observed or consent has been given to backfill the trenches without such observation. 1.9 DEWATERING: A. The Contractor shall provide and maintain adequate dewatering equipment to remove and dispose of all surface and ground water entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the structure to be built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. B. All excavations for concrete structures or trenches which extend down to or below ground water shall be dewatered by lowering and keeping the ground water level beneath such excavations 12 inches or more below the bottom of the excavation. C. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches to the greatest extent practicable without causing damage to adjacent property. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVl:SION 2 -SrTEWORK PAGE SECTION 02220 -STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-4 O. The contractor will be held responsible for the condition of any pipe or conduit which he may use for drainage purposes, and all such pipes or conduits shall be left clean and free of sediment. PART 2 -PRODUCTS j 2.1 REGULAR NATIVE MATERIAL: A. Where no other material is specified or shown, use suitable soils from the excavation. 00 not use peat or other organic matter, silt," muck, debris or similar materials. suitable solIs shall be defined as excavated materials that are capable of achieving the required level of compaction specified or shown for the location where it is used. ]2.2 SELECT MATERIAL: A. Where select material is shown or specified, use clayey sand or sandy clay, from an approved off-site source, free of roots, grass,trash or other organic material, having a plasticity index between 4 and 12, as determined by ASTM 0 424. Prior to bringing any of the j proposed material to the site, submit, for review by the Engineer, an analysis of the proposed material including, but not necessarily limited to, Atterberg Limits (ASTM D 423 and ASTM D 424) for clays or Grain Size Analysis (ASTM 0 422) for sands and gravels and a moisture-density relationship curve (ASTM 0 698) by a certified independent testing laboratory employed and paid by the Contractor. B. Select Material -(Crushed Austin Chalk Limestone). This select backfill should consist of excavated crushed Austin Chalk Limestone broken sufficiently so that all fragments are less than 6 inches in diameter prior to place in the backfill area. C. Crushed Limestone. Crushed limestone shall be Chico limestone from the Bridgeport, Texas area. Granular fills shall be placed on suitably prepared subgrades and compacted. Granular fill material shall be crushed stone free from dust, clay, or trash, and shall be graded to ASTM C33 Size No.3, aggregate. (Max. nominal size of 1 inch.) , JWhere crushed stone fills are to be covered with concrete, the top surface shall be graded .to the required subgrade and covered with polyethylene film having a minimum thickness of 6 mils. . 1 i GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LEll8 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02220 -STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-5 D. Washed Gravel. Washed gravel shall consist of hard durable gravel graded from 3/4 inch to No.4. The material shall be washed to remove any fines and shall not have any sharp edges so as to prevent damage to the protective coatings of the barrels. E. Concrete (For fill or thrust blocking). Conform to ASTM C-94. The compressive strength of the concrete shall be at least 2000 psi and shall contain at least four (4) sacks of cement per cubic yard. 2.3 SAND: A. Where sand is specified or shown, use reasonably clean bank sand from an approved source. The sand must be free from large lumps of clay, rubbish, organic matter or other deleterious substance, and having a plasticity index of 12 or less. PART 3 -EXECUTION 3.1 PREPARATION: A. Prepare the construction site and area of excavation according to accepted construction practices. 3.2 REPAIR OF CONCRETE PAVEMENT A. Concrete pavement. (I) Subgrade. Scarify to a depth of 6 inches below the indicated depth and recompact to 95 percent maximum density at plus to minus 2% of optimum moisture as determined by ASTM D 698. The recompacted subgrade shall be proof-rolled with a pneumatic tired roller in order to detect any soft areas. Soft and wet areas not achieving compaction will require removal and replacement with select material of at least 12 inches compacted thickness. Depressions from stump ... removal shall be cleaned of all organic matter and filled with select material. (2) Fill. Upon completion of subgrade preparation, .place select material in uniform layers of loose material, 6 to 8 inches in depth, dried or moistened as required to obtain at plus to minus 2% of optimum moisture content, and compact each layer as specified. Fill shall be placed while subgrade is at its required optimum moisture content range as specified herein. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SAN:ITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 'rOW OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02220 -STRUCTURAL EXCAVATION, PILL AND BACKFILL 02220-6 B. Compaction. (I) The subgrade and fill material shall be compacted to a minimum of 95 percent of maximum density at plus to minus 2% of optimum moisture as determined by ASTM D 69S. The methods used to secure the specified compaction and moisture content will be the Contractor's responsibility. Wet soils shall be worked by plowing, disking, or scarifying and air drying as required to reduce the moisture content to optimum levels. The Contractor may, at his option, add flue dust or other drying material acceptable to speed up the drying procedure at no change in the contract sum. (2) The compacting equipment and method of compaction shall be such that uniform density will be obtained over the entire area and depth of material being compacted. All fill materials deposited in place by scrapers, dump trucks, drag lines or similar equipment shall be thoroughly broken up before being spread into uniform layers. 3.3 EXCAVATION: (AS APPLICABLE THIS PROJECT) A. Excavation work shall be unclassified and includes removal of all types of materials encountered without exception. Make excavations to lines and grades indicated on drawings. Complete excavations within the tolerances specified. B. Excavate in such a manner to conform to the dimensions and elevations indicated on the drawings for each structure. Extend excavation a sufficient distance from the walls to allow for placing and removal of forms, installation of piping, and for Engineer's observation of work. C. Excavation below Water Table. At all times maintain a dewatered surface in all excavations to prevent softening of the subgrades and to prevent excessive settlement of the foundations. Undercut and excavate all soft materials found at subgrade and replace with crushed stone, or concrete as directed by the Engineer at no additional cost to the Owner. D. Structures. (1) Wherever practicable, cut all excavations to neat lines with a tolerance of minus 1 inch or plus 3 inches, and place concrete to bear against earth sides. . i ], ) . 1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OP ADDISON, TEXAS DIVISION 2 -SITEWORK 'PAGE SECTION 02220 -STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-7 (2) Excavate to the elevations shown on the drawings forming a level undisturbed surface free of mud or other soft material. All excavations will be observed. Undercut and excavate to deeper levels when suitable foundation soils are not encountered at the planned depth. Remove all pockets of soft or otherwise unstable material and replace with concrete or with suitable well-compacted material as directed by the Engineer, at no additional cost to the Owner. (3) Fill all unauthorized excessive excavation with concrete at no change in the contract sum. (4) Protect all open excavations from rainfall or excessive drying so as to maintain the foundation subgrade in a satisfactory, undisturbed condition. Keep excavations reasonably free of water at all times and completely free of water during placement of concrete. Soils below foundation, which become soft, loose or otherwise unsatisfactory for support of the. foundation as as a result of inadequate excavation, dewatering or other construction methods. shall be removed and replaced with satisfactory material at the Contractor's expense. (5) Concrete shall be placed in foundation excavations the same day that excavation is completed to final grade. Base of excavations left open for longer periods shall be protected by a seal slab of lean concrete or cement-stabilized sand furnished and placed at Contractor's expense. 3.4 SHEETING AND SHORING: A. Except where banks are cut back on a stable slope, excavation for structures shall be properly and substantially sheeted, braced, and shored, as necessary, to prevent caving or sliding, to provide protection for workmen and the work, and to provide protection for existing structures and facilities. Sheeting, bracing, and shoring shall be designed and built to withstand all loads that might be caused by earth movement or pressure and shall be rigid, maintaining shape and position under all circumstances. B. In all cases, excavation shall shall conform to the stricter of the requirements of the Occupational Safety and Health Act of 1970 or the Trench Safety requirements. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS PIVISION 2 -SITEWORK SECTION 02220 -STRUCTUBAL EXCAVATION, FILL AND BACKFILL PAGB 02220-8 3.5 BACKFILL: A. General 1. Do not begin backfilling until authorization has been obtained from the Engineer. 2. Complete backfill to the surface of natural ground or to the lines and grades shown on drawings. Use regular native material except where special materials are shown or specified. Deposit backfill in uniform layers and compact each layer as specified. B. structural Backfill 1.. Place backfill as promptly as practicable after completion of each structure or portion of a structure. Do not, however, place backfill against concrete walls or similar structures until concrete has been cured at least 7 days. Where the top of walls are supported by slabs or intermediate walls, do not begin backfill operations until the slab or intermediate walls have been placed and the concrete has cured for a minimum of 7 days. Remove concrete forms before starting backfill and remove shoring and bracing as the work progresses. Take care to prevent any wedging action of backfill against the structure. step cut or serrate the slopes bounding the excavation as required to prevent wedging. Compact backfill as specified below in sUb-section 3.5-0 C. Non-structural Backfill 1.. All other backfill placed outside this area (assuming that no structure or piping will be placed thereon) may be either regular or select material as specified on the plans deposited in layers not to exceed 8" in uncompacted thickness and mechanically compacted to at least 95 percent of maximum density at plus to minus 2% of optimum moisture content as determined by ASTM 0698. Compaction of backfill by rolling will be permitted provided the desired compaction is obtained and damage to the structure is prevented. compaction of backfill by inundation with water will not be permitted. 2. The material shall contain no wood, grass, roots, broken concrete, stones, trash, or debris of any kind. No backfill shall be deposited or compacted in water. "1 I · i , I · I · 􀀮􀁾􀀠􀀠, ! GINN, INC. -CONSULTING ENGINEERS MILDRED STREBT IMPROVEMENTS 1.71.03 PRESTON ROAD SUITE 1.00 LB1.1.8 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02220 -STRUCTURAL EXCAVATION, FILL AND BACKFILL 02220-9 D. Compacting Backfill 1. Place material in uniform layers of prescribed maximum thickness and wet or dry the material to approximately optimum moisture content. Compact using mechanical means and methods able to consistently achieve the prescribed required density. 2. Regular and Select Material. Place in 8-inch maximum layers, loose measure. Compact to not less than 95 percent of maximum soil density at plus to minus 2% of optimum moisture content as determined by ASTM D 698. 3. Sand Material. Place in 6-inch maximum layers, loose measure. Compact to not less than 95 percent of maximum soil density at plus to minus 2% of optimum moisture content as determined by ASTM D 2049. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SlWITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ,. ; 1 j . 1 I , J DIVISION 2 -SITEWORK PAGE SECTION 02221 -EXCAVATION. TRENCHING AND BACKFILLING 02221-1 FOR UTILITIES PART 1 -GENERAL 1.1 SCOPE: Work in this section shall consist of furnishing all equipment, materials and labor for excavation, trenching and backfilling for water distribution mains, water service lines, irrigation system piping, electrical conduit, sanitary sewer system piping, and other utility systems and appurtenances, as applicable this project. 1.2 RELATED WORK: A. Division 2, site Work. PART 2 -PRODUCTS 2.1 EARTH BACKFILL: Earth backfill shall spongy or otherwise be free of lumps, obj ectionable stones, material. trash and Approved backfill material may be from the excavation or borrowed. 2.2 SAND: Obtain bank sand from an approved source. Use sand that is free from clay lumps, organic and other deleterious material, and having a plasticity index of 12 or less. 2.3 SELECT MATERIALS: Where select material is shown or specified, use clayey sand or sandy clay, from an approved off-site source, free of roots, grass, trash or other organic material, having a plasticity index between 6 and 15 with a maximum liquid limit of 30, as determined by ASTM D-4318. PART 3 -EXECUTION 3.1 EXCAVATION: A. Procedure. Excavate to indicated or specified depths. 1. Excavate by open cut with trenching machine or back hoe. Where machines other than ladder or wheel type trenching machines are used, do not use excavated material composed of large chunks or clods for backfill, but dispose of such material and provide other suitable material for backfill without additional expense. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02221 -EXCAVATION, TRENCHING AND BACKFILLING 02221-2 FOR UTILITIES 2. During excavation, pile material suitable for backfilling in an orderly manner far enough from the bank of the trench to avoid overloading, slides or cave-ins. 3. Remove from site, or waste as indicated, all excavated materials not required or suitable for backfill. 4. Grade as necessary to prevent surface water from flowing into trenches or other excavations. B. Trench Excavation 1. Cut banks of pipe trench as nearly vertical as practical. Remove stones as necessary to avoid ' . point-bearing. Overexcavate wet or unstable soil from the trench bottom to permit construction of a more stable bed for pipe. 2. Dig the trench the proper width as shown. If the trench width below the top of pipe is wider than specified in this section or shown on the plans, then the contractor shall install higher class of pipe and/or improved bedding as determined by, the Engineer. No additional payment will be made. 3. Accurately grade the trench bottom to provide uniform bearing and support for each section of pipe on undisturbed soil at every point along its entire length, except where necessary to excavate for bell holes and for proper sealing of pipe joints. Dig bell holes and depressions for joints after the trench bottom has been graded. Make bell holes and depressions for joints no deeper, longer or wider than needed to make the joint properly. 4. Do not overexcavate. If any excavation is carried ' . beyond the lines and grades required or authorized, ,jthe CQntractor shall, at his own expense, fill such space with concrete or other suitable material as directed by the Engineer. No additional payment will be made. C. water in Excavation. The Contractor shall, at all times, take such precautions as are necessary to keep the work free from ground or surface water. Pumps of adequate capacity or other approved method shall be provided to remove water from the excavation in such a manner that it will not interfere with the progress of the work of the proper placing of other work. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK SECTION 02221 -EXCAVATION, TRENCHING AND FOR UTILITIES BACKFILLING PAGE 02221-3 3.2 BACKFILLING: A. Do not backfill trenches until all required pressure tests are performed and utility systems as installed conform to specified requirements of appropriate sections. Backfill trenches to ground surface with selected material. Reopen trenches improperly backfilled to depth required for proper compaction. Refill and recompact as specified, or otherwise correct the condition in an approved manner. B. In the pipe zone, place backfill evenly and carefully around and over pipe in layers no thicker than 6 inches. Compact with hand tampers to 95 percent maximum density as determined by ASTM D 698, until there is a cover of not less than 1 foot over pipe lines. use selected backfill material of optimum moisture content. C. Above the pipe zone, deposit backfill in 8 to 12 inch layers. Compact each layer to 95 percent maximum density at or slightly above optimum moisture as determined by ASTM D 698. D. No jetting of backfill will be allowed. END OF SECTION GINN, INC... CONSULTING ENGINEERS MILDRED STREET IKPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IKPROVEKENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 · I, · I · 1 j 1 j · I I · I · I j · I · 1 i · 1, · . 1 • J DIVISION 2 -SITEWORK PAGE SECTION 02510 -CONCRETE WALKS 02510-1 PART 1 -GENERAL 1.1 SCOPE: A. Provide 4-inch-thick, 3000 psi @28 days, reinforced concrete sidewalks in conformity with the lines, grades and details shown on drawings. Construct on an approved sand bed. All details shall be in accordance with the Town of Addison sidewalk ordinance, if different than indicated this section. PART 2 -PRODUCTS 2.1 CONCRETE: Provide materials and proportions for concrete and reinforcing steel which conform to the applicable requirements of the section on Concrete. 2.2 EXPANSION JOINT FILLER: Preformed bituminous type conforming to ASTM D 994, having thickness of 3/4-inch unless otherwise shown on the drawings, or redwood boards, nominally I" in thickness. 2.3 SAND BED: Obtain bank sand from an approved source. Use sand that is free from clay lumps, organic and other deleterious material, and having a plasticity index of 12 or less. PART 3 -EXECUTION 3.1 PREPARATION: A. Subgrade. Excavate subgrade 6 inches beyond the outside lines of the sidewalk. Shape to the line, grade and cross section. Compact the subgrade to a minimum of 95% of maximum dry density per ASTM 0698. B. Sand Bed. Immediately after subgrade is prepared, cover with a 2-inch-thick compacted sand bed. Place concrete when sand is moist. C. Forms. Use wood or metal forms with the proper section. Select pieces which are straight, unwarped and nominally 4 inches deep. Securely stake forms to line and grade and maintain in true position during concrete placement. GINN, INC. -CONSULTING ENGINEERS MILDRED STREBT IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SBWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK SECTION 02510 -CONCRETE WALKS PAGE 02510-2 3.2 REINFORCEMENT: Install No. 3 reinforcing steel bars on 24-inch centers longitudinally and across the walk. Lay longitudinal bars in walk continuously, except through expansion joints. During concrete placement, see that reinforcement is in the approximate· center of the slab, by use of plastic "chairs". 3.3 EXPANSION JOINTS: Provide 3/4-inch expansion joints along and across the sidewalk at intervals of 20 feet or less throughout the entire length of the sidewalk. Extend the expansion joint filler the full depth of the slab and the entire width of the walk. 3.4 PLACING AND FINISHING: A. Placing. Place the concrete in forms to the specified depth and tamp thoroughly with a "jitterbug" tamp to bring the mortar to the surface. B. Finishing. strike off to a smooth finish with a wood strike board. Finish smoothly with a wood hand float. Brush across the sidewalk lightly with a fine-haired brush. C. Tool Joints. Unless otherwise shown on drawings, mark off walks 1/4 inch deep, at spacing equal to the width of the walk. Use a joint tool as wide as an edging tool. Finish the edges with a tool having 1/4-inch radius. 3.5 CURING AND PROTECTION: Cover the sidewalk with burlap or suitable cotton mats. Keep the cover wet for 48 hours after the burlap or mats are placed. Commence curing as soon as the concrete has hardened sufficiently to be unmarked by the method of curing. Instead of sprinkling, 􀁭􀁾􀁲􀁡􀁮􀁥􀀠curing methods may be used. Protect sidewalks from traffic for 48 hours after pouring. 3.6 BACKFILLING: After the concrete has· set sufficiently, refill the space along the sides of the sidewalk to the top of the walk with suitable material. Tamp until firm and solid. END OF SECTION · I · i .-􀁾􀀠· i · I • 1 : 1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 2 -SITEWORK PAGE SECTION 02610 -PIPE AND FITTINGS 02610-1 PART 1 -GENERAL 1.1 DESCRIPTION: A. This item shall govern for all materials and work 􀁮􀁥􀁾􀁥􀁳􀁳􀁡􀁲􀁹􀀠for furnishing and installing all utility 􀁭􀁡􀁾􀁮􀁳􀀠of the type specified, and any and all distribution lines as shown on the plans, including all sheeting, shoring, excavation, dewatering, pipe laying, jointing, testing, backfilling, and any other work that is required or necessary to complete the installation as shown on the plans and as specified herein. B. The Contractor shall be responsible for all materials furnished to him by his material suppliers and shall replace at his expense all such materials that are found to be defective in manufacture or that are damaged in handling. C. The contractor shall install piping to meet all applicable standards. The contractor shall provide manufacturer's certificate that materials meet or exceed minimum requirements as hereinafter specified. 1.2 RELATED WORK: A. section 02615 -cast Iron and Ductile Iron pipe PART 2 -PRODUCTS 2.1 GENERAL: A. All phases of this project shall be installed using the materials designated on the plans and as specified herein. All materials shall be new and meet the following minimum specifications. 2.2 POLYVINYL CHLORIDE WATER PIPE AND FITTINGS (PVC): A. Unless otherwise specified on the plans, 1/2 inch PVC pipe shall be Class 315, 3/4 inch or larger PVC shall be Class 200. All thermoplastic PVC pipe shall fulfill the requirements of ASTM D2241, Class 200, DR 14. B. Where specified on the plans, Schedule 40 PVC pipe shall be PVC 1120 and shall meet requirements of ASTM D 1785. C. PVC, DR 14, shall meet or exceed requirements of AWWA C-900, latest revision, with cast iron outside dimensions and with rubber ring bell joint Which shall be an integral and homogeneous part of the pipe barrel GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON I TEXAS DIVISION 2 -SITEWQRX PAGE SECTION 02610 -PIPE AND FITTINGS 02610-2 ·"' , conforming to ASTM D 3139, latest revision." Rubber gaskets shall conform to ASTM F 477. D. PVC water pipe shall be listed by Underwriter Laboratories and approved for use in cities and towns of Texas by the state Board of Insurance. E. The rigid PVC pipe shall bear the seal of approval (or "NSF" mark) of the National Sanitation Foundation Testing Laboratory for potable water pipe. ·,i F. Pipe shall be made from NSF approved Class 12454-A or B PVC compound conforming to ASTM D 1784 resin 1specification. 1 2.3 CAST IRON PIPE/DUCTILE IRON PIPE AND FITTINGS (C.I.P.) (D.I.P.): A. Unless otherwise specifically shown on the plans, or ·approved in writing, shall conform to ANSI A21.51 (AWWA , C151, latest revision), 200 psi working pressure, and Jshall be centrifugal cast pipe of rubber gasket type joint, furnished in 16' or 18' nominal laying lengths. All such pipe shall bear a mark denoting approval by ,.. ,the Underwriters Laboratories. B. B. Cast iron pipe under these specifications shall have a tensile strength of 21,000 Ibs. per square inch and 45,000 lbs. per square inch modulus of rupture. All such pipe shall be manufactured in accordance with ANSI "Manual for Thickness Design of Cast Iron Pipe", and shall be designed for 200 lbs. water working pressure, · I 12 feet of cover, and field condition B. C. Ductile iron pipe shall be manufactured from metal having a minimum tensile strength of 60,000 lbs. per square inch, a minimum yield strength of 40,000 Ibs. 1 per square inch and a minimum elongation of 18 percent J(60-40-18), and shall meet all requirements of AWWA Specification C150 and C151, latest revision, Class 56. j D. Joints for cast iron or ductile iron pipe shall be: • J 1. PUsh-on joint with rubber gasket conforming to ANSI A21.11 (AWWA Clll) of latest revision, or :.l 2. Mechanical j oint conforming to ANSI A21.11 (AWWA Cl11) of latest revision, or 3. Bell and spigot joints conforming to ANSI A21.11 (AWWA Cl1l), of latest revision, or 4. Flanged joint conforming to ANSI/AWWA I i_ I I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMEN'l'S 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IHPROVEHEN'l'S DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02610 -PIPE AND fITTINGS 02610-3 C110/A21.10, 250 psi working pressure, drilled and faced to match ANSI B-16.l, 125# Class. E. Fittings for cast iron or ductile iron pipe shall be rated for a minimum of 250 psi working pressure and shall be: (shown on plans) 1. Mechanical joint fittings conforming to ANSI A21.11 (AWWA C111), of latest revision, or 2. Bell and spigot fittings, conforming to ANSI A21.11 (AWWA C111), of latest revision. 3. Flanged fittings, 250 psi working pressure, conforming to ANSI A21.l0 (AWWA C110), with rubber ring gaskets, drilled and faced to match ANSI B16.1, 125# Class. F. All ductile iron pipe shall have a standard thickness of cement mortar lining as specified in ANSI A21. 4, latest revision (AWWA C104), except for flanges, which will receive an inside tar coating in place of the cement mortar lining. G. All ductile iron pipe, valves, and fittings shall be coated on the outside with hot dipped coal tar varnish conforming to Federal Specification WW-WW-P-421 or, in lieu of coal tar coating, polyethylene encasement may be used for ductile iron pipe in accordance with ANSI/ASTM C 105/A21.5 latest revision. The film shall have a minimum nominal thickness of 0.008 inches (8 mils.). H. Bolts and nuts for mechanical joints or flanged ends shall be of a high-strength low-alloy corrosionresistant steel and shall conform to ASTM Designation A 325 (Type 3). 2.4 POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS: A. All pipe and fittings shall be suitable for use as a gravity sewer conduit and shall conform to ASTM D3034 (SDR 35), latest revision, minimum pipe stiffness, 46 psi. Pipe shall be similar to Certainteed Fluid-Tite PVC pipe, Johns-Manville Ring-Tite PVC Gravity Sewer Pipe, or approved equal. B. Joints for PVC sewer pipe shall be integral bell gasketed joint designed so that when assembled, the elastomeric gasket inside the bell is compressed radially on the pipe spigot to form a positive seaL GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN Of ADDISON, TEXAS DIVISION 2 -SITBWORK PAGE SBCTION 02610 -PIPB AND FITTINGS 02610-4 ,The joint shall be so designed to avoid displacement of , the gasket when installed in accordance with the manufacturer's recommendation. Joints shall conform to ASTM D32l2, latest revision. Gaskets shall conform to · ! ASTM F477, latest revision. 2.5 DUCTILE IRON SEWER PIPE AND FITTINGS: (IF APPLICABLE) · 1 1 jA. Ductile iron gravity sewer pipe shall conform to ASTM A746, latest revision. ANSI A2l.5l or AWWA C1Sl, latest revisions, Class 52. B. Joints for ductile iron pipe shall be: 1. Mechanical joint, conforming to ANSI A2l.ll (AWWA Clll) of latest revision, or 2. Push-on joint, with rubber gasket as described in ANSI A2l.ll (AWWA Clll) latest revision. C. Cement-mortar lining shall conform to ANSI A2l.4. j PART 3 -BXBCUTION 3.1 SCOPE: A. The work to be performed under this section shall include all labor; materials, equipment, transportation, all excavation, installation, and all backfill, testing and facilities necessary for proper · , , installation of all water lines, and all distribution lines as shown on the plans, and/or as herein specified. , " B. All lines shall be constructed from the utility mains, shown on the drawings or connecting to utility service lines. The contractor shall be responsible to check all elevations of inverts of existing pipes before construction of station piping or mains. · 1 C. Utility extension, rerouting and connection costs shall be paid and arranged for by contractor. All costs involved in extending, rerouting and connecting the utili ties whether or not part of the work must necessarily be performed by the various utility company crews shall be paid by this contractor. Any charges ,for connections to mains, valving, extending to ! property line or building, furnishing equipment, etc., shall be paid for as a part of the work of this section. Regardless of whether the OWner may have to sign with the utility company for any or all of these services, the contractor shall include in his bid all fees, city inspection charges, permit charges, work , I · , GINN, INC. -CONSULTING ENGINEERS MILDRED STREBT IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02610 -PIPE AND FITTINGS 02610-5 charges, etc., and shall be ready to deposit with the utility company said fees when required at time of Owner's signing for same. D. All welding operations shall be in strict accordance with AWWA C206 and AWS D1.1, structural Welding Code. The Contractor shall submit qualification test results for all welders prior to commencing construction. 3.2 EXISTING SITE CONDITIONS: A. Existing utilities: Locations and sizes of existing utilities as shown on the drawings are based on the best available information and may not be entirely correct. Exact location, depth and size must be verified by the contractor in the field. Additional compensation will not be allowed if damage to the utilities results because of minor discrepancies between locations shown on the drawings and actual field locations. Relocation of utilities in place shall be done whether or not such work is specifically shown on the drawings. B. Any existing utilities that may be shown shown on the drawings or the location of which is made known to the contractor prior to excavation shall be protected from damage during the excavation and backfilling of trenches and, if damaged, shall be repaired by the contractor at his expense. C. Any existing utility that is not shown on the drawings or the location of which are not known to the contractor in SUfficient time to avoid damage, if inadvertently damaged during excavation, shall be immediately repaired by the contractor due to the existence of utilities that are not shown on the drawings or the location of which is not known to the contractor at the time of bidding. D. Any existing utility lines and services shall be maintained at all times, except for such short periods of time as may be necessary to actually make connections to new work to the existing system. When it is necessary to temporarily interrupt service for the above purpose, such shall be done only at such date and time as may be established in advance by the Engineer. Those lines shown on the drawings to be abandoned or removed shall not be abandoned or removed until after it has been determined that they are no longer required for service and until such action has been approved by the Owner and the Engineer. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS PiViSiON 2 -SITEWORK PAGE SECTION 02610 -PIPE AND FITTINGS 02610-6 3.3 LINES, GRADES, STAKES AND TEMPLATES: A. The Contractor shall, at his own expense, furnish all stakes, templates, patterns, platforms and labor, including a person qualified to layout all of the work. B. The engineer will furnish, upon request from the Contractor, limit marks and bench marks reasonably necessary for the execution of the work. C. It shall be the Contractor's responsibility to protectthese limit marks and bench marks set by the Engineer. Should the marks become destroyed or damaged, the cost of their replacement will be at the contractor's expense. D. The Engineer may furnish a representative to check alignment and grade, after it has been laid out readyfor construction; however, this will in no way lessen the responsibility of the Contractor to see that grade and alignment are correct at all times. E. The lines and grade of the piping, as well as the location of valves, tees, meters and all other appurtenances, will be as shown on the plans or as directed by the Engineer. F. The Engineer reserves the right to indicate which phases of the project will receive priority in construction. G. The Contractor shall give the Engineer a minimum of forty-eight (4S) hours notice for any engineering or inspection necessary to continue or complete the work. H. No deviation shall be made from the required line or grade without written approval from the Engineer. 3.4 EXCAVATION: A. The Contractor shall perform all excavation that may be required for the installation of any and all parts of this section. B. All excavations shall be made by open cuts except as shown on the plans. The sides of the trench shall be kept as nearly vertical as possible, especially from the trench floor to a level on one (1) foot above the top of the pipe. Trench bottoms shall not be less than 12 inches wider nor more than 16 inches wider than the outside diameter of the pipe laid therein, and shall be excavated true to line, so that clear space of not less than 6 inches nor more than 12 inches in width is GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBllS SANZTARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS . , _ , 1 i I I DIVISION 2 -SITEWORK PAGE SECTION 02610 -PIPE AND FITTINGS 02610-7 provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of pipe or undisturbed soil at every point along its entire length, except for positions of the pipe sections where it is necessary to excavate for bell holes. Bell holes shall be excavated only to an extent sUfficient to permit accurate work in the making of the joints and to insure that the pipe, for a maximum of its length, will rest upon the prepared bottom of the trench. The bottom of all trenches shall be rounded so that at least one-fourth (1/4) of the circumference of the pipe rests firmly on undisturbed soil. If the contractor should, be error, excavate below the proper elevation for the bed of the pipe or should he desire to sUbstitute an approved granular backfill, properly tamped, for supporting the pipe to the same extent as the shape trench bottom, then the contractor must bring the trench trench bottom to the proper grade by refilling, at the Contractor's expense, with an approved granular backfill. This backfill material shall be sand or fine gravel that does not contain large rocks or other deleterious materials and should be placed so that it is at least 6 inches deep below the bottom and so that the lower one-third (1/3) of the pipe is uniformly supported on undisturbed soil. C. All excavation shall be placed on one side of the trench, unless permission is given by the Engineer to place it on both sides. Excavated materials shall be placed so as not to endanger the work, and so that free access may be had at all times to all parts of the trench. D. The Contractor shall provide, without additional compensation, suitable temporary channels for the water that may flow along or across the site of the work. Any water pumped from the trenches, or other excavations, must be disposed of in a mannersatisfactory to the Engineer. 3.5 BRACING AND SHORING: A. The Contractor shall, when necessary or when directed by the Engineer, furnish, put in place, and maintain all without additional compensation, such sheeting, bracing, etc., as may be required to support the sides of the excavation and to prevent any movement which can in any way damage adjacent pavement or other structures, damage or delay the work or construction, or endanger life and health. Care shall be taken to prevent voids outside the sheeting, but, if voids are formed, they shall be immediately filled and rammed to the satisfaction of the Engineer. GINN, INC. -CONSULTING ENGINEERS HILDRED STREET XHPROVEHENTS 17103 PRESTON ROAD SUITE 100 LB11S SANXTARY SEWER XHPROVEHENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02610 -PIPE AND FITTINGS 02610-8 B. For the purpose of preventing injury to persons,corporations or property, whether public or private,(where the liability for damage on account of which is to be assumed entirely and solely by the contractor under this contract) he may also leave in place, to be embedded in the backfill of the trench any and all · I sheeting, bracing, 􀁾􀀠',c., in addition to that ordered in writing by the Engi) sr to be left in place. 1.A C. All voids left by th withdrawal of sheeting shall be immediately refilled and compacted by ramming or otherwise, as may be directed. D. The right of the Engineer to order sheeting and bracing , 1 left in place shall not be construed as creating an obligation on his part to issue such orders; and his • J " failure to exercise his right to do so shall not relieve the Contractor from liability or damages to persons or property, occurring from or upon the work of constructing the sewer occasioned by negligence or otherwise, growing out of the failure of the Contractor ,1to leave in place in the trench sufficient sheeting and 􀀭􀁾􀀠bracing to prevent any caving or moving of the ground j adjacent to the banks of the trench. 3.6 DEWATERING: .1 The Contractor shall at all time during construction, · , provide and maintain ample means and devices with which to promptly remove and properly dispose of all water enteringthe pipe trenches or excavations, and keep said excavations dry until the structures are poured and the concrete has set. No pipes shall be laid, nor pipe joints made, in water; not shall water be allowed to rise over masonry or mortar until the concrete or mortar has set at least twentyfour (24) hours. 3.7 BEDDING MATERIAL: A. Six inches of granular material shall be used to receive the pipe barrel and each pipe section, when in place, shall have a uniform bearing on the granularmaterial for the full length of the pipe barrel. Pipeshall not be laid unless the granular material is free of water and in a condition satisfactory to the Engineer. Adjustments of the pipe to line and grade :.j [ shall be made by scraping away or filling in with gravel, or approved selected material, and not by wedging or blocking up the bell. After pipe is in place, 12" of select material shall be placed above the pipe prior to backfilling with native material. , , · ; c : i , , I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IHPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IHPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02610 -PIPE AND FITTINGS 02610-9 B. Bedding material will not be measured or paid for as a separate item. The cost thereof will be included in the unit price bid. C. In no case will extra compensation be allowed for furnishing any bedding material required to complete the installation of pipe. 3.B PROTECTION AND INSTALLATION: A. Care and precautions shall be taken to prevent the introduction of foreign materials into the existing system. Well fitted stoppers or bulkheads shall be securely place in all openings and in the end of the line when construction is stopped temporarily and at the end of each day's work. It shall be the responsibility of the Contractor to deliver to the Owner a pipeline which is clean throughout its entire length. B. Bell holes of ample size shall be cut under and around all joints to provide adequate room for making joints and to assure that the barrel of the pipe rests uniformly and in continuous contact with the supporting ground for its entire length. C. Water will not be permitted in the trenches while the pipe is being laid. The Contractor shall not open up more trenches than the available pumping facilities are able to dewater to the satisfaction of the Engineer. D. A tolerance of 1" from the established grade may be permitted, if approved by the Engineer, in order to prevent excessive breaks in alignment at the joints to such an extent that the joints cannot be properly made. E. The interior of the pipe shall be clean and joint surfaces shall be clean and dry when the pipe is lowered into the trench. Each pipe, fitting, and valve shall be lowered into the trench carefully and laid true to line and grade. F. All joints shall be made in strict accordance with the manufacturer's specifications. 3.9 THRUST BLOCKS: A. 2000 psi concrete shall be placed for blocking at each change in direction of all pressure pipelines in such manner as will substantially brace the pipe against undisturbed trench walls. Concrete blocking, made from Type 1 cement, shall shall have been in place four days prior to testing the pipeline as hereinafter specified. Test GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11B SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORR PAGE SECTION 02610 -PIPE AND FITTINGS 02610-10 may be made in two days after completion of blocking if Type III cement is used. B. At all points where wet connections are made to existing, mains, the tapping connection fittings shall be supported by blocking up to the spring line with 2000 psi concrete. C. All valves shall be supported by a 2000 psi concrete pad, 6 inches thick and of sufficient size to rest against undisturbed earth, unless shown otherwise on plans. 3.10 CONNECTIONS AND APPURTENANCES: A. The Contractor shall make the alterations and the necessary connections to existing water mains as shown on the plans. Such connections shall be made at such times and in a manner that will be agreeable to the Owner in each case, when the work is started, it shall be prosecuted expeditiously and continuously until completed. B. Where it is necessary or indicated in the plans, connections to existing mains under pressure shall be made by tapping connection fittings. Where it is possible possible to valve off the section of existing main where the connection is to be made, the Contractor may have the option of either connecting by means of tapping connection fittings or by cutting the main and using standard fittings. C. Tapping sleeves, crosses and valves shall be of standard manufacture and mechanical joint type to fit AWWA pipe specifications in Classes A, B, C, and D. Tapping sleeves and crosses shall be designed for minimum working pressure of 200 pounds per square inch. connecting flanges on tapping sleeves, crosses and valves shall be ASA Class 125. Tapping valves shall be designed for minimum working pressure of 200 pounds per square inch. 3.11 CLEANUP: A. In areas where the piping has been backfilled, the Contractor shall clear the surrounding ground, and shall dispose of all waste materials .and debris resulting from his operations. He shall fill and smooth over holes and ruts and shall repair all miscellaneous and unclassified ground damage done by him, and shall restore the ground to such stable and usable conditions as may reasonably be required, consistent with the conditions of the ground prior to the laying of the piping. · ,i • j · 1 · ! · i • 1 I ..1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEHENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IHPROVEHENTS DALLAS, TEXAS PROJECT NO. 439 TOWH OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02610 -PIPE AND FITTINGS 02610-11 3.12 TESTING OF WATER LINES: A. After all pipe is installed and flushed of dirt and foreign material, the pipe shall be filled with water, care being exercised to expel all air from the pipe. During the test period, pipe, valves, meter, fittings, and joints shall be carefully examined for defects. Any observed leaks or defective pipe shall be satisfactorily repaired or replaced at the expense of the Contractor and the test repeated until the section under test is within the limits prescribed. All new piping or parts thereof shall be tested under hydrostatic pressure of 150 pounds per square inch, for a period of two hours if joints are exposed, or for a twenty-four (24) hour period if joints are covered, or as directed by the Engineer. B. Care shall be taken to insure that water mains existing prior to this contract are not pressure tested. Any old mains damaged by pressure testing shall be repaired at the expense of the Contractor. C. Leakage shall be measured by an approved calibrated meter through which all of the water required to maintain test pressure is pumped. D. All testing shall be performed in the presence of the Engineer. E. The Contractor shall furnish the pump, pipe, connections, closure fittings, gauges meters, water and all other necessary apparatus and shall furnish all labor and do all work required to make the tests. All costs of testing shall be borne by the contractor. F. Testing operations shall remain in operation for a minimum of two (2) hours or until approved by the Engineer. For cast iron, ductile iron, pvc, and PCCP pipe, the allowable leakage shall not exceed 11.65 gallons of water per day per mile of pipe per inch of nominal diameter, for pipe in 18 foot lengths when evaluated at a pressure of 150 psi in accordance with AWWA C600, section 4. There shall be no allowable leakage from steel pipe. No allowance will be made for possible leakage through any valve without the Engineers approval. If the line under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. G. Any and all known leaks shall be stopped regardless of the test requirements. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LEl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWQRK PAGE SECTION 02610 -PIPE AND FITTINGS 02610"-12 3.13 DISINFECTION: A. After completion of the installation, the water lines shall be thoroughly flushed out to remove dirt and foreign matter, hydrostatically tested, and then be sterilized in accordance with the" requirements of the Texas Department of Health and AWWA C601. B. When the piping is sterilized; at least two (2) samples of water shall be extracted from the system for examination by the Texas Department of Health to determine whether the system is free of organisms of the Coil-Aerogenes group. If the samples submitted do not show negative for such organisms, the piping shall be disinfected and redisinfected by the Contractor in accordance with the requirements of the Texas Department of Health until the system is free of contamination. All materials and labor required for complete sterilization of the piping shall be furnished by the Contractor at no additional expense to the Owner. 3.14 MEASUREMENT: A. PIPING piping, fittings, fittings, and flanges will be measured for payment. The cost of these items shall be included in the Contract Unit Price for the item. This item includes all nuts, bolts, gaskets, and other incidentals needed for completion of the project as specified on the plans. 3.15 PAYMENT: Payment for Piping will be included in the Contract unit Price, which price shall constitute full compensation for furnishing all pipe, pipe joints, fittings, specials and all other materials not particularly specified, for furnishing all labor, tools, equipment and incidentals and performing all work including preparation of right-of-way, excavation, pipe installation, painting, backfill (where required), testing, sterilization, cleanup and any other operations essential to completing the work as shown on the Contract Drawings. END OF SECTION , , " i 'j " 1, • J J GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWlll' OF ADDISON, TEXAS 1 DIVISION 2 -SITEWORK PAGE SECTION 02615 -DUCTILE IRON PIPE 02615-1 PART 1 -GENERAL 1.1 SCOPE: Ductile iron pipe, fittings and specials are to be installed at the line and grade shown on the plans and as specified in these Contract Documents. 1.2 RELATED WORK: A. section 02610 -Pipe and Fittings B. Section 02221 -Excavation, Trenching and Backfilling for utilities. PART 2 -PRODUCTS 2 . 1 MATERIALS : A. For description of designated materials to be used on this project, see Section 02610. PART 3 -EXECUTION 3.1 PIPE HANDLING: A. All pipe, fittings and specials shall be lowered into the trench by derrick, tripod, crane or other suitable method. Rolling or dumping it into the trench will not be permitted. Pipe and fittings shall be handled in such a manner as not to damage the coating. All dirt and trash shall be removed from the barrel and the ends of the pipe while it is suspended. Slings shall be used to handle all pipe and 􀁦􀁩􀁴􀁴􀁩􀁮􀁧􀁳􀁾􀀠no hooks will be permitted. B. Where it becomes necessary to deflect the pipe to avoid obstruction the deflection of each joint must be· approved by the Engineer. C. The pipe is to be kept clean during the laying operation and free of all dirt and trash and, at the close of each operating day, the open end of the pipe is to be effectively sealed against the entrance of all objects and, especially, water. 3.2 JOINT-MAKING: The types of joints to be used for the various sizes of pipes will be as specified in Section 02610, Pipe and Fittings. The methods of making each type of joint will be as follows: GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORI SECTION 02615 -PUCTILE IRON PIPA. Mechanical Joints: PAGE 02615-2E The Contractor shall wire brush and thoroughly clean the surfaces with which the gasket comes in contact on the bell and spigot. The cleaned surfaces of the bell and spigot shall then be lubricated with a nontoxic vegetable soap lubricant just prior to slipping the gasket over the spigot end and into the bell. The follower ring shall than be bolted into compression against the gasket, with the follower bolts tightened to the following torque range: Bolt Size in Inches Range of Torque in Foot Lbs. 5/8 40 -60 3/4 60 -90 1 70 -100 1-1/4 90 -120 A torque indicating wrench shall be used to obtain the specified torque range. The gland shall be tightened toward the flange, maintaining approximately the same distance between the gland and the face of the flange at all points around the socket. If effective sealing is not attained at the maximum torque indicated above the joint shall be disassembled and reassembled after thorough thorough cleaning. overstressing of bolts to compensate for poor installation practice will not be permitted. B. Slip-On Joints: Slip-on joints, such as Tyton, Bell-Tite, or Fastite, shall be made in the following manner. The gasket and the gasket seat inside the bell shall be wiped clean of all extraneous matter. Place the gasket in the bell in thin film of nontoxic vegetable soap lubricant to the inside of the gasket and the outside of spigot prior to entering the spigot into the bell. Force the spigot home in the bell by use of a crow bar or a fork tool on sizes 2 inches through 8 inches or by use of a jack on sizes 10 inches and larger. When using a field cut plain end piece of pipe taper the outside cut end of the pipe about 1/8 inch back at an angle of 30 degrees with a portable grinder or a coarse file before making up joint. C. Flanged Joints: Flanged connections shall be made by means of erection bolts and drift pins without undue forcing and with no restraint on the ends of the pipe or fitting which would prevent pressure from being evenly and uniformly '1 . 1 j < 1 , , < , < , i < 1, I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SAlUTARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK SECTION 02615 -DUCTILE IRON PIPE PAGE 02615-3 applied to the gasket. The pipe free to move in any direction shall be gradually tightened, or while each fitting must be bolting. Bolts in turn, at a uniform rate around the entire flange. Flange bolts shall be installed with all bolt heads in one direction. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1, c I '1 i , j , j, , 1 , :..,! ) ,1 .. ( DIVISION 2 -SITEWORK PAGE SECTION 02618 -PRETENSIONED CONCRETE CYLINDER PIPE 02618-1 PART 1 -GENERAL (To be used for water line lowering) 1.01 SCOPE This section covers Pretensioned reinforced concrete pipe with a steel cylinder and steel fittings lined and coated with concrete or mortar, to be furnished and installed as shown on the drawings. Pipe shall be furnished and installed complete with all jointing materials and accessories, anchors and blocking, and other necessary appurtenances, in accordance with AWWA Manual M-9 -"Installation of Concrete Pipe". 1.02 GOVERNING STANDARD Except as modified or otherwise provided herein, the manufacture of pretensioneed cobe governed by AWWA C303information required in the fostandard is as follows: ncrete cylinder pipe shall 78. The supplementary reword of the governing Tabulated Layout Schedule (Sec. 1.5.2) Required. Identification Marks (Sec. 1.6) Required. Steel Test Reports & Specimens (Sec. 1.9.3) and (Sec. 1.9.4) Not required. Rubber Gasket Test Results (Sec. 1.9.5) Not required. Affidavit of Compliance (Sec. 1.10) Required. Concrete Aggregate Samples (Sec. 2.2.3) Not required. Design Calculations (Sec. 3.2.1) Required. Welding Details (Sec. 3.5.2) Not required. Specials and Fittings (Sec. 4.1) As specified herein. Structural Steel Connections Interior lining (Sec. 4. 2 . 3 ) required. 1.03 THRUST RESTRAINTS In lieu of concrete thrust blocks, contractor shall weld joint rings, designed to resist thrust of test pressures, or minimum 200 p.s.i. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DXVXSXON 2 -SXTEWORK PAGE SECTXON 02618 -PBETENSXONED CONCRETE CYLXNDER PXPE 02618-2 • 1 PART 2 -PRODUCTS 􀁾􀀠􀁾􀀠,2.01 MATERIALS ,! Unless otherwise specified herein, all materials used in the manufacture of pipe, fittings, and accessories shall conform to AWWA C303-7S. A. Fine Aggregate Clean natural sand, ASTM C33. Artificial or manufactured sand will not be acceptable. " B. Gaskets AWWA C303, sections 2.S :. J and 3.􀁾􀀴􀀬􀀠except polymer shall be synthetic rubber. Natural rubber will not be acceptable. 􀀮􀁾􀀠􀀮􀁾C. Joint Diapers ,,I 24 Inch Pipe and Smaller cotton or fiberglass fabric with wire in hems or burlap fabric with steel strap in hems, at least 7 inches wide. 30 Inch pipe and Larger Burlap or fiberglass fabric with steel strap in hems, at least 9 inches wide. D. Flanges AWWA C207. E. Joint Harness i'1Bolts ASTM A193, Grade B7. ! . , Nuts ASTM A194, Grade 2H. 2.02 BASIS OF DESIGN A. Design criteria. All pipe, fittings and specials shall be designed for a combination of the following internal, external and surge pressures: ,􀁾􀀠i L Internal Pressure: 150 psi minimum or higher as indicated in Pipeline Schedule. 2. External Pressure: 6.0 feet of cover minimum or such greater pressures and earth loads as shown on the drawings. J GINN, INC. -CONSULTING ENGINEERS KXLDRED STREET XKPROVEKENTS 17103 PRESTON ROAD SUITE 100 LB11S SANXTARY SEWER XKPROVEKENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDXSON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02618 -PRETENSIONED CONCRETE CYLINDER PIPE 02618-3 B. Inspection and Testing. 1. Shop Inspection. When specified in Job Conditions, pipe, fittings and specials will be inspected at the manufacturer's plant by the owner's Agent. The costs of such inspection will be paid by the OWner. 2. Shop Visits. The Owner's Agent shall at all times have free access to the manufacturer's plant while production is in progress. 3. Shop Testing. In accordance with the requirements of AWWA C303, Section 1.9. Pipe manufacturer shall provide copies of mill test reports, steel specimens, gasket rubber and related test reports when requested by Owner's Agent. 4. Shop Welding. Manual-welding operators shall be qualified under Section IX, Part A, of the ASHE Boiler and Pressure Vessel Code. 5. Inspection by the Owner's Agent, or failure to provide inspection, shall not relieve the Contractor of his responsibility to provide materials and perform the work in accordance with the specifications. C. pipe Rejection. Pipe may be rejected for failure to meet any of the following items: 1. If adequate means and methods are not provided so as to insure the manufacture of a product of uniform quality. 2. A piece broken out of the pipe. 3. Any crack extending entirely through the barrel of the pipe or to the steel cylinder or rods. 4. Any shattering or flaking of concrete at a crack. 5. Any excessive surface cracking due to temperature conditions. Pipe manufacturer shall control these cracks by adequate concrete mix, curing or preservation of moisture in pipe interior during yard storage and shipment to job site. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LElla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGB SECTION 02618 -PRETENSIONID CONCRETB CYLINDER PIPB 02618-4 D. Reference Standards 1. specifications of the American water Works Association (AWWA) listed below shall apply to this Section: C-207 steel Pipe Flanges C-303-78 Pretensioned Concrete Pressure pipe, Steel Cylinder Type, For Water and Other Liquids 2. Specifications of the American society for Testing and Materials (ASTM) listed below shall apply to this section: A194 Carbon and Alloy Steel Nuts for Bolts for High Pressure and High Temperature Service A325 Specification for High-Strength Bolts for Structural Steel Joints, including suitable Nuts and Plain Hardened Washers 2.03 FITTINGS AND SPECIALS In addition to straight pipe, all bends, tees, adapters, closure pieces, blowoff fittings, and other fittings or specials shall be furnished as indicated on the drawings or required to complete the work. Except as modified or otherwise provided herein, the design and manufacture of fittings and specials shall be ,governed by the the same requirements as the connecting piping. A. Connections. Connections to concrete pipe shall be of the types indicated on the drawings. The following requirements shall govern connections to concrete pipe. 1. Flanges Ring type except where otherwise permitted. Diameter, and ThickDrilling ness ANSI AWWA B-16.1, 125# Class C207, Class E. or Finish Flat faced with concentric or spiral serrated finish. Bolts and Gaskets As specified for ting piping. connecTapped Holes ANSI Bl.l, coarse thread, Class 2B fit. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN Oli' ADDISON, TBXAS 1 , j ; i " , 1 , , , , , :.., DIVISION 2 -SITEWORK PAGE SECTION 02618 -PRETENSIOHED CONCRETE CYLINDER PIPE 02618-5 2. Mechanical Joints ANSI A21.11. 3. Threaded Connections ANSI B2.1, NPT. 4. Mechanical Couplings Plain end steel spigots at least 12 inChes long. B. Blowoffs. Each blowoff shall be arranged to provide a horizontal flanged drain line connection. One of the following arrangements shall be employed: 1. Tangential flanged outlets. 2. Radial flanged outlets, plus a 60 degree flanged cast iron or cast steel bend for each. C. Fittings. Fittings shall comply with Section 4 of AWWA C303. Fittings shall be designed for the same loads and internal pressures as the adjacent pipe. D. Anchored Joints. Where indicated on the drawings, joints shall be anchored by clamps, set screws, bolt harness assemblies, or other method acceptable to the Engineer. Welding the joint rings will be acceptable. Harness bolts, if used, shall be designed on a basis of 60,000 psi. Each anchored pipe shall be designed to resist thrust of the magnitude, resulting from application of the specified hydrostatic test pressure. E. Reducers. Tapered reducers shall be provided at the locations indicated on the drawings. Reducers shall be concentric and shall have a diametrical reduction of not more than 3 inches per foot of length. 2.04 MARKING Each pipe, fitting, or special section shall have plainly and permanently marked thereon: A. Pipe class. B. Date of manufacture. C. Manufacturer's name or trademark. D. On bends, the angle turned thereby. E. Identification of specials to show proper location in line. Markings shall be idented in the pipe or painted thereon with waterproof paint. GINN, INC. -CONSULTING ENGINEERS MJ:LDRED STREET J:MPROVEHBNTS 17103 PRESTON ROAD SUITE 100 LallB SANITARY SEWER J:MPROVEHBNTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDJ:SONI TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02618 -PRETENSIONJD CONCRETE CYLINDER PIPE 02618-6 PART 3 -EXECUTION : j , 3.01 HANDLING -, concrete pipe and fittings shall be handled carefully and ishall not be bumped or dropped. Hooks shall not be permitted to come in contact with joint surfaces. 3.02 CLEANING The interior of all pipe and fittings shall be thoroughly cleaned of foreign matter before being installed and shall be kept clean until the work has been accepted. All joint contact surfaces shall be kept clean until jointing is completed. :] Every precaution shall be taken to prevent foreign material from entering the pipe during installation. No debris, tools, clothing, or other materials shall be placed in the pipe. Whenever pipe laying is stopped, the open end of the pipe shall be sealed with a watertight plug which will prevent trench water from entering the pipe. 3.03 ALIGNMENT Piping shall be laid to the lines and grades indicated on the drawings. pipelines or runs intended to be straight shall be laid straight. CUrves may be formed by using fittings or beveled joints or by opening the joints. The -􀁾􀀠 Contractor is responsible for using approved methods to J ; maintain the alignment and grade of the pipe. 3.04 LAYING PIPE Pipe shall be protected from lateral displacement by pipe embedment material installed as specified in the excavation and trenching section. Under no circumstances shall pipe be laid in water and no pipe shall be laid under unsuitable weather or trench conditions. pipe shall be laid with bell ends facing the direction of , j laying except when reverse laying is specifically permitted by the Engineer. 3.05 JOINTING · ; Rubber and steel joints shall be installed in accordance with the pipe manufacturer's recommendations. Immediately before the pipe is jointed, all exterior spigot and , 1 · iinterior bell surfaces shall be thoroughly cleaned and well , jlubricated. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS · 1 DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS i DIVISION 2 -SITEWORK PAGE SECTION 02618 -PRETENSIONED CONCRETE CYLINDER PIPE 02618-7 kept clean. The rubber gasket shall then be stretched over the spigot and settled into the spigot groove, and the pipe pushed or pulled into final position. The position and condition of the rubber gasket shall be checked before the next piping unit is installed. In jointing 30 inch or larger concrete pipe, steel inserts shall be used to prevent the pipe from entering to the full depth of the bell until the position of the gasket has been checked. Joint space outside the rubber gasket shall be filled with grout. To prevent entrance of earth into the joint space before grouting and to serve as a form for the grout, a diaper shall be placed around the outside of the joint. Grout shall be composed of one part portland cement and 2 parts sand, mixed to a pouring consistency and constantly stirred while being poured to prevent segregation. Sand for grout shall be clean masonry sand passing a 16 mesh sieve. Grout shall be poured between the diaper and the pipe and allowed to run down around to the bottom of the pipe. The grout shall be rodded, while being poured, with a stiff wire curved to the approximate radius of the pipe. The joint recess shall be completely filled at all joints. Not less than two lengths of pipe shall be in final position in advance of joint grouting. If pipe embedment operations are resumed before the grout has attained initial set, extreme care shall be taken to prevent damage to the grout while placing and compacting embedment material. After trench backfilling operations over the pipe have been completed, the inside joint recess of all 30 inch or larger concrete pipe shall be filled with stiff mortar mixed in proportions of one part portland cement to 2 parts masonry sand passing a 16 mesh sieve. Joint surfaces shall be damp, but free from surface water when the mortar is placed. Mortar shall be thoroughly compacted and. finished smooth. All excess mortar shall be removed from the pipe. 3.06 CONNECTIONS WITH EXISTING LINES Where connections are made between new work and existing piping, such connections shall be made using suitable fittings for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with service to customers affected thereby, and as authorized by the Engineer. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatered lines and excavations without damage to adjacent property. GINN, INC. -CONSULTING ENGINEERS KILDRED STREET IKPROVEKENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IKPROVEKENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02618 -PRETENSIQNED CONCRETE CYLINDER PIPE 02618-8 , \ Special care shall be taken to prevent contamination when dewatering, cutting into, and making connections with existing pipe. No trench water, mud, or other contaminating substances shall be permitted to get into the lines. The interior of all pipe, fittings, and valves installed in such connections shall be thoroughly cleaned and then swabbed with a solution having a chlorine content of 200 milligrams per liter. 3.07 CONCRETE ENCASEMENT AND BLOCKING Concrete encasement and blocking shall be installed where and as indicated on the drawings. Concrete and reinforcing steel shall be as specified in the cast-in-place concrete section. All pipe to be encased shall be suitably supported and blocked in proper position and .shall be anchored against flotation. Blocking shall bear against undisturbed earth. 3.08 PROTECTIVE COATINGS Unless otherwise specified, metal surfaces shall be protected as specified herein. A. SJ;op Coatings. Bolts, flange faces, and steel joint rl.ngs shall be shop coated with rust preventive compound, Houghton "Rust Veto 344" or Rust-Oleum "R-9." All other metal surfaces shall be shop primed with Koppers "Bitumastic Mill Undercoat" or Valspar "35-J-6 Bituminous Black." B. Surfaces Exposed Underground. All metal surfaces which will be in contact with backfill after installation (not encased in concrete) shall be cleaned to remove all rust and foreign materials, primed, and wrapped with two half-lapped layers of coal tar saturated fabric, Protecto Wrap "200GT" or Tapecoat "CT". The wrapping Shall be applied in accordance with the manufacturer's recommendations. Backfill adjacent to wrapped surfaces shall consist of clean sand or pea gravel. C. Surfaces Exposed in Manholes. All metal surfaces exposed inside manholes after installation shall be cleaned and given two coats of Kppers "Bitumastic Super Service Black," Tnemec "450. Heavey· Tnemecol," or Porter "Tarmastic 100." 3.09 LEAKAGE All joints shall be watertight and free from leaks. Each leak which is discovered during the pressure and leakage tests shall be repaired by and at the expense of the Contractor. ., 1 · , · \ .1 1 j · J : "l, 1 , : 1 . GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 2 -SITEWORK PAGE SECTION 02618 -PRETENSIONED CONCRETE CYLINDER PIPE 02618-9 3.10 PRESSURE TEST The following lines shall be subjected to a hydrostatic pressure test. The test pressure shall be maintained for at least two hours while the line is inspected. Line Test Pressure A -24" Diam. 200 psi The Contractor shall provide all necessary pumping equipment, piping connections between the piping and the nearest available source of test water, pressure gages, and other equipment, materials, and facilities necessary for the tests. All pipe, fittings, valves, pipe joints, and other materials which are found to be defective shall be removed immediately and replaced with new and acceptable material, by and at the expense of the Contractor. 3.11 PIPELINE SCHEDULE Working Working Line Pressure Surge Line A 125 psi 75 psi 3.12 DRAWINGS AND DATA Drawings, specifications, installation schedules, and other data showing complete details of the design, fabrication, construction, field locations and elevations, and and installation of pipe, fittings, specials, and connections, together with complete data covering all materials proposed for use in connection therewith, shall be submitted in accordance with the submittals section. The drawings and data shall include but shall not be limited to the following for each size and class of pipe. A. Pipe design. B. Details of specials. C. Laying schedule. 3.13 TRENCH SAFETY Trench Safety must be strictly adhered to during installation of all piping. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 􀀭􀁾􀀠.J DIVISION 3 CONCRETE GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS I TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS ., I DIVISION 3 -CONCRETE PAGE SECTION 03200 -CONCRETE REINFORCEMENT 03200-1 PART 1 -GENERAL 1.1 SCOPE: A. Reinforcing steel shall be of the type, size and quantity designated for use in structures as shown on the plans and in accordance with these requirements. All reinforcing steel shall be of domestic manufacture. B. Tests: Mill tests shall be made as required by ASTM specifications A615 and A185, and certified copies of all tests shall be provided to the Engineer prior to acceptance of any materials. C. Shop Fabrication: Insofar as possible, all bending of bars shall be done in the shop. Bending shall be done cold, and true to the shapes shown on the plans. Bar schedules shall be submitted prior to fabrication for approval of the Engineer. Bars shall be detailed and bent in accordance with the requirements of ACI Standard 315. D. Storing: Steel reinforcement shall be stored above the surface of the ground upon platforms, skids, or other supports, and shall be protected insofar as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, it shall be free from dirt, scale, dust, paint, rust, oil, or other foreign material. 1.2 RELATED WORK: A. Section 03300 -Cast-in-place Concrete PART 2 -PRODUCTS 2.1 GENERAL: A. All bar reinforcement shall be new billet steel conforming to the requirements of ASTM Specification A615, Grade 60. All bars shall be deformed as defined in "Building Code Requirements for Reinforced Concrete" (ACI-318) except those used for expansion joint dowels, where smooth bars are indicated on the plans. B. Reinforcement: 1. Deformed Bars. Use deformed bars conforming to ASTM A615 including Supplementary Requirements SI, grade as shown on drawings. Where grade is not shown on the drawings, use Grade 60. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE §ECTION 23220 -CONCRETE REINFORCEMENT 03200-2 2. Smooth Bars. Use smooth bars conforming to ASTM A36, ASTM A615, Grade 60, or ASTM A675, Grade 70 for all bars shown on the drawings to be smooth bars. C. Welding: Welding of reinforcing bars is prohibited. D. Welded Wire Fabric: Welded wire fabric shall be electrically-welded, cold-drawn wire (70,000 psi yield point) of gage and mesh size shown on the drawings and shall conform to "specifications for Welded Steel Wire Fabric for Concrete Reinforcement" (ASTM-185). Wire size and spacing shall be as shown on the plans. Flat sheets shall be furnished where noted. . , PART 3 -EXECUTION '-􀁾􀀠3.1 BENDING Reinforcement bars shall be bent cold to the shape indicated on the plans. All bending of hard grade new billet steel bars shall be done in the shop. Bends shall be true to the shapes indicated. 3.2 STORAGE Reinforcement shall be stored above the ground surface upon skids, platforms or other supports and shall be protected from mechanical mechanical injury and surface deterioration by exposure to the weather. When placed in the work, the reinforcements shall be free from dirt, rust, scale, paint, oil, or other foreign materials• .3.3 SPLICES No splices of bars, except when shown on the plans, will be permitted except upon the written permission and approval of the Engineer. Bars shall be rigidly clamped or wired at all splices in a manner approved by the Engineer. . , 3.4 DETAILING Completely detailed shop drawings and schedules should be submitted by the Contractor for review by the Engineer prior to fabrication. Shop drawings may not be made by reproducing the plans or contract documents. The bars shall be supplied in lengths which will allow them to be conveniently placed in the work and provide sufficient lap at joints. Dowels of proper length, size GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03200 -CONCRETE REINFORCEMENT 03200-3 and shape shall be provided for tying walls, beams, floors and the like together where shown, specified or ordered. Steel reinforcement shall be of the type and size, cut to lengths and bent to shapes as indicated on the plans. Unless otherwise indicated, hooks, laps. splices, and other details ot' reinforcement shall be provided asset forth in the ACI Building Code (ACI-318) and the "Manual of Standard Practice for Detailing Reinforced Concrete Structures" (ACI-315) to develop the full tensile strength of the bar. 3.5 PLACING REINFORCEMENT: Metal reinforcement when placed shall be free from mill and rust scale or any other coating that would destroy or reduce its bond with the concrete. When there is a delay in concreting operations and the reinforcement has been in place more than two (2) days, it shall be reinspected and, when necessary, cleaned. Metal reinforcement shall be accurately positioned and dimensional in accordance witht he plans and specifications. The bars and mesh shall be tightly secured against displacement by ties of annealed wire, of not less than No. 16 gauge, or suitable clips at intersections. Wall reinforcement shall be supported and held securely against displacement in its proper position clear of the forms as indicated on the plans. Nails shall not be driven into the wall forms to support reinforcement nor shall any other device used for this purpose come in contact with the form in the waterside of any water containing structure. The main reinforcement of slabs in contact with the ground shall be supported in its proper position, as indicated on the plans, by means of precase cement mortar blocks, or approved dimensions, resting on the slabs' subbase. such precast blocks shall be made of mortar composed of one part Portland cement and two parts sand with annealed wirecast into each block. The length of the Blocks shall be spaced at the intervals required to maintain the reinforcement in its required position in in the slab during the pacing of the concrete. The slab reinforcement shall not be used to support planking or runways used in placing concrete. In the case of floor slabs, galleries, deck slabs, and beams, metal chairs, spacers and other metal accessories necessary to provide the required clear distances and proper alignment and spacing between bars shall be used subject to the approval of the Engineer. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS 1 TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03200 -CONCRETE REINFORCEMENT 03200-4 Additionally, placement of reinforcement shall comply with the following: A. Comply with ACI 318. B. Placing: 1. Comply with recommendations of Concrete Reinforcing Steel Institute's "Recommended Practice for Placing Reinforcing Bars" and "Recommend Practice fo'r Placing Bar Supports". 2. Support and wire reinforcing bars together to prevent displacement by construction loads. 3. Lap welded wire fabric at least 1-1/2 meshes plus end extension of wires but not less than 12" in structural slabs. 4. Lap at least 1/2 mesh plus end extension of wires but not less than 6" in slabs on ground. 5. Extend mesh across supporting walls. 6. Adequate support for mesh shall be provided by the use of "chairs" to ensure that the mesh is completely surrounded by concrete and not less than 3 inches above the bottom of slabs on ground or 1/2-inch above form work. 7. Offset vertical bars in walls at least one bar diameter at lap splices., To insure proper placement, templates shall be furnished for all column dowels. 8. Make splices only as indicated on Drawings. -, , ,9. Do not bend reinforcement after being partially iembedded in hardened concrete except for field bent .J dowels. 10. Clean reinforcement of form oil or other bond inhibitors prior to placing concrete. . l 11. Where parallel reinforcement is placed in two or more layers, place reinforcing steel in upper layer directly above those in bottom layer with clear distance between layers not less than one bar diameter or 1". 3.6 CONCRETE PROTECTION FOR REINFORCEMENT I Steel reinforcement shall be placed and held in position so .' GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGEr SECTION 03200 -CONCRETE REINFORCEMENT 03200-5 that the concrete cover, as measured from the surface of the bar shall be as specified on the plans or specified by ACI-318. 3.7 PAYMENT No separate payment will be made for work performed in accordance with this section of the specifications, and the cost thereof shall be subsidiary to the work for which it applies. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON I TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-1 PART 1 -GENERAL 1.1 RELATED REQUIREMENTS: A. Comply with Division 1 -General requirements and referenced documents. B. This section of the specifications shall govern for the construction of structures or structural units requiring the use of concrete. C. All concrete structures and/or structural units shall be constructed in accordance with the design requirements and details shown on the plans, shall conform to other items of the specifications which are applicable to a complete installation, and shall be in conformity with the requirements contained herein. D. Form design shall be the full responsibility of the Contractor. 1.2 RELATED WORK: A. section 03200 -Concrete Reinforcement 1. 3 SUBMITTALS: A. Shop Drawings: 1. Show reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type, and other pertinent information, including dimensions. Information must correspond directly to data listed on the bill of materials. Submit bills of materials to be reviewed with shop drawings. 2. Indicate location of construction joints. 3. Do not make shop drawings using reproductions of Contract Drawings. Detail in accordance with ACI 315. 4. Submit in writing any request for modifications to Drawings and Specifications. Submitting shop drawings for review does not constitute "in writing" unless it is brought to attention of Engineer that specific changes are being suggested. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-2 B. Submit to Engineer for review by Testing Laboratory for proof of compliance with Specifications as follows: 1. Concrete: a. Proposed concreting materials. b. Proposed concrete mix designs. 􀁾􀀮􀀠 Reinforcing Steel: Submit the manufacturer's certificates giving the properties of steel proposed for use. List the manufacturer's test number and heat number, chemical analysis, yield point, tensile strength and percent elongation. Also identify on the certificates the proposed location of the steel in the work. 3. Cement. Submit mill certificates for all bulk cement. C. Design Mix. Submit the design mix and test data on the proposed design mix for each type and strength of concrete in the project. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. The design mix submittal shall include manufacturer's technical information for each type of admixture proposed for use on the the project. D. product Data. Submit manufacturer's technical literature, including application instructions, on the following products proposed for use by the Contractor, to the Engineer for approval: 1. Air entraining agent. :2 • Admixtures. 3. Concrete bonding agent. 4. Joint sealant. 5. Waterstops. E. Submit material samples along with the manufacturer's technical data on the waterstops. 1.4 STORAGE OF MATERIALS: A. Comply with detailed recommendations of ACI 304. B. store cement in weathertight buildings, bins, or silos which provide protection from dampness and contamination and minimize warehouse set. j 1 i I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-3 C. Aggregates: 1. Arrange stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of aggregates. 2. Ensure that conditions are met by testing for conformance to requirements for cleanliness and grading of samples secured from aggregates at point of batching. 3. Fine and coarse aggregates shall be regarded as separate ingredients. 4. Each size of coarse aggregate and combination of two or more shall conform to grading requirements of ASTM C33 or C330, as required. PART 2 -PRODUCTS 2.1 CONCRETE MATERIALS: A. Cements: 1. Portland Cement: ASTM C150 Type I. 2. Air Entrained Portland Cement: ASTM C150. 3. Do not use different cements interchangeable. B. Admixtures: 1. Air Entraining Admixtures: ASTM C260. 2. No fly ash or calcium chloride shall be permitted. 3. Chemical Admixtures: ASTM C494. 4. Two or more admixtures may be used in same concrete, provided admixtures are added separately during batching sequence. Admixtures used in combination shall retain full efficiency and have no deleterious effect on concrete or on properties of each other. C. water: 1. Fresh, clean and potable. 2. Use nonpotable water only if water produces mortar cubes having seven (7) day strengths equal to strength of similar specimens made with distilled water when tested in accordance with ASTM CI09. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-4 2.2 PROPORTIONING: A. Concrete for work shall be homogenous. When hardened, concrete shall have required strength, resistance to deterioration, durability, resistance to abrasion, watertightness, appearance, and other specified qualities. B. Type: Ultimate strength type concrete for use in structures or structural elements which have been analyzed and proportioned by ultimate strength design theory. c. strength: 1. Normal Weight Concrete: Base strength requirements on 28 day compressive strengths, unless high early strength is used, in which case required strengths shall be obtained at seven (7) days. D. Durability: 1. Provide concrete which will be subject to potentially destructive exposure, other than wear or loading, such as freezing and thawing, severe weathering or chemicals •. 2. Water-cement ratio for air entrained concrete shall not exceed 5.75 gallon per sack of cement, unless otherwise approved by Engineer. E. Slump: 1. Slump Slump of concrete of normal weight, as determined by ASTM C43, shall be in accordance with Table A. TABLE A -SLUMPS FOR VARIOUS KINDS OF CONSTRUCTION KINDS OF CONSTRUCTION Maximum SLUMP (IN.) Minimum Footings, Walls, Slabs, Beams Columns 4 5 1 3 F. Maximum Size of Coarse Aggregate: 1. Nominal Maximum Size of Aggregate: a. Slabs: 1" b. Walls and beams: 1" GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I 1 j DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-5 2. Coarse Aggregates in Concrete of Normal Weight: a. One size for concrete placed in one day when quantities to be placed are too small to permit economical use of more than one mix design. b. When single mix design is used, maximum nominal size shall be as required for most critical conditions of concreting, in accordance with requirements of preceding section. G. Air Entrainment: 1. Air entrainment in concrete of normal weight shall conform to Table 5.3.3,ACI 211.1. 2. Determine air content by either ASTM C23l or ASTM C13S. H. Admixtures: 1. Air Entrained Admixtures, and Proprietary Chemical Admixtures: In accordance with manufacturer's recommendations. 2.3 MIXING: A. Comply with recommendations of ACI 304R-85. B. Mix and transport ready mixed concrete in accordance with ASTM C94. The ready mix producer shall be certified for compliance to the Standards of NRMCA. 1. The mixing shall be done in a batch mixer of approved type and size which will insure the uniform distribution of the material throughout the mass so that the mixture will be uniform in color and smooth in appearance. 2. Concrete shall be mixed only in such quantities as are required for immediate use and shall be used before initial set has taken place. All concrete in which initial set has begun shall not be used in the work and no concrete shall be retempered. 3. The maximum elapsed time between the introduction of the mixing water and the discharge of' the concrete shall be 1 1/2 hours if the temperature of the concrete is below SOF (27C). If the temperature of the concrete is between SOF and 90F (27 and 32C) the maximum elapsed time shall not exceed one (1) hour. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-6 4. Concrete improperly mixed shall not be placed in any structure. The rate of delivery of mixed concrete shall be so arranged that a cold joint is not allowed for form between loads, and shall be placed within the time limits stipulated above. 5. Concrete that is transported shall be constantly agitated and mixed until placement. 6. Whenever a concrete mixer of any kind is not adequate or suitable for the work, it shall be removed from the site upon order from the 􀁅􀁾􀁧􀁩􀁮􀁥􀁥􀁲􀀬􀀠and a suitable mixer shall be provided by the Contractor. 7. The transit mixer shall be of an approved revolving drum or revolving blade type so constructed as to produce a thoroughly mixed concrete with a uniform distribution of the materials throughout the mass. It shall be equipped with a discharge mechanism which will insure the discharging of the mixed concrete without segregation. S. The mixer drum shall be water-tight when closed and shall be equipped with a locking device which will automatically prevent the discharging of the mixer prior to receiving the required number of revolutions. 9. The entire quantity of mixing water shall be accurately measured and controlled. Any additional mixing shall be done at a lower speed specified by the manufacturer for agitation and shall be continuous until the batch is discharged. C. Central Mixing Plant 1. A central mixing plant will be allowed provided the method of mixing and handling has first been approved by the Engineer, and concrete produced is in conformity with the specification requirements. 2. The batch mixer shall conform to the requirements of the Mixer Manufacturer Bureau of the A.G.C. The mixer shall have a manufacturers rating plate showing the capacity and recommended RPM. It shall be equipped with a suitable charging hopper, water storage tank and measuring device, and shall be capable of thorough mixing of aggregates, cement, and water to provide a uniform mass within the specified time and capable of discharging the concrete without segregation. I .i 1 . ) I . I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I I DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-7 3. The batch shall be so charged into the mixer that some water will enter in advance of the cement and aggregates. water shall continue to flow for a period which may extend to the end of the first 25% of the specified mixing time. Controls shall be provided to insure that the batch cannot be discharged until the required mixing time has elapsed: and to insure that no additional water may be added during mixing. controls shall be provided to prevent batched ingredients from entering the mixer before the previous batch has been completely discharged. 4. Each batch of one (1) cubic yard or less shall be mixed for not less than one (1) minute. The mixing time shall be increased 15 seconds for each additional cubic yard or fraction thereof. At least three-quarters of the required mixing time shall take place after the last of the mixing water has been added. 5. The mixer shall be clean and the pick-up and throwover blades in the drum shall be replaced when they have lost 10 percent of their original depth. D. weather Conditions: 1. General: a. Detailed recommendations for placing concrete during extreme weather conditions are given in ACI 306, "Cold Weather Concreting" and ACI 305, "Hot Weather Concreting". The Contractor shall, on request, furnish a thermometer for measuring the ambient temperature and a thermometer for measuring the temperature of the concrete. b. Concrete shall not be placed during rain, fog, sleet, or snow. Rainwater shall not be allowed to increase the mixing water nor damage the surface finish. 2. Cold Weather: a. In cold weather, the temperature of the concrete when delivered at the site of the work shall conform to the following temperature limitation: GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETB 03300-8 Minimum concrete Temperature. Deg. F. For sections With For sections With Air Temperature Least Dimension Least Dimension Deg. F. Less Than 12 in. 12 in. or Greater 30 to 45 60 50 o to 30 65 55 Below 0 70 60 b. If water or aggregate has been heated, the water shall be combined with the aggregate in the mixer before cement is added. Cement shall not be added to mixtures of water and aggregate when the temperature of the mixture is greater than 100 degrees Fahrenheit. 3. Hot Weather: The ingredients may be cooled before mixing if necessary to maintain the temperature of the concrete below the maximum placing temperature of 90 degrees F (32C). 2.4 RELATED MATERIALS: A. Expansion Bolts: Phillips "Red-Heads", "Capsule Anchors" by Molly or Hilti, or equivalent. Size as indicated on Drawings. B. Sealers and Hardeners: "Floorcron" non-metallic hardener by Gifford-Hill or "Non-Metallic Hardener" by The Burke company. C. Embedded Items: 1. All sleeves, inserts, frames, anchors and other embedded items required shall be placed prior to placing concrete. Blocking out instead of placing embedded items will require the approval of the Engineer. 2. All embedded items, including expansion joint material, waterstop, etc., shall be accurately positioned and supported against displacement. Voids in sleeves, anchor slots, etc., shall be protected to prevent the intrusion of concrete during the pour. D. Construction Joints: 1. Construction joints shall be placed as shown on the plans unless otherwise specifically authorized by the Engineer, in which case the joints shall be so I " ! " 1 " 1 I ! , 1 ,".I GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-9 placed and formed as to least impair the strength and appearance of the structure. All construction joints shall be made on horizontal and vertical planes. Sufficient section shall be provided in horizontal and vertical keys to resist shear. 2. All reinforcing steel and wire fabric shall be continued across joints. The surface of the old concrete at all joints shall be thoroughly cleaned and all laitance removed, by sand blasting, and I prior to the new pour, wetted with water and ,I slushed with a grout mix. E. Expansion Joints: 1. Expansion joints shall be placed where shown on the plans and according to the detailed drawings. All reinforcing steel of other embedded items bonded to the concrete (except expansion dowels bonded on one side only of a joint), shall not be permitted to extend continuously through any expansion joint. 2. The concrete surface of the finished concrete at the joint shall be thoroughly cleaned by sandblasting prior to the installation of expansion joint filler and sealer. 3. Expansion Joint Filler. Use preformed bituminous type conforming to ASTM D994 or cane fiber asphalt impregnated type conforming to ASTM D1751. Provide 3/4-inch-thick filler unless otherwise shown. PART 3 -EXECUTION 3.1 PREPARATION PRIOR TO PLACING CONCRETE: A. The contractor shall give the Engineer at least 24 hours advance notice that he intends to pour concrete in any structure to permit the inspection of forms, of the placement of reinforcing steel and of the preparations for the mixing and placing of the concrete. The Contractor shall arrange for inspection of the reinforcing steel by the Engineer prior to closing the forms. All hardened concrete and foreign materials shall be removed from the inner surface of concrete pumps, hoppers, buckets, and other conveying equipment, all vibrators, handling and finishing tools. Semiporous subgrades shall be sprinkled sufficiently to eliminate suction and extremely porous subgrades shall be sealed in in an approved manner. B. Formwork shall have been completed and 􀁣􀁬􀁥􀁡􀁮􀁥􀁤􀁾􀀠excess water shall have been 􀁲􀁥􀁭􀁯􀁶􀁥􀁤􀁾􀀠reinforcement shall have been secured in place: expansion j oint material, GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-10 anchors, and other embedded items shall have been positioned. In the event concrete is anticipated to be placed after daylight hours, the Contractor shall demonstrate that he has sufficient lighting, power Igenerators, etc., to accomplish the work in a Isatisfactory manner. The Contractor shall ensure that adequate facilities are provided for concrete testing and control. 3.2 PLACING CONCRETE, GENERAL: A. The sequence of placing concrete shall be the contractor's option. The operation of depositing and compacting the concrete shall be conducted so as to form a compact, dense, impervious mass of uniform , I texture which shall show smooth faces on all surfaces. The placing shall be so regulated that the pressures caused by the plastic concrete shall not exceed the loads used in the design of forms. B. No concrete shall be placed in any structure prior to completion of the form work and the placement of the I reinforcing and other steel. steel. C. The method and manner of placing shall be such as to iavoid the possibility of segregation or separation of · , the aggregate or the displacement of the reinforcement. Concrete shall not have a free fall sufficient to cause segregation of materials. Tremies shall be used in order that the free fall of mix shall be held to a maximum of three (3) feet, unless otherwise approved by I the Engineer. I D. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face of the forms and the concrete shall be forced under and around the reinforcement bars without displacing them. , I Depositing large quantities at one point in the forms · I and running or working it along the forms will not be allowed. After the concrete has taken initial set, the forms or the reinforcing steel shall not be jarred or .,1 any strain placed on projecting reinforcement. · ! E. Chutes, troughs, or pipes used as aids in placing concrete shall be arranged and used so that the .I ingredients of the concrete will not be separated. When steep slopes are necessary the chutes shall be 1 equipped with baffle boards or be made in short lengths ! that reverse the direction of movement. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in the forms, or the ends of such chutes shall terminate in vertical downspouts. All chutes, troughs, and pipe shall be kept clean and GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBIIS SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-11 free from coating of hardened concrete by a thorough flushing with water before and after each placement. water used for flushing shall be discharged clear of the concrete in place. The use of chutes in excess of thirty-five (35) feet total length for conveying concrete will not be permitted except by specific authorization from the Engineer. F. Where the Contractor's operations involve the placing of concrete from above, that is, directly into an excavated area or through the completed forms, particularly in the cast of columns, walls, floors, slabs and footings, all concrete so placed shall be deposited through a vertical sheet metal or other approved pipe no less than six (6) inches nor more than ten (10) inches in diameter. The pipe shall be made in sections so that the outlet may be adjusted to proper heights during placing operations. G. Concrete shall be placed in continuous horizontal layers approximately 12 inches in thickness. The rate of delivery.shall be so arranged that a cold joint is not allowed to form between loads. The Contractor shall avoid unauthorized construction joints by placing required portions of abutments, piers, walls, floors, slabs, columns, or superstructures in one continuous operation. Openings in the forms shall be provided for the removal of laitance and other foreign material. H. All concrete shall be well compacted and the mortar slushed to the surface of the forms by continuous working with concrete spading implements and mechanical vibrators of an approved type. Vibrators of the type which operate by attachment to reinforcement will not be permitted. Vibrators of a type for the attachment to the outside of forms may be used after written permission is given by the Engineer and if forms are so designed to permit such use without damage thereto. The vibrators shall be applied to the concrete immediately after deposit and shall be moved throughout the mass, thoroughly working the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms until it has been reduced to a plastic mass. The mechanical vibrator shall not be operated so that it will penetrate or disturb layers placed previously which have become partially set or hardened. The vibration shall be of sufficient duration to accomplish thorough compaction and complete embedment of reinforcement and fixtures but shall not be done to an extent that will cause segregation. Vibration shall be supplemented by hand spading to insure the flushing of mortar to the surface of all forms. Vibrators shall not be moved horizontally. Vibrators shall be of the high frequency and high GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SA1IIITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-12 amplitude type and a standby vibrator shall be provided for use at all times, at each location of concrete placement. 3.3 PLACING JOINTS AND EMBEDDED ITEMS: A. Construction Joints: L Make and locate to least impair strength of Istructure. 2. Locate horizontal joints in concrete only where I they normally occur or where indicated. I 3. Make joints perpendicular to main reinforcement. i4. Continue reinforcing steel and mesh across joints. 5. Thoroughly clean surface of concrete at joints and 1remove laitance. 6. Obtain bond by one of the following methods: a. Chemical retarder: · 1 L comply with ASTM C494, which delays but jdoes not prevent setting of surface mortar. 2. Remove retarded mortar within four (4) hours after placing to produce exposed aggregate bonding surface. b. Roughen surface of concrete in a manner which will expose aggregate uniformly and leave contact surface clean, free of laitance, loosened particles of aggregate or damaged concrete. Intentionally roughen surface to a full amplitude of approximately 1/4". 'I7. Joints shall be thoroughly wet before placing new oj concrete. • , ] B. Other Embedded Items: • j 1. Place sleeves, inserts, anchors, and embedded items · , required for adjoining work or for support prior to , l c..1concreting. 2. Give ample notice and opportunity to introduce or furnish embedded items and work related to concrete or support before concrete is placed. , 1 3. Position expansion joint material, waterstops, and I embedded items accurately and support against · J displacement. GINN, INC. -CONSULTING ENGINEERS HILDRED STREET IHPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IHPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN 0]1' ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-13 4. Fill voids in sleeves, inserts, and anchor slots temporarily with removable material to prevent entry of concrete into voids. 5. Horizontal sleeves through walls and vertical sleeves through slabs less than 12" may be placed as required provided no conflict with scheduled or detailed reinforcement occurs. 6. Conduit to be embedded in slabs which are not indicated on Drawings may be placed in concrete within the following limitations: a. Conduit shall not be larger in outside dimensions than one third of the overall thickness of slab in which they are embedded and not spaced less than 3 diameters or widths on center. b. Place conduit in slabs between top and bottom reinforcement. c. In slabs with only one mat of reinforcement, provide the following concrete cover to conduit, including fittings: 1. Concrete exposed to earth or weather, 11/2" . 2 . Concrete not exposed to weather or in contact with ground, 3/4". d. Notify Engineer of any conduit to be embedded which cannot meet the herein stated limitations. 7. position embedded items to avoid conflicts with reinforcement. Provide 1" clear cover between reinforcement and inserts, anchors and embedded items, and 1-1/2" clear cover between sleeves and reinforcement. Notify Engineer of conflicts between embedded items and reinforcement prior to correction. a. No embedded items made of aluminum shall be permitted unless coated effectively or covered to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-14 3.4 REPAIR OF SURFACE DEFECTS: A. Removal: After forms have been removed, remove concrete which is not formed as required, which is out of alignment or level beyond specified tolerances or which shows defective surface that cannot be properly repaired or patched. B. Repairing and Patching: 1. Patch tie holes and repair defective areas i immediately after form removal. · I 2. Defective Areas: a. Remove honeycombed and other defective concrete to sound concrete, but in no case to depth of less than 1". b. Dampen area to be patched and area at least 6" wide surrounding to prevent absorption of water , 1 from patching mortar. · I c. Mix bond coat of approximately 1 part neat 1portland cement to 1 part fine sand passing No. i 30 mesh sieve and water to consistency of thick · l cream. Brush mix into surface. d. Make patChing mixture of same material and of approximately same proportions as used for concrete, except omit coarse aggregate and use mortar that consists. of not more than 1 part cement to 2-1/2 parts sand by damp loose volume. e. Substitute white Portland Cement for part of gray Portland Cement on exposed concrete in ,order to produce color matching color of ,I surrounding concrete, as determined by trial j patch. f. Add only quantity of m1x1ng water necessary for · Jhandling and placing. g. Mix patching mortar in advance and allow to stand with frequent manipulation with trowel, without addition of water, until mortar has ·reached stiffest consistency to permit placing. I '. h. After surface water has evaporated from area to be patched, brush bond coat into surface. 1. When bond coat begins to lose water sheen, apply premixed patching mortar. GINN, INC. -CONSULTING ENGINEERS . MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBUe SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN 01' ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-15 j. Thoroughly consolidated mortar into place and strike off to leave patch slightly higher than surrounding surface. k. To permit initial shrinkage, leave mortar undisturbed for at least 1 hour before being finally finished. 1. Keep patched area damp for seven (7) days. m. Do not use metal tools in finishing patch in formed surface which will be exposed. 3. Tie Holes: After cleaning and thoroughly dampening I fill tie holes solid with patching mortar. 4. Proprietary Patches: a. Proprietary compounds for adhesion or as patching ingredients may be used in lieu of or in addition to specified patching procedures. b. Use compounds in accordance with manufacturer's recol1ll1lendations. 3.5 FINISHING OF FORMED SURFACES: A. General: Finishes are an integral part of concrete placing and the following schedule of types of finish shall be used unless otherwise shown on the plans or directed by the Engineer. Steel Trowel Finish: Interior floor slabs I wall tops. Brush or Broomed Finish: Sidewalks, curb and gutter, exterior slabs. Rubbed Surface Finish: Interior work areas. Smooth Form Finish: Exposed exterior walls 12" below grade and above; exposed interior walls of liquid containers to 12" below water level i exposed undersides of slabs. B. Sealers and Hardeners: Non-metallic floor hardener surface treatments shall be applied in accordance with the manufacturer's recol1ll1lendations or as directed by the Engineer. Surface treatments shall be applied to all interior concrete floor surfaces that do not receive tile or other toppings. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE SECTION 03300 -CAST-IN-PLACE CONCRETE PAGE 03300-16 3.6 FLATWORK: A. Edge Forms and Screeds: 1. set edge forms and intermediate screed strips accurately to produce designated elevations and contours in finished surface and still be sufficiently strong to support vibrating bridge screeds or roller pipe screeds if nature of finish specified requires use. I2. Align concrete surface to contours of screed strips I by use of strike off templates or appropriate compacting type screeds. 3. When formwork is cambered, set screeds to same camber to maintain proper concrete thicknesses. B. Consolidation: 1. Thoroughly consolidate concrete in slabs. , 1 I , i 2. Use internal vibration in beams and girders of framed slabs and along bulkheads of slab on grade. , I 3. Obtain consolidation of slabs and floors with vibrating bridge screeds, roller pipe screeds, or other appropriate means. 4. Concrete to be consolidated shall be as dry as practicable and surfaces shall not be manipulated prior to finishing operations. C. Jointing: 1. Locate joints in slabs on grade as indicated. 2. Time cutting of saw cut joints properly with set of , ! concrete. 3 • start cutting as soon as concrete has hardened j sufficiently to prevent aggregates from being , 1dislodged by saw. 4. Complete before shrinkage stresses have developed i I sufficiently to induce cracking. , , 5. Install control joint form in accordance with manufacturer's recommendations. D. Finishes: . ! 1. Floated Finish: j• a. After concrete has been placed, struck off, consolidated and leveled, do not work concrete further until ready for floating. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-17 b. Begin floating when water sheen has disappeared or when mix has stiffened sufficiently to permit proper operation of power driven float. c. Consolidate surface with power driven floats of impact type except in thin sections such as pan slabs. d. Use hand floating with wood or cork faced floats in locations inaccessible to power driven machine. e. Recheck trueness of surface at this stage with 10' straightedge applied at not less than two different angles. f. Cut down high spots and fill low spots to produce planes checking true under straight edge in any direction, with tolerances not exceeding 1/8" in 10'. g. Refloat slab immediately to uniform smooth, granular texture. 2. Troweled Finish: a. Finish surface first with impact power floats, where applicable, then with power trowels, and finally with hand trowels. b. Perform first troweling after power floating with power trowel to produce smooth surface which is relatively free of defects but which may still contain some trowel marks. c. Perform additional trowelings by hand after surface has hardened sufficiently. d. Final troweling shall be done when ringing sound is produced as trowel is moved over surface. e. Thoroughly consolidate surface by hand troweling operations. f. Finished surface shall be free of trowel marks and uniform in texture and appearance. g. Remove defects of sufficient magnitude by grinding. GINN, INC. -CONSULTING ENGINEERS HILDRED STREET IHPROVBHENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IHPROVBHENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGB SECTION 03300 -CAST-IN-PLACE CQNCRETE 03300-18 3. Brush Finish or Broom Finish: Following the steel trowel finish, surface of the concrete shall be brushed lightly with a softbristled brush, or broom. The brush shall be kept clean and shall be dipped in water frequently so that it will be clean and wet at all times. Brushing shall be limited to that necessary to remove the glaze and produce a non-slip surface. 4. Rubbed Surface Finish: a. Surfaces to receive a rubbed finish shall be rubbed with carborundum fluted surface stones providing an abrasive which, when applied in Isurface rubbing at the proper time in the concrete aging process, will remove form marks, surface imperfections, and otherwise smooth, shape or finish the surface. Surface rubbings shall proceed as soon as forms are removed. , 1 b. On' removal of forms all necessary pointing I shall be done. When the pointing has set. , 1sufficiently to permit rubbing, all surfaces requiring surface finish shall be wet and given , ! a surface rubbing with a No. 16 Carborundum Stone or an abrasive of equal quality. The rubbing shall be continued sufficiently to bring the surface to a paste, to remove all . j form marks, and projections, and to produce a smooth dense surface without pits or irregularities. The material that has been ground into a paste shall be carefully spread or brushed uniformly over the surface and allowed to take a reset. The use of cement to form a surface will not be permitted. c. In general, chamfered corners shall not be Irubbed in the first surface rubbing. d. The surface of the entire structure requl.rl.ng finish shall then be cleaned of all drip marks, .1dirt and discolorations and shall be given a final finish rubbing with a No. 30 Carborundum Stone or an abrasive of equal quality. On .Jcompletion of this rubbing, the finished surfaces shall be allowed to take a reset. After the mortar has taken a reset, the surface shall be washed down with clean water. The entire structure shall be left with a clean, neat, and uniform appearing finish and shall be uniform in color. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBllS SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEnS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-19 e. If necessary to obtain bond between a rubbed surface and concrete wall, use of an admixture or epoxy bonding compound with rubbing will be allowed; however, plastering in lieu of rubbing will not be permitted. 5. Smooth Form Finish: a. On formed surfaces, where rubbing or special surface treatment is not required, the Contractor, immediately after removing forms, shall point up all honey-comb and other defects, and remove all fins, areas where there has been concrete leakage at joints, etc., examine the surface for "form air pockets, " particularly but not limited to cement laitance that may cover or conceal defective areas, and point up such defective areas by use of retempered cement from the concrete areas. Simple "plastering" will not be permitted. Contractor shall use whatever means required to expose such areas, if necessary with a light sandblasting. Repairs shall be to the Engineer's complete satisfaction. 3.7 CURING AND PROTECTION: A. Curing: 1. Comply with recommendations of ACI 308-81. 2. General: a. Protect freshly deposited concrete from premature drying and excessively hot or cold temperatures. b. maintain without drying at relatively constant temperature or period of time necessary for hydration of cement and proper hardening of concrete. 3. Initial Curing: a. Immediately follow finish operations. b. Keep concrete continuously moist at least overnight. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OP ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACB CONCRETE 03300-20 c. Use one of the following materials or methods: · ,! 1. Ponding or continuous sprinkling. 2. Absorptive mat or fabric kept continuously wet. 3. Sand or other covering kept continuously · , ! wet. · J 4. continuous steam not exceeding 150 degrees F or vapor mist bath. I 5. Curing compounds: a. Apply in accordance with recommendations of manufacturer. , j b. Do not use on surfaces against which additional concrete or other cementitious finishing materials are to be bonded, over surfaces to receive waterproofing, or on surfaces on which curing is prohibited by Specifications. 4. Final Curing: Immediately following initial curing and before concrete has dried, accomplish additional curing one of the following materials or methods. a. continuing method used in initial curing. b. Waterproof paper complying with ASTM C171. 5. Duration of curing: a. Final curing shall continue until cumulative number of days or fractions, not necessarily \consecutive, during which temperature of air in · l contact with concrete is above 50 degrees F has · ,totaled seven (7) days. i b. If high early strength concrete has been used, · ! final curing shall continue for total of three (3) days. • .J c. Rapid drying at end of curing shall not interfere with subsequent finish. 1 1 I · J 6. Formed Surfaces: a. Keep steel forms heated by sun and wood forms in contact with concrete during final curing period wet. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBIIS SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-21 b. If forms are to be removed during curing period, employ one of the above curing materials or methods immediately. c. continue curing for remainder of curing period. B. Curing'Temperature: 1. Cold Weather: a. Comply with recommendations of ACI 306R-7S. b. When mean daily temperature of atmosphere is less than 40 degrees F, maintain temperature of concrete as placed for the length of time indicated in Table 1.4.2,ACI 306R. c. When necessary, make arrangements in advance of placement to maintain required temperature and moisture conditions without injury to concrete. 2. Hot Weather: a. Comply with recommendations of ACI 305R-77. b. When necessary, make arrangements in advance of placement, and take protective measures as quickly as concrete hardening and finishing operations will permit. 3. Excessive Temperature Changes: Changes in temperature of concrete shall be as uniform as possible and shall not exceed 5 degrees F in any one (1) hour or 50 degrees F in any 24 hour period. C. Protection: Protect freshly placed concrete from rain, flowing water, hail, sleet, etc., until concrete has hardened. 3.S FIELD QUALITY CONTROL: A. Testing laboratory will conduct strength tests of concrete in accordance with following procedures. 1. Secure composite samples in accordance with ASTM C172. 2. Obtain each strength test from different batch of concrete on representative, truly random basis, avoiding selection of test batch other than by number selected at random before commencement of concrete placement. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBllS SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 3 -CONCRETE PAGB SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-22 3. When pumping or pneumatic equipment is used, samples shall be taken at discharge end. 4. Mold three specimens from each sample in accordance with ASTM C3l and cure under standard moisture and temperature conditions in accordance with ASTM C3l, section 7(a). 5. Test two specimens at 28 days in accordance with ASTM C39, and one specimen at 7 days. 6. 28 day test result shall be average of strengths of two (2) specimens. 7. When high early strength is required, specimens shall be tested at seven (7) days. 8. Make one (1) strength test for each 100 cubic yards or fraction thereof for each mix design of concrete placed in one (1) day. B. Additional Testing That May Be Required: 1. Determine air content of normal weight concrete on regular and frequent basis in accordance with either ASTM C23l for air content and with ASTM C567 for unit weight. 2. Report temperature of concrete at time of placing. 3. Report total water quantity added to concrete batches, including that added after departure of concrete trucks from batch plant. 4. Check slump consistency and uniformity of concrete to the extent deemed necessary to assure compliance with Specifications. 5. Inspect reinforcement as follows: a. Visual inspection prior to placement for size, type quantity and quality of materials. b. Make continuous inspections of placement of reinforcement immediately prior to concreting. C. Evaluations: 1. strength level of concrete will be considered satisfactory provided averages of all sets of three consecutive strength test results equal or exceed specified 28 day strength, and no individual strength test result falls below specified 28 day 􀁾􀀠, ! I I ) , J , , I 1 l l 􀁾􀀠J strength by more than 500 psi. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I DIVISION 3 -CONCRETE PAGE SECTION 03300 -CAST-IN-PLACE CONCRETE 03300-23 2. If strength tests fail to meet minimum requirements, concrete represented by such tests shall be considered questionable and shall be subject to further testing at expense of Contractor. 3. Take at least three representative cores from each member or area of concrete in place that is considered potentially deficient. Location of cores shall be determined by Engineer so as least to impair strength of structure. 4. Conduct additional tests of questionable concrete at expense of Contractor in accordance with ASTM C42. 5. Concrete in area represented by a core test will be considered adequate if average strength of cores is equal to at least 95% of and if no single core is less than 85% of specified 28 day strength. 6. Fill core holes with low slump concrete or mortar. 7. If core· tests are inconclusive or impractical to obtain and structural analysis does not confirm the safety of the structure, load test may be required at no additional cost to the Owner. The results shall be evaluated in accordance with ACI 318, Chapter 20. 8. Concrete work judged inadequate by structural analysis or by load test shall be reinforced with additional construction or replaced at no additional cost to the Owner. Any additional construction shall be approved by the Engineer prior to the start of the work. END OF SECTION GINN,. INC. -CONSULTING ENGINEERS KILDRED STREET IKPROVEKENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IKPROVEKENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I 1 j DIVISION 7 -THERMAL AND MOISTURE PROTECTION PAGE SECTION 07920 -SEALANTS & CAULKING 07920-1 PART 1 -GENERAL 1.01 SCOPE OF WORK: A. Furnish labor and materials to seal joints in portland cement paving, and sidewalks as shown on the drawings. 1.02 SUBMITTALS: A. Manufacturers Technical Data Sheets shall be provided. B. Cured product samples will be provided. C. Upon delivery of material to the project, Certified test results on each lot of material will be provided. Certified test results will show conformance to the specifications. D. Manufactures application guide will be provided. 1.03 QUALITY ASSURANCE: A. Contractor shall provide documentation that he has experience in the application of the product specified or approved for a minimum of five years. B. Manufacturer shall provide jobsite assistance at the beginning of work, and throughout the project, to insure correct installation of the sealant. C. A pre-installation conference shall be held before commencement of work. Contractor shall provide supervisory personnel and workmen who will be responsible for the installation work. 1. 04 WARRANTY: A. Upon successful completion and acceptance of the work, the contractor shall provide a workmanship warranty for a period of two years. The sealant manufacturer shall provide a written material performance warranty for a period of five years. 1.05 DELIVERY, HANDLING, AND STORAGE: A. Materials shall arrive at jobsite in sealed, unopened containers, properly labeled showing the quantity of material in the drum and the lot number. Hazardous material information shall appear on the drums. B. Material Safety Data sheets shall be onsite at all times. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LElla SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 7 -THERMAL AND MOISTURE PROTECTION PAGE SECTION 07920 -SEALANTS , CAULKING 07920-2 1.06 PROJECT SITE CONDITIONS: A. Material shall not be applied in environments not allowed by the manufacturer's installation guide. ,PART 2 -PRODUCTS ,I 2.01 MATERIALS: · ) A. Materials provided shall be as manufactured by Dow Corning Corp., Midland, Michigan 48686-0994, or 1 approved equal. B. Material shall be low-modulus silicone sealant, gungrade, or self-leveling, complying with Modified Federal Specification TT-S-0015433, Class A. C. Sealant Type I shall be Dow Corning 888, or approved I equal, in accordance with the following specifications: TYPE I -SILICONE JOINT SEALANT Test Method Test Requirement • 1 AS SUPPLIED · . *** Non volatile Content; % min. 95 i · ! MIL-S-8802 Extrusion Rate, grams/min. 90 to 250 ASTM D 1475 Specific Gravity 1. 450 to 1. 515 MIL-S-8802 Flow, inches maximum 0.2 MIL-S-8802 Tack-free time, minutes 35 to 75 *** Cure Time, days 7 *** Full Adhesion, days 14 to 21 AS CURED, AFTER 7 DAYS @@25 DEGREES C (77 DEGREES F) AND 50% RH ASTM D 412, Die C Elongation, % minimum 1200 ASTM D 412, Die C Modulus @150% elongation, 45 1 psi maximum ASTM C 719 Movement, 10 cycles @+100/-50% NO FAILURE ASTM D 3583 Adhesion to Concrete, 500 (Sec.14 Mod.) % Elongation min. ASTM D 793 Accel.erated Weathering, No Bond Loss @5,000 hours. ! GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 7 -TRERMAL AND MOISTURE PROTECTION PAGE SECTION 07920 -SEALANTS , CAULKING 07920-3 D. Sealant Type II shall be Dow Corning 890 SL, or approved equal complying with the following performance specifications: TYPE II -SELF-LEVELING SILICONE JOINT SEALANT Test Method Test Requirement AS SUPPLIED *** Non volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/min. 275 to 550 ASTM D 1475 Specific Gravity 1.260 to 1.340 *** Skin-Over Time, minutes max. 60 *** Cure Time, days 14 to 21 *** Full Adhesion, days 14 to 21 AS CURED, AFTER 21 DAYS @25 DEGREES C (77 DEGREES F) AND 50% RH ASTM D 412, Die C Elongation, % minimum 1400 ASTM D3583, Die C Modulus @150% elongation, 9 (Sec. 14 Mod) psi maximum ASTM C 719 Movement, 10 cycles @+100/-50% NO FAILURE ASTM D 3583 Adhesion to Concrete, 600 (Sec.14 Mod.) % Elongation min. ASTM D 3583 Adhesion to Asphalt, 600 (Sec.14 Mod.) % Elongation min. 2.02 ACCESSORIES: A. Backer Rod shall be Silspec Backer Rod as manufactured by s.S. I., Tulsa, Oklahoma, or approved equal. B. Bond Breaker Tape shall be Silspec Bond Breaker Tape as manufactured by S • S • I., Tulsa, Oklahoma, or approved equal. 2.03 EQUIPMENT: A. Equipment shall include all machinery and accessories required to plow, saw, clean and seal the joints as shown on the drawing and as specified. PART 3 -EXECUTION 3.01 EXAMINATION OF EXISTING CONDITIONS: A. Contractor shall inspect conditions prior to beginning work to determine the proper application methods to be used. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 7 -THERMAL AND MOISTURE PROTECTION PAGE SECTION 07920 -SEALANTS & CAULKING 07920-4 3.02 SEALANT SCHEDULE: A. Vertical surfaces shall be sealed with Type I silicone sealant. B. Horizontal surfaces shall be sealed with Type II self-leveling silicone sealant. 3.03 INSTALLATION: A. General: The joint reservoir saw cutting, cleaning, bond breaker installation and joint sealant placement shall be performed in a continuous sequence of operations. B. Plowing of joints will be allowed as long as plowing does not spall joint walls. After plowing, the joints .1 are to be sawed to a width (approximately 1/16" -1/8" per side) sufficient to leave clean sawed joint walls. Depth of cut will be determined by the following chart: Joint width Minimum Joint Depth 1/4" 1" 3/8" 1 1/4" 1/2" 1 1/4" 5/8" 1 1/2" 3/4" 1 3/411 7/8" 1 7/8" 1" 2" 1 [greater than 1" 2" plus · i C. sawing Joints: The faces of the joints shall be uniform in width and depth along the full length of the joint. D. Cleaning Joints: Immediately after sawing, the i resulting concrete slurry shall be completely removed J from the joint and adjacent area by flushing with high · ,,pressure water. The water flushing shall be done in one-direction to prevent joint contamination. 1 After complete drying, the joints shall be sandblasted. ! i · j The nozzle shall be attached to a meChanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown out using filtered oil-free compressed air. The blow tube shall fit into the joints. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DrvrsrON 7 -THERMAL AND HOrSTURE PRQTECTrON PAGE SECT rON 07920 -SEALANTS , CAULKrNG 07920-5 The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents shall not be permitted to remove stains and contamination. Immediately upon satisfactorily cleaning, the bond breaker, breaker rod, and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. E. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. F. Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40 degrees F (4 degrees C.). Joints shall not be sealed unless they are clean and dry. The sealant surface shall be tooled ( not necessary if self-leveling silicone joint sealant is used) to produce a slight concave surface approximately one-quarter inch (1/4") below the pavement surface. The tooling shall be accomplished before a skin forms on the surface of the sealant. The use of soap or oil as an aid in tooling shall not be allowed. Unsatisfactorily sealed joints shall be refilled. Excess sealant left of the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. G. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. I. Measurement and Payment: Work performed and materials furnished and used as specified, shall be measured and paid for as follows: GINN, INC. -CONSULTING ENGINEERS JULDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LelIa SANrTARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 7 -THERMAL AND MOISTURE PROTECTION PAGE SECTION 07920 -SEALANTS & CAULKING 07920-6 · ! : (Roadway joints will not be measured or paid for as a separate pay item, but shall be considered subsidiary to the work for which it applies. 1,Contractor shall include the cost of this item in the unit cost of the item to which it applies. Such payment shall be full compensation for furnishing all materials, and for all equipment, tools, labor,and incidentals necessary to satisfactorily complete the work. 1 · I END OF SECTION J , I I , J : 1 ·• I j · I · I I J I,· • J i • • 1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 15 -MECHANICAL PAGE SECTION 15100 -MISCELLANEOUS PIPING 15100-1 1.0 GENERAL 1.01 SCOPE This section covers drainage piping, and other miscellaneous piping, where applicable for this project. See other specification sections for ductile iron pipe, concrete pipe, PVC pipe, and pretensioned concrete cylinder pipe. Miscellaneous piping shall be furnished and installed complete with all fittings, jointing materials, hangers and supports, anchors, and other necessary appurtenances. 2.0 PRODUCTS 2.01 MATERIALS A. Copper Tubing 1. water Tubing ASTM B88 or Fed Spec WW-T-799, Type K; cadmium plated where used for chlorine service. 2. Fittings Flared ANSI B16.26. Solder ANSI B16.18 or B16.22. 3. Solder Solid wire, ASTM B32, Alloy Grade 50A (50-50). 4. Soldering Flux Paste type, Fed Spec O-F-506, Type I, Form A. 5. Brazing Filler Metal AWS A5.8, Bcup-5; Engelhard "Silvaloy 15," Goldsmith "GB-15," or Handy & Harman "sil-Fos." 6. Brazing Flux Paste type, Fed Spec O-F-499, Type B. B. PVC Pipe 1. Irrigation Service ASTM 01785, Schedule 80, PVC 1120, bearing nSf seal. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISONI TEXAS DiViSiON 15 -MECHANiCAL PAGB SECTiON 15100 -MiSCELLANEOUS PiPiNG 15100-2 C. Protective coatings i · I Tape wrap AWWA C209: Protecto Wrap "200" or Tapecoat "CT." Coal Tar coating MIL-C-184801 Koppers "50 Bitumastic," Porter "Tarmastic 101," or Tnemec "476 Super Tnemecol." • J 3.0 EXECUTiON I 3.01 SERVICE AND TYPE REQUIREMENTS Except as otherwise specified or authorized, pipe and I tubing shall conform to the general requirements which follow. Kinds of pipe for service conditions not listed Ishall be as specified in other sections, as indicated on :.1 the drawings or, in the absence of any definite requirement, as determined by the Engineer. A. Copper Water Tubing 1. Soft Annealed with Flared Fittings. To be used for piping in contact with earth or submerged. 1-1/4 inch or smaller cold water supply piping. 2. Hard Drawn with Solder Fittings. To be used for 3" or smaller piping inside structures. Cold water supply piping. B. PVC Pipe 1. PVC Water Service pipe with Push-on Solvent Welded , 1 Joints. Miscellaneous piping. · 1 · i3.02 PIPE JOINTS. Pipe joints shall be carefully and neatly made in • 1 accordance with the requirements which follow. · i A. Threaded. Pipe threads shall conform to ANSI B2.1, NPT, and shall be full and cleanly cut with sharp dies. Not more than three threads at each pipe connection shall remain exposed after installation. Ends of pipe shall be reamed, after threading and before assembly, to remove all burrs. GINN, INC. -CONSULTING ENGINEERS MiLDRED STREET iMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB118 SANiTARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDiSON, TEXAS I DIVISION 15 -MECHANICAL PAGE SECTION 15100 -MISCELLANEOUS PIPING 15100-3 B. Flared. Ends of annealed copper tubing shall be cut square and all burrs shall be removed. Flared ends shall be uniform without scratches or grooves. C. Solder and Brazed. Joints in 2 inch and larger copper tubing shall be brazed. Where solder fittings are specified for lines smaller than 2 inch, joints may be soldered or brazed at the option of the Contractor. Joints in copper chlorine tubing (if needed) shall be brazed; solder will not be acceptable. Surfaces to be joined shall be thoroughly cleaned with flint paper and coated with a thin film of flux. At each joint, tubing shall enter to the full depth of the fitting socket. Care shall be taken to avoid overheating the metal or flux. Each joint shall be uniformly heated to the extent that filler metal will melt on contact. While the joint is still hot, surplus filler metal and flux shall be removed with a rag or brush. D. Solvent Welded. The ends of PVC pipe shall be cut square and smooth and shall be wiped clean. Solvent cement shall be applied to the outside of the pipe and the inside of the fitting socket with a small paint brush. The coated surfaces shall be immediately pushed snugly together and the pipe rotated approximatelY 1/2 turn to insure uniform distribution of the cement. Excess cement shall be removed by wiping. E. Flanged. Flange bolts shall be tightened sufficiently to slightly compress the gasket and effect a seal, but not so tight as to distort the flanges. F. Welded. Welding shall conform to the specifications and recommendations contained in the "Code for Pressure Piping," ANSI B31.1. G. Push-on. Gasket installation and other jointing operations shall be in accordance with the recommendations of the manufacturer. Each spigot end shall be suitably beveled to facilitate assembly. All j oint surfaces -shall be lubricated with a heavy vegetable soap solution immediately before the joint is completed. Lubricant shall be suitable for use in potable water, shall be stored in closed containers, and shall be kept clean. 3.03 PIPE INSTALLATION Pipe shall be installed as specified, as indicated on the drawings or, in the absence of detail piping arrangement, in a manner acceptable to the Engineer. GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS DIVISION 15 -MECHANICAL PAGE SECTION 15100 -MISCELLANEOUS PIPING 15100-4 In all piping, insulating fittings shall be provided to prevent contact of dissimilar metals wherever copper tubing or fittings are connected to iron or steel pipe or fittings. Buried PVC piping shall be "snaked" in the trench and shall be kept as cool as possible during installation. PVC pipe shall be kept shaded and shall be covered with backfill immediately after installation. 3.04 CLEANING -1 The inside of all pipe, valves, and fittings shall be I smooth, clean, and free from blisters, loose mill scale, sand, and dirt when erected. All lines shall be thoroughly blown before placing in service. 3.05 TESTS All specified tests shall be made by and at the expense of the Contractor in the presence, and to the satisfaction of, the Engineer or his representative. Piping shall be tested at the following pressures: Service Test Pressure -Test Medium water 150 psi water Other piping 1-1/2 times suitable fluid working pressure or gas but not less than 100 psi ! I Leakage may be determined by loss of pressure, soap solution, chemical indicator, or other positive and accurate method acceptable to the Engineer or his representative. All fixtures, devices, or other Iaccessories which are to be connected to the lines and which would be damaged if subjected to the specified test .1 pressure shall be disconnected and ends of the branch -,lines plugged or capped as required during the testing I procedures. , j All necessary testing equipment and materials, including 1tools, appliances, and devices shall be furnished and all Itests shall be made by and at the expense of the Contractor and at such time as directed by the Engineer. IAll joints in piping shall be tight. All joints which are _ J found to leak by observation or during any specified test shall be repaired and tests repeated. END OF SECTION GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11a SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS APPENDIX A GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS i 1 I , . i , I _I, -I . _I , J .I -I . APPENDIX A DEFINITIONS OF TERMS PAGE APPENDIX A -DEFINITION OF TERMS APP-A-2 Wherever the words, forms or phrases defined herein or pronouns used in their place occur in these specifications, in the contract, in the bonds, in the advertisement, or any other document or instrument herein contemplated, or to which these specifications apply or may apply, the intent and meaning shall be interpreted as follows: Addenda. The OWner reserves the right to issue addenda to the project Manual prior to accepting bids for the work. Such addenda shall be and are hereby made a part of these Specifications and contract Documents. Upon receipt of the addenda, the Contractor shall acknowledge their receipt by listing the addenda and signing the appropriate spaces in the Proposal. The failure of any bidder to receive any such addenda shall not relieve such bidder from any obligation under his bid as submitted. Advertisement. All of the legal publications pertaining to the work contemplated or under contract. Approved Equal Bubstitutions. Several items in the Technical specifications and on the plans are specified by a manufacturer's brand name and catalog number followed by the phrase "or approved equal." This is not intended to unduly restrict competitive procurement or bidding, but it is done to assure a minimum standard of quality which the Engineer and Owner believe to be best for the item specified. If a Contractor wishes for a sUbstitute item to receive consideration as an "approved equal," the Contractor and each item must meet the following requirements without exception: (1) An item to be considered as a sUbstitute must meet the same sUbstantial specifications of materials, fabrication or construction, dimension or size, shape, finish, performance standards, warranty or guarantee, and any other pertinent and salient features of quality as indicated in the manufacturer's specifications for the original specified item. (2) A sample of the item, along with a written request for consideration, shop drawings, and written specifications, must have been received by the Engineer a minimum of fourteen (14) days before the item is to be integrated into the project. The item will then be examined, and the Contractor will be notified in writing seven (7) days later whether or not the item is an "approved equal." The Engineer, acting for the Owner, shall be the final judge of whether or not an item submitted for consideration qualifies as an acceptable substitute. (3) Under no circumstances will an item be given consideration as an "approved equal" substitute later than fourteen (14) days before item is to be integrated into the project. After that date, all items will be constructed per the original 1 I 1 j . 1 i : j . 1 i GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS PAGE APPENDIX A -DEFINITION OF TERMS APP-A-3 specifications. Likewise, unless certified as an "approved equal" per the time frame and requirements above, the successful contractor will install all items per the original Plans and specifications. Bidder. Any person, persons, partnership, company, firm, association, or corporation acting directly or through a duly authorized representative submitting a proposal for the work contemplated. City. The Town of Addison, Texas, acting by and through Ca) its governing body, or Cb) its City Manager. completion Time. The work shall be completed within the number of calendar days provided as part of the Bid proposal. contract. The written agreement covering the performance of the work. The contract inc.ludes the advertisement, proposal, specifications, including special provisions, plans or working drawings and any supplemental changes or agreements pertaining to the work or materials therefor, bonds, and all portions of the project manual. contractor. The person, persons, partnership, company, firm association, or corporation entering into contract for the execution of the work, acting directly or through a duly authorized representative. Fees and Permits. This contractor shall be responsible for securing and paying for all permits, fees, bonds, inspections, etc., as required by the Town of Addison, Texas. Intent of Plans and Specifications. The Contractor shall complete all work as provided for in this contract, including plans, drawings, and technical specifications. Anything mentioned in the Specifications and not shown on the drawings, or shown on the drawings and not mentioned in the Specifications, shall be included and shall be applicable. Marked-Up Drawings. The Contractor shall maintain a complete set of contract Drawings in the field, upon which he is required to note in red, or other clear manner, all deviations, final dimensions, and explanatory notes arising out of actual work installed or performed in the field, and showing all changes arising out of performance of such work. Notes on these drawings shall indicate the installed locations and dimensioned clearances. A set of marked-up (as built) drawings shall be delivered by the Contractor to the Engineer at the completion of the Project. Measurements. Before ordering materials or doing any work, the contractor shall in all cases verify measurements at the site or premises and check same against the Drawings. No extra charge or compensation will be allowed on account of differences between GINN, INC. -CONSULTING ENGINEERS HrLDRED STREET rHPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11B SANrTARY SEWER rHPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF AnDrSONI TEXAS PAGE: APPENDIX A -DEFINITION OF TERMS APP-A-4 actual dimensions and measurements shown on the drawings. Any 1 differences found shall be submitted to the OWner for resolution I before proceeding with the work. , 1 Payment Bond. The approved form of security furnished by the Contractor and his surety as a guaranty for the protection of all claimants supplying labor and material in the prosecution of the work provided for in this contract; said security shall be in accordance with the provisions of Article 5160, Revised Civil statutes of Texas, as amended by Acts of the Regular Session of the Legislature, 1959. PerfOrmance Bond. The approved form of security furnished by the Contractor and his surety as a guarantee of good faith on the part of the Contractor to execute the work in strict accordance with the plans, specifications and terms of the contract, and : J that the condition for the period of time required; said security shall be in accordance with the provisions of Article 5160, , I Revised Civil statutes of Texas, as amended by Acts of the Regular session of the Legislature, 1959. Plan. Plans. or Drawings. All the drawings pertaining to the I contract and made a part thereof, including any supplementary drawings or addenda as the Engineer may issue in order to clarify other drawings, or for the purpose of showing changes in the work 1hereinafter authorized, or for showing details not shown thereon. Preconstruction Conference. Prior to commencement of the work, the Contractor shall meet with the OWner and the Engineer to , , develop mutual understanding relative to compliance with this . provision regarding the construction of the Work. , proposal. The written statement or statements duly filed with the city of the person, persons, 􀁰􀁡􀁲􀁴􀁾􀁥􀁲􀁳􀁨􀁩􀁰􀀬􀀠company, firm, association, or corporation 􀁰􀁲􀁯􀁰􀁯􀁳􀁾􀁮􀁧􀀠to do the work contemplated, including the approved form on which the formal I bids for the work are to be prepared. Proposal Guaranty or Bid Bond. The security designated in the , I advertisement and proposal, to be furnished by each bidder as a guaranty of good faith to enter into a contract with the City and execute the required bonds for the work contemplated after the work is awarded to him, and payment of damages upon his failure to enter into the contract. Punch List. The Engineer , upon receipt of written notice that work is ready for final observation will arrange to observe and shall observe for compliance of work with terms of the contract 1Documents. During observation, the Engineer will prepare , J duplicate list of deficiencies noted, as a matter of record, and will give one copy to contractor for his use in correcting said deficiencies. I 1 GINN, INC. -CONSULTING ENGINEERS MILDRED STREE:T IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBlla SANITARY SEWE:R IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS PAGE APPENDIX A -DEFINITION OF TERMS APP-A-5 Delivery of !;iuch a "Punch List" to the contractor by the Engineer shall not be construed by the contractor as an acceptance of work not performed, nor as an acceptance of work not strictly conforming to contract Document requirements; nor shall such list be construed as limiting work remaining to be performed by the contractor for the Project. special Provisions. The special clauses setting forth conditions or requirements peculiar to the specific project involved, supplementing the standard specifications, and taking precedence over any conditions or requirements of the standard specifications with which they are in conflict. Specifications. The directions, provisions, and requi,re:nents contained herein, together with the special prov1s10ns, supplemental hereto, pertaining to the method and manner of performing the work or to the qualities or quantities of the materials to be furnished under the contract. sureties. The corporate bodies which are bound by such such bonds as are required with and for the Contractor. Said sureties engaged to be responsible for the entire and satisfactory fulfillment of the contract, and for any and all requirements as set out in the specifications, contract or plans. Temporary water. The Contractor shall make arrangements to provide temporary water and shall pay all associated costs. The Work. All work, including the furnishing of labor, materials, tools, equipment, and incidentals, to be performed by the Contractor under the terms of the contract. Working Day. A working day is defined as: a calendar day including Saturdays, sundays, or legal holidays in which weather or other conditions not under the control of the Contractor will permit the performance of the principal units of work underway for a continuous period of not less than 7 hours between 8 a.m. and 6 p.m. One day will be charged against the contract working time when weather conditions will permit 7 hours of work as delineated above. A principal unit of work shall be that unit which controls the completion time of the contract. Nothing in this definition shall be construed as prohibiting the contractor from working on Saturdays if he so desires and has the approval of the Engineer. Work on Sundays in cases of extreme emergency and permission of the Engineer). will then not only be permitted with the (except written END OF APPENDIX A GINN, INC. -CONSULTING ENGINEERS HILDRED STREB'!' IHPROVEHEN'l'S 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IHPROVEHEN'l'S DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS j ·I ·I ,I )I · , , · I · I ,.J i ·i i APPENDIX B ORDINANCE NO. 085 -094 AND EXCAVATION ORDINANCE NO. 084 -051 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS · 1 I .J I · , · 1 j · , I 􀁾􀁉􀀠 · , • j · , I : I APPENDIX B ORDINANCE NO. 085-094 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OJ' ADDISON, TEXAS I · . I · I · ,i I i · , · , ! 1 ; j · i j .. ; ·i · ! 􀁏􀁒􀁄􀁉􀁾􀁁􀁎􀁃􀁅􀀠NO. 􀁄􀁂􀁾􀀽􀁄􀀹􀀴􀀠AN 􀁏􀁒􀁄􀁉􀁾􀁁􀁎􀁃􀁓􀀠OF THE 􀁔􀁏􀁷􀁾􀀠OF ADDISON, TEXAS, AMENDING C3APTER 16, DIVISIOR.2 CONSTRUC"ION, OF TEE CODE OF ORDINANCES OF THE TOw,":'! OF ADDISON, TEXAS, REGULATING THE OPENING AND EXCAVATING OF STREETS, ALLEYS, S::JE'';ALKS. AND OTHER PUBLIC GRCUNDS; REQUIR!NG A P:O:R.'1I" THEREFOR A:,;::, 􀁐􀁁􀁙􀁾􀁅􀀺􀀼􀁉􀁔􀀠OF A FEE; IMPOSING REOtlIREl1E:nS FOR THE 􀁐􀁒􀁃􀁔􀁅􀁾􀁔􀁉􀁃􀁎􀀠OF LI:S 􀁾􀁾􀁄􀀠PROPERTY IN CONNECT:ON W:::TH EXC.':;;':::-:ON WOP.:';, INCLUDING TRAFFIC AND PEDES"R:.!':: 􀁓􀁁􀁆􀁓􀁇􀁾􀁁􀁒􀁄􀁓􀀠AND THE PROTECTION OF UTILITIES AND OTHER OF EXCAVA": :NS; PRESCRI3ING SuRE'::Y BOND AND 􀁉􀁎􀁓􀁵􀀺􀀿􀁾􀁾􀀧􀀺􀀬􀁃􀁅􀀠REeO BE!-!E:l'::-S; PROV:::!)Il'G FOR PENALT!ES; PROVIDING FOR R:O:P SA;:'; PRCV: J:::NG FeR S 􀁅􀂷􀁊􀁅􀁾􀀮􀁂􀁉􀀺􀀧􀁉􀁔􀁙􀀻􀀠AND DECLAR!NG AN 􀁅􀀺􀁾􀁅􀁒􀁇􀁅􀁎􀁃􀀡• BE I" ORDA:NE:J BY THE CITY COUNCIL OF THE 􀁔􀁏􀁷􀁾􀀠OF ADDISON, TE..'O..S: SECTION 1. That 􀁴􀁾􀁥􀀠Code of Ordinances of the 􀀢􀁣􀁾􀁮􀀠cf Addison" Texas, is he:-eby amended to amend Chapter 16, !::i ·;ision 2, 􀁴􀁾􀀠read as fellows: DIVISION 2 CONSTRUCTION Sec. 16-::. 􀁓􀁨􀁯􀁲􀁾􀀠Title. This Ordinance shal: be 􀁫􀁾􀁯􀁷􀁮􀀠and may be c:'tec as t!1e "Street Excavation Ordinance of 􀁴􀁾􀁥􀀠Town of Addison ... -1 5;;0. 16-56. Defini:.ions. For t;,e pUr;;loses of this Ordinance, t:'e fo110wi:19 ter:ns, phrases, wor:ls and t!1eir deri',ations shall have t:'e 􀁭􀁥􀁡􀁮􀁩􀁾􀁧􀀠given herein. When not incons:stent 􀁾􀀠I i with the context, words used in t:'e present tense include the 􀁦􀁾􀁵􀁴􀀧􀀮􀀮􀀱􀁲􀁥􀀬􀀠words i:1 the plural number include the singula!: n=.::e!:, and words in t!1e sing'ular number include the plural 􀁭􀀮􀀺􀁾􀁢􀁥􀁲􀀮􀀠The wcrd "shalill ,,.... is always mandatory and not merely directory. "Appl!cantll is any pe!:son making written .. 􀁡􀁾􀀻􀀮􀀡􀀮􀁬􀁣􀁡'1 , j t':cn 􀁴􀁾􀀠t:te Di:-ect::r cf St·:-eets for an excavation pe!:':":".:'':. B • "City" is the Town of Addison . 􀀢􀀺􀁾􀁾􀀷􀀠􀁃􀁃􀁾􀁾􀁣􀁾􀀡􀀡􀀧􀀠or 􀀢􀁃􀁯􀁵􀁮􀀽􀁩􀁬􀁾􀀠is 􀁾􀁾􀁥􀀠􀁃􀁩􀀺􀁾􀀠􀁣􀀺􀁾􀁾 􀀽􀀺􀁟􀀠, ! I ! has in f'.111 force and 􀁥􀁾􀁦􀁥􀁣􀁴􀀠an excavaticn pe=it iss''':(2::: , , i hereunce:::. : J G. "Personu is any person, fir:n, partnershi?1 􀁡􀀤􀁓􀁾􀁣􀀺􀁡􀁴􀁾􀁣􀁮􀀬􀀠cor?oraticn, company or organization of any k:ns. H. avenue, or ether 􀁰􀁾􀁢􀁬􀁬􀀡􀁣􀀠way or public grounds in the 􀁣􀀺􀁾􀁹􀀮􀀠-2I I '1' 􀁾􀀠D'" MdT d w ....I'I , 􀁾􀁯􀁲􀁋􀁬􀁮􀁧􀀠ay 15 any on ay. ues ay, e_nesca? Thursday or Friday which is not a holiday obser7ed by the City. Sec. 16-57. Excavation Permit. It shall be unlawful for any person to dig up. break, excavate. jack. bore. tunnel. under-􀁭􀁾􀁾􀁥􀀠or in any manner break up any street or to make or cause to be made any excavation in or under the suriace of any street for 􀁡􀁾􀁹􀀠pur?ose or 􀁴􀁾􀀠place, oe?osit or leave upon any street a;.y 􀁥􀁡􀁲􀁾􀁾􀀠or othe= excavated 􀁭􀁡􀁴􀁥􀁾􀁩􀁡􀀡􀀠or 􀁣􀁯􀁮􀁳􀁴􀀽􀁾􀁣􀁴􀁩􀁣􀁮􀀠material 􀁯􀁢􀁳􀀺􀀺􀁾􀀭􀀬􀁣􀁴􀁩􀁮􀁧􀀠or tenc:'ng to i:lterfere wit!! the free use of the 􀁳􀁴􀁾􀁥􀁾􀁴􀀬􀀠unless 􀁳􀁾􀁣􀁾􀀠person shall first have obtained 􀁡􀁾􀀠􀁥􀁸􀀺􀁡􀁾􀀮􀀭Sec. 16-58, Accl:'cat:'cn. No excavation per:nit shel: te va't.:'cn pe:::"':rlit is 􀁳􀀧􀀧􀀧􀀻􀀡􀀺􀁮􀀧􀁉􀀺􀁴􀀻􀁴􀁥􀁾􀀠t:J t:te Director of Streets.. T!ie writ􀁴􀁥􀁾􀀠application, sha:l s::ate the name and aecress of the applicant, the nature. location and pur;ose cf the excavat:'on, the date of 􀁣􀁣􀁣􀁭􀁲􀁮􀁥􀁮􀁣􀁥􀁾􀁥􀁮􀁴􀀠and date of completion of the 􀁥􀁸􀁣􀁾􀁶􀁡tion, anc other caca as may reasonably be required by the Director of Streets. The application shall be accornpaniec by plans showing the extent of t!!e proposed excavation work. the dimensions and ele'7at:'ons of both the existing ground prior to said excavation anc c: t!!e proposed excavatsd 􀁳􀁾􀁲􀁦􀁡􀁣􀁥􀁳􀀮􀀠the 10caticn of the excavation work. and such 􀁯􀁴􀁨􀁥􀁾􀀠􀁩􀁮􀁦􀁯􀁾􀁡􀁴􀁩􀁯􀁮􀀠as may be 􀁰􀁲􀁥􀁳􀁣􀁲􀁩􀁾􀁥􀁤􀀠by the Director of Streets. No application sns!: be -3 accepted by 􀁴􀁾􀁥􀀠􀁄􀁩􀁲􀁾􀁣􀁴􀁯􀁲􀀠of Street3 mere 􀁴􀁾􀁡􀁮􀀠ten (!Ol 􀁷􀁣􀁲􀁾􀀡􀁮􀁾􀀠days prior to dat; of 􀁣􀁣􀁾􀁾􀁥􀁮􀁣􀁥􀁲􀁮􀁥􀁮􀁴􀀮􀀠Sec. 16-5'l. Excava,:icn Pe=it e'ees. A pe=it fee shall. be 􀁣􀁨􀁡􀁲􀁾􀁥􀁤􀀠by the Director of 􀁓􀁾􀁲􀁥􀁥􀁴􀁳􀀠for the issuanc; of an exeavation per:nit which shall be in addition to all other fees fer permits or 􀁣􀁾􀁡􀁲􀀻􀁥􀀵􀀠relative 􀁴􀁾􀀠any propcsed 􀁣􀀽􀁮􀁳􀁴􀁲􀁾􀁣􀁾􀁩􀁯􀁮􀀠work. The excavation per:ni:. fee s::'a::!. be in an 􀁡􀁾􀁃􀀧􀀢􀀮􀁬􀁮􀁣􀀠of Ten and nc/:':C Dollars (SlO.OO). Sec. 16-60. RetJccs:.!cn of Pe!:':'i\:':.. The Di:-ect::r 0= St=ee+:;s may revoke 􀁴􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀁴􀀠issysd 􀁨􀁥􀁾􀁥􀁵􀁮􀁤􀁥􀁲􀀠upon 􀁴􀁾􀁥􀀠􀁦􀁯􀁬􀀺􀁣􀁾􀀺􀁾􀀻􀀠I -1 grounds: d -, -1 1. • 1 I 2.. v:'c:;"a:.ic;; a':"..,! ter:;s or pr:;vis:cr:s c: tj:'s Cr:::inance. 4. 􀁣􀁾􀁡􀁮􀁧􀁩􀁾􀀻􀀠of subcontractors 􀁲􀁥􀀤􀁰􀁣􀁮􀁳􀁩􀁾􀁾􀁥􀀠􀁦􀁾􀁲􀀠􀁴􀁾􂂬􀀠excavation work. Sec. 16-61. • 1 shall ],lrovide each per:ni ttee at the time a per:ni t is iss.::.-:: i hereunder a suitable plaear::: plainly plainly written or printac in . 1 English letters at least ene inch high wich the 􀁦􀁣􀁬􀀡􀁣􀁷􀁾􀁮􀀻􀀠􀁮 􀁯􀁾􀁾􀁣􀁥􀀺􀀠"Town of Addison Pe=it Nc. " and in the first. blank s?ace 􀁴􀁾􀁥􀀺􀁴􀀺􀀧􀁥􀀠shall be inser':E:c 􀁴􀁾􀁥􀀠􀁮􀁾􀀻􀀺􀀺􀀻􀀺􀀬􀁥􀀺􀀺􀀠 of said 􀁰􀁥􀁾􀁩􀁴􀀠and afte:: wor';. "expi::es" shall be statsc t!le date when said 􀁰􀁥􀀺􀀺􀁾􀁩􀁴􀀠expires. It shall be the dut1 of any 􀁰􀁥􀁾􀁩􀁾􀁴􀁥􀁥􀀠he::eunder to keep t!le placard posted in a conspicuous placs at 􀁴􀁾􀁥􀀠site of 􀁴􀁾􀁥􀀠excavation work. It shall be unlawful for any persen to ex!liti: such placard at or about any excavation not cove::ed by suc!l 􀁰􀁥􀀺􀀺􀀷􀀮􀁩􀁾􀀬􀀠or to misrspresent the numbe:: of t!le pe::􀁭􀀻􀁾􀀠or the date of expi::atian of the 􀁰􀁥􀁾􀁩􀁴􀀮􀀠Sec. 16-6:, Sllret', Bond. Before an excavation 􀁰􀁥􀁾􀁩􀁴􀀠as 􀁨􀁥􀀺􀀺􀁥􀁾􀁮􀀠prcv:ded is issued, the applicant shall deposit with the 􀁄􀁩􀁲􀁥􀁣􀁾􀁯􀁲􀀠of 􀁓􀁴􀁲􀁾􀁥􀁾􀁳􀀠a sursty bond in the amcunt of S25,OOO,OO The Director of Streets shall have scle 􀁣􀁩􀁳􀁣􀁾􀁥􀁾􀁾􀁣􀁾􀀠􀁾􀁾􀁡􀁾􀀠􀁴􀁾􀁥􀀠􀁰􀁲􀁾􀁳􀁣􀁾􀀺􀁾􀁥􀁣􀀠amount would be 􀁵􀁮􀁲􀁥􀁡􀁾􀁣􀁾􀁡􀁢􀁬􀁥􀀠􀁩􀁾􀀠􀁴􀁾􀁥􀀠􀁬􀀺􀀻􀁾􀁾􀀠􀁣􀁾􀀠􀁴􀁾􀁥􀀠􀁳􀁣􀁾􀁰􀁥􀀠􀁡􀁾􀁤􀀠cost cf 􀁴􀁾􀁥􀀠work. T:-.e surety bond be: A. 􀁷􀀺􀁾􀁾􀀠geed ar.d 􀁳􀁾􀁦􀀺􀁩􀁣􀁩􀁥􀁮􀁴􀀠􀁳􀁾􀁲􀁥􀁴􀁙􀁩􀀠B. ay a a 51.1::2:1 company authorized to transact bus:ness C. Sa1:is:actory to the City Attorney in for:;-, c.>,. D. Conditioned upon the permittee's compliance with this 􀁏􀁲􀁾􀀺􀁾􀁡􀁾􀁣􀁥􀀠and to 􀁳􀁥􀁣􀁾􀁲􀁥􀀠anc hold the City and its officers 􀁨􀁡􀁾􀁪􀁾􀁥􀁳􀁓􀀠􀁡􀁑􀁡􀁩􀁾􀁳􀁾􀀠any and all claims, judgments, or other c=sts arising 􀁦􀀽􀁾􀁭􀀠the excavation and ot!le:: work cover:-.: 􀀺􀀺􀀮􀁾􀀮􀀻􀀠to;,e e:(ccPlation per.nit or for which t:t€ Cit?, the -5 􀁃􀁩􀁾􀀱􀀠􀁃􀁯􀁵􀁮􀁣􀁾􀁬􀀠or any city officer may be mace liable by reason of any accidem: or injut"'J to persons cr pr,oper::'7 tjrough tje fault cf 􀁴􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀠either 􀁩􀁾􀀠not properly guarding tje excavation or for any ctjer 􀁩􀁾􀁪􀁕􀁴􀀢􀀧􀁬􀀠reSUlting from the negligence cf the per:nit'::ee, and f'.lr':her COI".di::.ioned to fill up, restore anc placs in good and safe condition as near as may be to its original condition, ana to the satisfac':ion of the 􀁄􀁩􀁲􀁥􀁣􀁾􀁯􀁲􀀠of Streets, all 􀁯􀁰􀁥􀁮􀁩􀁾􀁧􀁳􀀠· 1 􀁡􀁾􀁤􀀠excavaticns 􀁭􀁡􀁾􀁥􀀠􀁩􀁾􀀠􀁳􀁴􀁾􀁥􀁥􀁴􀁳􀀬􀀠And to 􀁭􀁡􀁩􀁾􀁴􀁡􀁩􀁮􀀠any 􀁳􀁴􀁾􀁥􀁥􀁴􀀠: J where excavation is mace in as good condition for the pericd of twelve (12) montjs after said work shall have 􀁢􀁥􀁥􀁾􀀠dene and 􀁡􀁣􀀽􀁳􀀻􀁣􀁥􀁾􀀠by Ci:y, 􀁾􀁳􀁵􀁡􀀡􀀠wear acd 􀁣􀁥􀁡􀁾􀀠exce;cad, as 􀁩􀁾􀀠· \ j was 􀁩􀁾􀀠􀁢􀁥􀁾􀁾􀁲􀁡􀀠􀁳􀁡􀀡􀁾􀀠􀁾􀁣􀁲􀁾􀀠􀁳􀁾􀁡􀀺􀁬􀀠have been dene. 􀁁􀁾􀁹􀀠se=:!e• 1 i tained sha.ll be 􀁣􀀸􀁲􀀮􀀮􀁳􀁾􀀺􀀺􀀭􀀧􀀮􀀮􀁬􀁥􀁤􀀠to req"Jire 􀁴􀁾􀁥􀀠􀁰􀁥􀁲􀀺􀀷􀁬􀁩􀁩􀁾􀀺􀁥􀁥􀀠t:: maintain any re=airs to 􀁰􀁡􀁶􀁥􀁾􀁥􀁮􀁴􀀠made by 􀁴􀁾􀁥􀀠City 􀁩􀁾􀀠such repairs 􀁳􀁨􀁣􀁵􀁾􀁤􀀠prove defective. Any owner of real 􀁥􀁳􀁾􀁾􀁴􀁥􀀠repairing or 􀁥􀁾􀁧􀁡􀁧􀁩􀁮􀁧􀀠another to repair his own 􀁳􀁩􀁡􀁥􀁾􀁡􀀺􀁫􀀠1 i shall not be required t::l give such bond. Recovery on suc!;. J bend for anv 􀁩􀁾􀁪􀁵􀁲􀁬􀀠or ac:::ident shall not exhaust t!;.e bcnd . , . but it shall in its entirety cover any or all future accidents or injuries 􀁣􀁵􀁲􀁩􀁾􀁧􀀠the exc3vation wcrk for which it is .) In tje evene of any suit or claim a;ainsc tje 􀁃􀁩􀁾􀀱􀀠• J -6'-i J I by 􀁲􀁥􀁡􀁳􀁾􀁮􀀠cf 􀁴􀁾􀁥􀀠negligence or default of the 􀁰􀁥􀁾􀁩􀁴􀁾􀁥􀁥􀀬􀀠upon t;,e Ci:,'s gi']:ng wr:t:en notice to the pe=ittee of S'.1C;' s'.lit or claim, any final judgme:'lt against 􀁴􀁾􀁥􀀠Cit:! 􀁲􀁥􀁾􀁵􀁩􀁾􀁩􀁮􀁧􀀠i: 􀁴􀁾􀀠pay for such damage shall be conclusive upon the pe=it:ee and his s'.lret:!. An annual bond may be gi',en 􀁵􀁮􀁣􀁥􀁾􀀠􀁴􀁾􀁩􀁳􀀠􀁰􀁲􀁾􀁶􀁩􀁳􀁩􀁣􀁮􀀠 which shall 􀁲􀁥􀁾􀁡􀁩􀁮􀀠in 􀁦􀁯􀁲􀁾􀁥􀀠􀁦􀁾􀁲􀀠cne year condi:ioned as above, in the amount speci:iec 􀁡􀁾􀁃􀁶􀁥􀀠anc 􀁩􀁾􀀠􀁣􀁴􀁾􀁥􀁲􀀠respects as 􀁳􀁾􀁥􀁾􀀺􀁦􀁩􀁥􀁤􀀠above 􀁢􀁾􀁴􀀠applicable as to a!! 􀁥􀁸􀁣􀁡􀁶􀁅􀁴􀁩􀁥􀁾􀀠wcrk in 􀁳􀁴􀁾􀁥􀁥􀁴􀁳􀀠by 􀁴􀁾􀁥􀀠principal 􀁩􀁾􀀠􀁳􀁾􀁣􀁾􀀠􀁢􀁯􀁮􀁾􀀠􀁤􀁵􀁾􀁩􀁮􀁧􀀠the te= of one year 􀁦􀁾􀁯􀁭􀀠said date. Sec. 16-63.. Rcut':':;.::: cf T!"'affic.. The per:nittee St..!:::':' ta;':e eXC2.V'c'C.:cr. wcr:"'1 tr=.::::ic 􀁣􀁾􀁲􀀺􀁣􀀮􀀺􀀧􀀮􀀮􀀺􀀮􀁩􀁣􀁮􀁳􀀠as. nearly ncr:na2. as t:!"3::􀁩􀁮􀁣􀁾􀁮􀁖􀀧􀁥􀁾􀀡􀁥􀁮􀁣􀁥􀀠as 􀁰􀁣􀁳􀁳􀀡􀁾􀀺􀁥􀀠 t= 􀁴􀁾􀁥􀀠􀁯􀁣􀁾􀁾􀁰􀁡􀁮􀁴􀁳􀀠of the 􀁡􀁢􀁵􀁴􀁾􀁩􀁮􀁧􀀠prop-period of time 􀁰􀁲􀁥􀁳􀁣􀁾􀁩􀁢􀁥􀁾􀀠􀁾􀁹􀀠􀁾􀁩􀁲􀁮􀀠if in his 􀁯􀁰􀁩􀁮􀁩􀁯􀁾􀀠it is 􀁮􀁥􀁣􀁥􀁳􀀵􀁡􀁾􀀱􀀮􀀠Nc interfer9nc9 􀁷􀁩􀁴􀁾􀀠t:affic flew on 􀁣􀁩􀁾􀀱􀀠􀁳􀀺􀀮􀀽􀁾􀁾􀁾􀀽􀀠shall be 􀁰􀁥􀁲􀀺􀁮􀁩􀁴􀁾􀀽􀀮􀁪􀀠􀁣􀁵􀁲􀁩􀁮􀁾􀀠t:'e hours of 6:30 a.m. to 9:38 c .. ::::. anc 3:30 p.m. to 6:30 p.m., Moncays 􀁴􀁨􀁲􀁾􀁵􀁧􀁨􀀠Fri days. 􀁅􀁭􀁥􀁾􀁧􀁥􀀺􀀧􀁬􀁣􀁹􀀠closures 􀁤􀁵􀁾􀁩􀁮􀁧􀀠these hours shall be with the approval of the 􀁄􀁩􀁲􀁥􀁣􀁾􀁯􀁲􀀠cf 􀁓􀁴􀁾􀀽􀁥􀁴􀁳􀀮􀀠􀁔􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀠shall route and 􀁣􀁣􀁮􀁴􀁾􀀽􀀺􀀠􀁴� �􀀽􀁦fic including its own vehicles as directed by the Police -i may be A. 􀁔􀁾􀁥􀀠􀁰􀁾􀁲􀁾􀁩􀀺􀀺􀁾􀁥􀀠must receive 􀁴􀁾􀁥􀀠􀁡􀁰􀁰􀁲􀁾􀁶􀁡􀁬􀀠of 􀁴􀁾􀁥􀀠􀁄􀁩􀁲􀁾􀁣􀁾􀁯􀁲􀀠of 􀁓􀁴􀁲􀁾􀁥􀁴􀁳􀀠􀁡􀁾􀁤􀀠􀁴􀁾􀁥􀀠Police 􀁄􀁥􀁾􀁡􀁲􀁴􀁾􀁥􀁮􀁴􀀠􀁴􀁾􀁥􀁲􀁾􀁦􀁯􀁣􀀻􀀠􀁄􀁥􀁰􀁡� �􀁾􀁾􀁥􀁾􀁴􀀠c= any 􀀵􀁴􀁾􀁥􀁥􀁴􀀠so closec: C. Upen 􀁥􀁣􀁭􀁰􀀺􀁥􀁾􀁩􀁯􀁮􀀠of 􀁣􀁯􀁮􀁳􀁴􀁾􀁾􀁣􀁾􀁩􀁣􀁮􀀠work, 􀁴􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀁾􀁴􀁥􀁥􀀠t:te 􀁐􀁾􀁬􀁩􀁣􀁥􀀠􀁄􀁥􀁾􀁡􀀺􀀺􀀭􀁾􀀺􀁮􀁥􀁮􀁴􀀠befc'r:e t:::af:ic is mcved 􀁢􀁡􀁣􀁾􀀠t:: i:'3 nor::nal flc'",J s;: t:-:'a:. any necessar':! adjusz::nents may be h"ace: D. 􀁗􀁴􀁥􀁾􀁥􀀠􀁦􀁬􀁡􀁾􀁾􀁥􀁾􀀠are 􀁤􀁥􀁥􀁾􀁥􀁤􀀠􀁮􀁥􀁣􀁥􀁳􀁾􀁡􀁲􀀧􀁬􀀠by 􀁴􀁾􀁥􀀠􀁃􀁾􀀽􀁾􀁣􀁾􀀺􀁲􀀠c:: St=:ae-:3! 􀀧􀀺􀀺􀀺􀀧􀀽􀁾􀀮􀀠s':-:.a:: be 􀁦􀀺􀀮􀀮􀁬􀁲􀁾􀀺􀀧􀁳􀀺􀀺􀁥􀁾􀀠by t::'e 􀁰􀁥􀀺􀀭􀀺􀀺􀀺􀀺􀀧􀀺􀀺􀀽􀁾􀀠:.:' i:.s .. _ _.. .. -_ 􀁾􀀠_'iii .... __ 􀁾􀀬􀀮􀀮􀁣􀀺􀁥􀁴􀀧􀁾􀀠􀀧􀁾􀁾􀀬􀀡􀀺􀁩: ..... __ ....... -_ .. t;"is cf 􀁥􀁸􀀡􀁳􀁴􀀡􀁾􀀻􀀠t:'ghways 􀁤􀁥􀁳􀁾􀁧􀁮􀁡􀁴􀁥􀁤􀀠as detours 􀁷􀁩􀁴􀁾􀁣􀁾􀁴􀀠ex;ense ways, t:te 􀁰􀀲􀁾􀀺􀀧:::ee shall const,=',lct all det:J\.l rs <5.1: i:.:; 􀁄􀁩􀁲􀁾􀁣􀁾􀁯􀁲􀀠of 􀁓􀁴􀁾􀀳􀁥􀁴􀁳􀁳􀀮􀀠The 􀁰􀁥􀁾􀁩􀁣􀁴􀁥􀁥􀀠􀁷􀀺􀀧􀁾􀁬􀀠be 􀁲􀁥􀁳􀀻􀁣􀁮􀁳􀁾􀀽􀁬􀁥􀀠for any 􀁵􀁮􀁮􀁥􀁣􀁥􀁳􀁳􀁡􀁾􀀡􀀠􀁤􀁡􀁾􀁡􀁾􀁥􀀠as may be 􀁤􀁥􀁴􀁥􀁾􀁩􀁮􀁥􀁣􀀠􀁩􀁾􀀠􀁴􀁾􀁥􀀠􀁣􀁩􀁾􀁾􀁣􀁴􀁾􀁲􀀠of Street's sole dise=ation caused to any highways by the ope=atien of 􀁩􀁾􀁳􀀠equipment. Sec. 16-54. . ) j -I j ,_ J ;..: -3 􀁷􀁣􀁲􀁾􀀠sha!l be 􀁰􀁥􀁲􀁩􀁾􀁲􀁾􀁥􀁤􀀠􀁡􀁮􀁾􀀠􀁣􀁯􀁮􀁤􀁾􀁣􀁾􀁥􀁤􀀠so as not to 􀁩􀁮􀁾􀁥􀁲􀁾􀀮􀁲􀀮􀀠with access to fire staticns and fire hydrants. Materials or 􀁣􀁢􀀮􀁴􀁲􀁾􀁣ticns shall net be placed 􀁾􀁩􀁴􀁨􀁩􀁮􀀠15 feet of fire hydrants. Passage'Nays leading to fir,; escapes or fire-fighting 􀁥􀁱􀁵􀁩􀁰􀁴􀀺􀀺􀁥􀁾􀁴􀀠shall be kept free of excavated material or other 􀁯􀁢􀁳􀁴􀁲􀁾􀁣􀁴􀀺􀀺􀀧􀁯􀁮􀁳􀀮􀀠􀁥􀁲􀀻􀁣􀁾􀀠and maintain 􀁳􀁵􀁩􀁾􀁡􀁢􀁬􀁥􀀠timber barriers to confine earth 􀁦􀁲􀁾􀁾􀀠􀁴􀁲􀁥􀁮􀁣􀁾􀁥􀁳􀀠cr 􀁯􀁴􀁾􀁥􀁾􀀠exc3vaticns in order to 􀁥􀁮􀁣􀁲􀁯􀁡􀁣􀁾􀀠upon st=eets as little as 􀁰􀁣􀁳􀁳􀀺􀁾􀁬􀁥􀀮􀀠The 􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀠shall con:s:t:-"Jct and ma:n􀁴􀀽􀁩􀁾􀀠􀁡􀁣􀁥􀁾􀁵􀁡􀀺􀁥􀀠anc safe 􀁣􀁾􀁯􀁳􀁳􀁩􀁮􀁧􀁳􀀠􀁯􀁶􀁥􀁾􀀠excavations and 􀁡􀁣􀁾􀀺􀁳􀁾􀀠􀁣􀀺􀀬􀀬􀁾� �􀁳􀁩􀁾􀁧􀁳􀀠􀁳􀁾􀁡􀁬􀁬􀀠be 􀁃􀁏􀁾􀀵􀁴􀁾􀁾􀁣􀁾􀁥􀁤􀀠and 􀁭􀁡􀁩􀁾􀁴􀁡􀁩􀁮􀁥􀁤􀀠of plank, 􀁴􀀡􀁾􀁾􀁥􀁾􀁅􀀠􀁣􀀺􀀭􀀧􀀺􀀺􀁣􀀢􀀧􀁾􀁲.... c:. __ _ .:. • Deck::::; s:....􀁾􀁡􀀺􀀲􀀮􀀮􀀠=e nc·t 14!:ss t;,an fcrur inches t:,!ck ar;c 5::a2.1 be sec:..1re:'i fas':e:;ec together wit:' heavy wi!:"e anc sta;:les. 􀁐􀁥􀁣􀁥􀁳􀁴􀁾􀁩􀁡􀁮􀀠􀁣􀁲􀁯􀁳􀁳􀁾􀁾􀁾􀁳􀀠􀁳􀁾􀁡􀁬􀁬􀀠consist of planking 􀁴􀁾􀁲􀁥􀁥􀀠􀁩􀁾􀁣􀁾􀁥􀁾􀀠􀁴􀁾􀁾􀁣􀁾􀀬􀀠12 inches 􀁷􀁾􀁤􀁥􀀠and of adequate length, 􀁴􀁯􀁧􀁥􀁴􀁾􀁥􀁾􀀠􀁷􀀺􀁾􀁾􀀠necessary blocking. 􀁔􀁾􀁥􀀠walk shall be not less than 􀁴􀁾􀁲􀁥􀁥􀀠feet in 􀁾􀁩􀁾􀁴􀁾􀀠and shall be provided 􀁷􀁩􀁴􀁾􀀠a railing as 􀁲􀁥􀁱􀁵􀁩􀀽􀁡􀁾􀀠by 􀁴􀁾􀁥􀀠Director of Streets. Sec. 16-66. Bar:r:caces. .l. pe!"::ti.ttee shall be 􀁲􀁥􀁳􀀢􀁯􀁮􀁳􀁾􀁢􀁬􀁥􀀠for the placement of barricsdes, warning signals and signa: 􀁬􀁩􀁧􀁨􀁾􀁳􀀠􀁳􀁾􀁦􀁦􀁩􀁣􀁩􀁥􀁮􀁴􀀠to warn the public of hazard and which are in 􀁣􀁣􀁾􀁰􀁬􀁾􀁡􀁮􀁣􀁥􀀠with 􀁴􀁾􀁥􀀠Tcwn of Addison 􀁯􀁲􀁾􀁩􀁮􀁡􀁮􀁣􀁥􀀤􀀠concerning bar-9 ricading of 􀁰􀁵􀁢􀁬􀁾􀁣􀀠􀁳􀁾􀀺􀁥􀁥􀁴􀀳􀀮􀀠Sec. 16-67. 􀁒􀁥􀁾􀁥􀀧􀁬􀁡􀀺􀀧􀀠and P:otec:.ion of Utilities. T!:le per􀁭􀁩􀁴􀁾􀁡􀀹􀀠shall not 􀁩􀁮􀁴􀀽􀁾􀀽􀁥􀁾􀁥􀀠with any existing utility 􀁷􀁩􀁴􀁾􀁣􀁵􀁴􀀠􀁴􀁾􀁥􀀠written 􀁣􀁯􀁮􀁳􀁥􀁾􀁴􀀠of 􀁴􀁾􀁥􀀠􀁵􀁴􀁾􀁬􀁩􀁴􀀱􀀠company or 􀁰􀁥􀁲􀁾􀁯􀁮􀀠owning 􀁴􀁾􀁥􀀠uti1ity. If it becar-es necessa"i to ramove an existing utili:.?, 􀁴􀁾􀁩􀁳􀀠shall be dena by 􀁩􀁾􀁳􀀠􀁣􀁷􀁮􀁥􀀽􀁾􀀠No utili:7 owned by 􀁴􀁾􀁥􀀠􀁃􀁩􀁾􀁹􀀠shall be meved to 􀁡􀁣􀁣􀀽􀁲􀀮􀁾􀁣􀁣􀁡􀁴􀁥􀀠the 􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀠unless 􀁴􀁾􀁥􀀠cos:. of , , I J 􀁳􀁵􀁣􀁾􀀠work be ber:":e by 􀁴􀁾􀁥􀀠pe::-:nittee. The cast of meving pr:"/ately ewned utili:.ies 􀁳􀁨􀁡􀀺􀀧􀁾􀀠be similarly 􀁢􀁯􀁲􀁾􀁥􀀠by the 􀁰􀁥􀁲􀁾􀀺􀀺􀀧􀀺􀀺􀁥􀁥􀀠unless it 􀁾􀁡􀁫􀁥􀁳􀀠ether arrangements with the person 􀁯􀁷􀁮􀁩􀁾􀁧􀀠the utility. The 􀁰􀁥􀁾􀀺􀁴􀀺􀀮􀁡􀁥􀀠􀁳􀁾􀁡􀀺􀁬􀀠suppor:. and protect by 􀁴􀀺􀁲􀀮􀀽􀁾􀁲􀀽􀀠or . p:;es, 􀁣􀁾􀁮􀁣􀁾􀀺􀁾􀀳􀀬􀀠􀁰􀁣􀁾􀁥􀁳􀀬􀀠􀁷􀁨􀁩􀁣􀁾􀀠may be in 􀁡􀁾􀁹􀀠way a!5ectsd by 􀁴􀁾􀁥􀀠􀁥􀁾􀀽􀁡􀀷􀁡􀁴􀁩􀁣􀁮􀀠􀁗􀁃􀁾􀁾􀀬􀀠􀁡􀁾􀁾􀀠􀀠de 􀁣􀁶􀁥􀁾􀀬􀀠􀁡􀀡􀁣􀁾􀁾􀀠cr ac==ss 􀁳􀁡􀀺􀁾􀀠wcrk. In case any of sa:d ;:;es, 􀁃􀁾􀁾cu!ts, poles, wi=es c= 􀁡􀀻􀀻􀁡􀁾􀁡􀁴􀁾􀁳􀀠shcu!d be damaged, 􀁴􀁾􀁥􀁹􀀠stall be 􀁲􀀻􀀻􀁡􀁾􀁲􀁥􀁣􀀠by 􀁴􀁾􀁥􀀠􀁡􀀻􀁥􀁾􀁣􀁹􀀠􀁃􀁾􀀠person 􀁯􀁷􀁮􀁩􀁾􀁾􀀠􀁴􀁾􀁥􀁾􀀬􀀠and 􀁴􀁾􀁥􀀠􀁥􀁸􀀻􀁥􀁾􀁳􀁥􀀠c: 􀁳􀁾􀁣􀁾􀀠repairs sha:l be 􀁣􀁨􀁡􀁲􀁾􀁥􀁤􀀠to 􀁴􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀁴􀁾􀁾􀁥􀀬􀀠and h:s cr 􀁩􀁾􀀳􀀠bond shall be liable 􀁴􀁨􀁥􀁲􀁾􀂣􀁯􀁲􀀮􀀠The 􀁰􀁥􀁾􀁩􀁾􀁾􀁡􀁥􀀠shall be ras;cr.sible for any damage done to any public or private proper:! by , 1 reason of 􀁴􀁾􀁥􀀠􀁢􀁲􀁥􀁡􀁫􀁩􀁾􀁧􀀠cf any water pipes, sewer, gas pipe, 􀁥􀁬􀁥􀁾􀁴􀁲􀁩􀁣􀀠conC"u.:'t or ot.':le:: utility. The peoitt.ae s:"all i:tf·=r:n itself as to 􀁉􀀺􀀮􀁾􀁥􀀠existence and loc:ation of all unde:::;rour.c utilities and prot;c':. 􀁴􀁾􀁥􀀠same against damage. -10 􀁴􀁾􀀮􀀠shell at a" t!mes and at 􀁨􀁾􀁳􀀠or its own expense 􀁰􀁲􀁥􀀵􀁥􀁲􀁾􀁥􀀠and pro<:ec-:: from 􀁩􀁮􀁾􀁵􀁲􀀭􀁬􀀠any adjoini:lg proper,:y by providing proper founcations and taking other measures suitable for the pur?ose. Where in the protection of such ?roperty it is neeessary to enter upcn private property for the pu=?ose of taking appropriate protect-ive meaS"!.l!:BS, t!ie 􀁰􀁥􀁲􀀺􀁮􀁩􀁴􀀬􀀺􀁾􀁥􀀠shal: obt.ain a lice!"lse fr:::7': t.!1e owner of such 􀁰􀁲􀀺􀁾􀁡􀁴􀁥􀀠proper,:y for such pu=?ose, anc i: he cannct oc'Cai:1 a license f:::':Jrn Si.lC!"t Qwne!:', t:te Direc-:or of St.reets 􀁲􀀡􀀧􀀺􀁡􀁾􀀧􀀠author:'=e hi.:n to enter t;,e pr:",ate pr;;mises solely for t!1e purpcse of making the property safe. T!1e per::littee Shall, a-:: :'::$ ow!'\ 􀁥􀁸􀀻􀁥􀁾􀁳􀁥􀀬􀀠shore up anc 􀁰􀁲􀁾􀁴􀁥􀁣􀁾􀀠a:l 􀁢􀁾􀁩􀀡􀁤􀀺􀁮􀁧􀀵􀀬􀀠􀁷􀁡􀁬􀁾􀁳􀀬􀀠􀁦􀁥􀁾􀁣􀁥􀁳􀀠􀁾􀁲􀀠perly 􀁴􀁾􀀠protect 􀁡􀁾􀁾􀀠car:y 􀁏􀁾􀁾􀀠􀁳􀁡􀁾􀁤􀀠wcrk. 􀁗􀁨􀁥􀁮􀁥􀁾􀁥􀁾􀀠it may te Ordinance. All 􀁣􀁾􀁮􀁳􀁴􀀽􀁾􀁣􀁾􀀡􀁣􀁮􀀠and 􀁭􀁡􀀡􀁾􀁴􀀹􀁮􀁡􀁮􀁣􀁥􀀠work shall 􀁾􀁾􀀠=cne in a manne= 􀁣􀁡􀁬􀁣􀁾􀁬􀁡􀁴􀁥􀁤􀀠􀁴􀁾􀀠leave 􀁴􀁾􀁥􀀠lawn ares clean of 􀁥􀁳􀀽􀁾􀁾􀀠and debris and in a ccndition as nearly as 􀁰􀁯􀁳􀁳􀁩􀁾􀁬􀁥􀀠to that 􀁷􀁾􀁩􀁣􀁨􀀠existec 􀁢􀁥􀁦􀁯􀁲􀁾􀀠s;Jc.h work 􀁢􀁥􀁾􀁡􀁮􀀮􀀠T!ia 􀀻􀀧􀁥􀁾􀁩􀁴􀀽􀁧􀁥􀀠shall nct rs;.:cv'Z:, even temporarily, any t=ees or 􀁳􀁨􀁲􀁾􀁢􀁳􀀠􀁷􀁨􀁩􀁣􀁾􀀠exist in st=ee:s 􀁷􀁩􀁴􀁾􀁯􀁵􀁴􀀠first 􀁨􀁡􀁶􀁩􀁮􀁾􀀠ncti.:iec and cbts!nec 􀁴􀁾􀁥􀀠􀁯􀁣􀁮􀁳􀁥􀁮􀁾􀀠of t!1e appropriate City 􀁤􀁥􀁾􀁡􀁲􀁾􀁾􀁥􀁮􀁾􀀠cr 􀁃􀁩􀁾􀁹􀀠of:icia2 having centro: of -11 S\.lch pr':Jpe!."::.y. Sec. l6-6? Side',.;alk EXC.3.'laticns.. Any 􀁥􀁸􀁣􀀳􀀮􀁶􀁡􀁾􀁩􀁡􀁮􀀠mace in any sidewalk or under a sidewalk shall be provided 􀁷􀁩􀁴􀁾􀀠a substantial and adequate foocjridge over said excavaticn en 􀁴􀁾􀁥􀀠line of 􀁴􀁾􀁥􀀠sidewalk, 􀁷􀁨􀁩􀁣􀁾􀀠bridge shall be at least 􀁴􀁾􀁲􀁥􀁥􀀠feet wide and 􀁳􀁥􀁣􀁾􀀡􀀮􀀢􀁥􀁬􀁹􀀠railed cn 􀁥􀁡􀁣􀁾􀀠side so 􀁴􀁾􀁡􀁴􀀠foot 􀁰􀁡􀁳􀁳􀁥􀁮􀁾􀁥􀁾􀀳􀀠can pass ave!." safely 􀁡􀁾􀀠􀁡􀁬􀁾􀀠times. Sec. 16-70. 􀁔􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀠shall 􀁥􀁾􀁥􀁣􀁾􀀠s\.lc:t fence, 􀁲􀁡􀁩􀁬􀁩􀀺􀀢􀁬􀁾􀀠or ba==ie!."s abo\.!t t;,e 􀁳􀁩􀀬􀀺􀁾􀀠of t:,e eX=::'la:'lcn wcrk as shall 􀁰􀁲􀁥􀁶􀁥􀁮􀁾􀀠􀁾􀁾􀁾􀁾􀁥􀁾􀀠to 􀁰􀁥􀁾􀁳􀁯􀁮􀁳􀀠􀁵􀁳􀁾􀁾􀁧􀀠the 􀁃􀁩􀁾􀁹􀀠􀁳􀁴􀀺􀀭􀁾􀁥􀁴􀁳􀀠or 􀁳􀁾􀁤􀁥􀁷􀁡􀁬􀁫􀁳􀀬􀀠􀁡􀁮􀁾􀀠􀀵􀁾􀁃􀁾􀀠pr ':Jtec:!'le 􀁢􀁡􀁲􀀽􀁾􀁥􀀡􀀮􀀢􀁳􀀠shall be 􀁭􀁡􀀡􀁾􀁴􀁡􀁾􀁾􀁥􀁾􀀠􀁾􀁾􀁴􀁩􀁬􀀠.. _ ... , •• ' 􀁾􀀠􀁟􀁾􀀠10.t:te wcrk sha:l be 􀁣􀀽􀁾􀀻􀀺􀁾􀁾􀁳􀁾􀀠􀁣􀁾􀀠the danger remcved. 􀁾... ...... 􀀭􀀭􀀭􀀭􀀮􀀺􀀧􀀮􀁾􀀠... , p:acsd 􀁾􀀻􀁣􀁾􀀠􀁳􀁾􀁣􀁾􀀠plac9 of excavaticn S -""::1C1.;"... _ -__ .=I cbs 􀁴􀀺􀀺􀀭􀂷􀀮􀀮􀁬􀁣􀁾􀁩􀁣􀁮􀁳􀀮􀀠 􀁉􀁾􀀠shall be unlawful for anycne tc 􀁲􀁥􀁾􀁣􀁶􀁥􀀠cr t-=down t;,e fence cr 􀁲􀀵􀁾􀀺􀁾􀁾􀁧􀀠or 􀁯􀁴􀁾􀁥􀁾􀀠􀁰􀁲􀁣􀁴􀁥􀁣􀁾􀁩􀁶􀁥􀀠􀁢􀁡􀁲􀀺􀀭􀁩􀁥􀁾􀁳􀀠cr 􀁡􀁾􀁹􀀠lights provided 􀁴􀁾􀁥􀁲􀁥􀀠fer the protection of the public. Sec. 16-72.. It shall be 􀁵􀁮􀀺􀁡􀁷􀁾􀁵􀁬􀀠for the 􀁰􀁥􀁲􀀺􀁮􀁩􀁴􀁾􀁥􀁥􀀠to s\.lff=-:-or 􀁰􀁥􀁾􀁩􀁴􀀠to 􀁲􀁥􀁾􀁡􀁩􀁮􀀠'unguarded a: 􀁴􀁾􀁥􀀠place of exc3.?at.icn c= c;:e!1ing any machine=--! I equ:';rnent or ot.:te:likely to 􀁡􀁴􀁴􀀮􀀽􀀺􀀺􀁣􀁾􀀠􀁣􀁾􀁩􀁬􀁤􀀽􀁾􀁮􀀠and hazardous 􀁴􀁾􀀠t;'ei!." 􀁳􀁡􀁾􀁥􀁴􀀱􀀠􀁣􀁾􀀠health. •:J ] 1 j . , r . , i . J \ i-, I . I ',,:I -12\ J 􀁓􀁥􀁾􀀮􀀠16-72. Care of Excavated Mater:al. All material excavated from or 􀁯􀁴􀁾􀁥􀁲􀀠materials stored next to 􀁴􀁲􀁥􀁮􀁣􀁾􀁥􀀵􀀠and 􀁐􀁾􀁬􀁥􀁤􀀠adjacent to 􀁴􀁾􀁥􀀠trench or in any street sha21 be piled and main􀁴􀁡􀁾􀁮􀁥􀁤􀀠in 􀁳􀁡􀁣􀁾􀀠manner as nct to endanger 􀁴􀁾􀀰􀀵􀁥􀀠work:ng in 􀁴􀁾􀁥., trench, pedestrians or users of the streets, and so that as little inconvenience as possible is caused to those 􀁵􀀵􀁩􀁮􀁾􀀠􀁳􀁾􀁲􀁥􀁥􀁴􀁳􀀠and 􀁡􀁤􀁪􀁯􀁩􀁮􀁩􀁮􀁾􀀠property. Where the confines of the area being excavated are too narrow to 􀁰􀁥􀁾􀁩􀁴􀀠the piling of excavated 􀁾􀁅􀁴􀁥􀁲􀁩􀁡􀁬􀀠beside 􀁴􀁾􀁥􀀠􀁴􀁲􀁥􀁾􀁣􀁾􀀬􀀠􀁳􀁵􀁾􀁨􀀠as might be 􀁴􀁾􀁥􀀠case 􀁩􀁾􀀠a 􀁮􀁡􀁾􀀽􀁾􀁷􀀠alley, 􀁴􀁾􀁥􀀠Direc:or of Streets shall have 􀁴􀁾􀁥􀀠􀁡􀁵􀁴􀁾􀁯􀁲􀁩􀁴􀁹� �to requ:'r'e that t:t6-􀁰􀁥􀀺􀀺􀀺􀀺􀁮􀁩􀁴􀁾􀁥􀁥􀀠haul the excavated mate!:':al t:: G 􀁲􀁮􀁥􀁾􀁴􀁳􀀠􀁾􀁯􀁲􀀠all 􀁲􀁥􀁾􀁵􀁾􀁲􀁥􀁾􀀠􀁳􀁴􀁾􀁲􀁡􀁾􀁥􀀠and disposal sites. Se".:. 16-73. Da.!:1ace to Existinc Ir.:'Or':)ve!'n€nts.. All 􀁣􀁡􀁾􀁡􀁾􀁥􀀠done to 􀁥􀁸􀁩􀁳􀁴􀀺􀁮􀁾􀀠􀁩􀁩􀁾􀀿􀁲􀁯􀁶􀁥􀁾􀁥􀁮􀁴􀁳􀀠during the progress cf the 􀁥􀁾􀁣􀁡􀁶􀁡tion work shall be re?airad by t!1e per:ni:::.ee.. Mate:-:'als f-'"" such repair shall confor.n 􀁷􀁩􀁾􀁾􀀠the requirements of any 􀁡􀁰􀁰􀀺􀁩􀁣􀁡􀁾􀀺􀁥􀀠coce or ordinance. I: upcn being ordered, 􀁴􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀠fails to furnish the necessary labor and materials for such repairs, the Directcr of Streets shall have the authcr:ty to causa said necessarj labcr and materials 􀁴􀁾􀀠be 􀁦􀁵􀁲􀁾􀀺􀁾􀁨􀁥􀁤􀀠by 􀁴􀁾􀁥􀀠City and the 􀁣􀁾􀁳􀁴􀀠shall be 􀁣􀁾􀁡􀁾􀁧􀁥􀁡􀀠􀁡􀁾􀁡􀁩􀁮􀁳􀁴􀀠the 􀁰􀁥􀁾􀁩􀁴􀁾􀁥􀁥􀁦􀀠and 􀁴􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀀺􀁾􀁥􀁥􀀠she!l also be liable on h:s or its bonc therefor. -13 I SeC. 16-74. P=ooe=-:', Lines anc Easemecn:s. P!:ope::-,-:t' 􀁌􀁾􀁥􀁳􀀠and limits of easements shall be incic3ted on the plan of exeavation submitted with the apPfic3tion 􀁦􀁯􀁾􀀠the exeat ion 􀁰􀁥􀀺􀀺􀀭􀁾􀁩􀁴􀀠and it shall be the pe!:":nittee's responsi.bility to confine exca'lat:'on 􀁷􀁯􀁾􀁫􀀠within these limits. Sec. 16-75. 􀁃􀁬􀁥􀁡􀁮􀀭􀁾􀁯􀀮􀀠As the excavation work progresses, all streets and private 􀁰􀁲􀁣􀁰􀁥􀁾􀁴􀁩􀁥􀁳􀀠shall be 􀁴􀁨􀁯􀁾􀁯􀁵􀁧􀁨􀁬􀁹􀀠􀁣􀁬􀁥􀁡􀁾􀁥􀁤􀀠of all 􀁲􀁾􀁢􀁴􀁩􀁳􀁨􀀬􀀠excess earth, rock and other debris resulting f::-om s'uch wcrk. All c1ean-;.I];: c;erat::'ons at the location of s;.;.c:: exc::;vation shall be aecompli.shed at the ex?ense of the 􀁰􀁥􀁾􀁩􀁣􀁴􀁥􀁥􀀠and shall be completed to the 􀁳􀁡􀁴􀁩􀁳􀁾􀁡􀁥􀁴􀁩􀁯� �􀀠of the 􀁄􀁩􀁲􀁥􀁣􀁴􀁯􀁾􀀠or , 􀁆􀁲􀁾􀁲􀀮􀀠􀁴􀀺􀁾􀁅􀀠􀁴􀁾􀀠􀁴􀀺􀁾􀁥􀀠as 􀁾􀁡􀁹􀀠=e crjersd by 􀁴􀁾􀁥􀀠􀁄􀁩􀁾􀀺􀁾􀁾􀀺􀁾􀀠c: remcve a!l 􀁲􀁡􀁾􀁾􀁳􀁡􀀠and 􀁵􀁾􀁾􀁳􀁥􀁤􀀠􀁭􀁡􀁴􀁂􀁾􀁩􀁡􀀡􀁳􀀠cf 􀁡􀁾􀁹􀀠􀁫􀁩􀁮􀁾􀀠􀁲􀁥􀁳􀁾􀁬􀁴􀁩􀁮􀀻􀀠said work and u;en fai.l;.;.ra 􀁴􀁾􀀠do so within 24 hours af:er he?!n; said 􀁷􀁯􀁾􀁾􀀠may be dene by the Direc:o; of St=eets anc the cos: 􀁴􀁾􀁥􀁲􀁥􀁯􀁦􀀠􀁣􀁾􀁡 􀁲􀁾􀁥􀁤􀀠to the 􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀬􀀠and 􀁴􀁾􀁥􀀠􀁰􀁥􀁾􀁩􀁣􀁴􀁥􀁥􀀠􀁳􀁨􀁡􀀺􀁾􀀠a:s= C2 liable for the 􀁃􀁾􀀵􀁴􀀠thereof unde::-the 􀁳􀁵􀁾􀁥􀁣􀀷􀀠bond 􀁰􀁲􀁯􀁶􀁾􀁣􀀮􀁾􀀠hereunder. Sec. 16-76. 􀁐􀀺􀀺􀀭􀁯􀁴􀁥􀁯􀁾􀁩􀁯􀁮􀀠of Wate= 􀁃􀁯􀁵􀁾􀀵􀁥􀁳􀀮􀀠The 􀁰􀁥􀁾􀁩􀁾􀁴􀁥􀁥􀀠shall provide for the flow of all wate::-courses, 􀁳􀁥􀁷􀁥􀁾􀁳􀀠0::-􀁤􀁲􀁡􀁾􀁾􀁳􀀠inte!:':::eptaQ during 􀁴􀁾􀁥􀀠exc,:p;ation wer:, anc. shall replace t;,e sa:1.e in as good condicion as i':; found them or shall make sue,", 􀀿􀁲􀁾􀀧􀀺􀀺'j i , J • 1 I , 1 I • J · I ! , , I : 1 􀁾􀀠I '. j -lo! sicns 􀁦􀁾􀁲􀀠􀁴􀁾􀁥􀁮􀀠as 􀁴􀁾􀁥􀀠􀁏􀁩􀀽􀁳􀁣􀁾􀁾􀁲􀀠of Streets may direct. the permittee shall 􀁮􀁣􀁾􀀠􀁯􀁢􀁳􀁴􀀽􀁾􀁣􀁴􀀠􀁴􀁾􀁥􀀠gutter of any street but shall use all pr::pe:-meas'..:res to pr::vi.de for the free passac;e cf s'Jr:ace wate:-. the 􀁰􀁥􀀺􀀭􀁾􀁩􀁴􀁾􀁥􀁥􀀠shall make provision to take care of all s'Jrpl'Js wate:-, muck, silt, slickings or ot!1er r'Jn-off punped from 􀁳􀁨􀁡􀀺􀁾􀀠be 􀁲􀁳􀁳􀀻􀁣􀁲􀀮􀁳􀁩􀁾􀁬􀁥􀀠fer 􀁡􀁾􀁹􀀠􀁤􀁡􀁾􀁡􀁦􀁥􀀠reSulting 􀁦􀁲􀁯􀁾􀀠its 􀁦􀁡􀁩􀁬􀁵􀁾􀁥􀀠tc sc pr:)v:ce. 􀁓􀁾􀀧􀀽􀀠.. 16-,":'. 􀁂􀁲􀁥􀁡􀁾􀁩􀀺􀁬􀁣􀀠􀁔􀁾􀁲􀁾􀁵􀁣􀁨􀀠􀁐􀀳􀀬􀁶􀁥􀁭� �􀀡􀁩􀀢􀁃􀀮􀁾􀀠tvhen€:tJe!' i':. is 􀁮􀁥􀁾􀁥􀀵􀁳􀁡􀁲􀁹􀀠􀁴􀁾􀀠break 􀁴􀁾􀁲􀀽􀁾􀀻􀁾􀀠􀁥􀁸􀀡􀁳􀀺􀁩􀁾􀁧􀀠􀁰􀁡􀁶􀁥􀁾􀁥􀁮􀀢􀁃􀀮􀀠􀁦􀁾􀁲􀀠excavaticn 􀁰􀁾􀁲􀂭pcses 􀁡􀁮􀁾􀀠wne!'s 􀁴􀁾􀀹􀁮􀁣􀁨􀁥􀁳􀀠are to be four feet or 􀁣􀁶􀁥􀁾􀀠􀁩􀁾􀀠􀁤􀁾􀀻􀁾􀁾􀁴􀀠t::e 􀁾􀁡􀀧􀁊􀁳􀀡􀀺􀁩􀁥􀀺􀀻􀁾􀀠a:":c t;,e base ;:;':a12. be remcvec 􀁾􀀺􀀺􀀧􀀠at less-=. 􀁴􀂷􀁾􂂬􀀺􀀧􀀮􀁴􀁥􀀠􀁩􀁮􀁣􀁾􀁥􀁳􀀠􀁢􀁥􀁹􀁯􀁾􀁾􀀠tje cute: 􀁬􀁾􀁾􀁩􀁾􀁳􀀠of 􀁴􀁾􀁥􀀠sub-;rsee tbat is t= 􀁾􀁥􀀠􀁳􀁾􀁣􀁾􀀺􀁾􀁥􀁲􀀠of 􀁵􀁮􀁾􀁾􀁳􀁾􀁾􀁲􀁾􀁥􀁾􀀠􀁲􀁮􀁡􀁾􀁥􀀽􀁾􀁡􀀺􀀠shall be 􀁾􀁲􀁾􀁶􀁩􀁤􀁥􀁤􀀠en 􀁥􀁡􀁣􀁾􀀠side of t:'e excavate":: t=e::.c:-.. :!-It; face of t!1e r:!'!1al:1in; pave:;;E:1t 􀁳􀁾􀁡􀀺􀁬􀀠be 􀁡􀀻􀀻􀁲􀁣􀁸􀀺􀁤􀁡􀁾􀀽􀁬􀁩􀀠ve=::ca:. A 􀁰􀁣􀁷􀁥􀁾􀀭􀁤􀁲􀁩􀁶􀁥􀁮􀀠􀁣􀁯􀁮􀁣􀁾􀁥􀁴􀁥􀀠􀁳􀁡􀁾􀀠􀀵􀁾􀁡􀁬􀁬􀀠be usee so as t= 􀁐􂂬􀀽􀁾􀀺􀁾􀀠􀁣􀁾􀁾􀀿􀁬􀁥􀁴􀁥􀀠􀁴􀁾􀀻􀁡􀁾􀁳􀁾􀁥􀀠cf 􀁣􀁾􀁮􀁣􀁾􀁥􀁴􀁥􀀠pavement or base 􀁷􀁾􀁾􀁨􀁣􀁵􀁴􀀠􀁲􀁡􀁾􀀻􀁥􀁾􀀠ed£es far the 􀀡􀁾􀁬􀁬􀀠􀁤􀁥􀁰􀁴􀁾􀀠of 􀁴􀁾􀁥􀀠pave-r,::ent. straight line. Nc pile driver may be used in breaking up 􀁴􀁾􀁥􀀠 p<:I'Je:nent. Sec. 16-i8. 􀁊􀁡􀁣􀁙􀀮􀁩􀁾􀁣􀀬􀀠::or:'no or 􀁴􀀧􀁊􀁮􀁮􀁥􀁬􀁾􀁮􀀺􀀺􀀮􀀠 A. 􀁄􀁥􀁳􀁣􀁲􀁩􀁰􀁾􀀺􀁯􀁮􀀮􀀠t!1:s specific3tion shall gave:-n for the 􀁰􀁲􀁾􀁶􀁩􀁳􀁩􀁯􀁮􀀠ef 􀁾􀁾􀁥􀀠􀁲􀁾􀁱􀁾􀁾􀁲􀁥􀁤􀀠opening fer 􀁴􀁾􀁾􀀠􀁩􀁾􀁳􀁾􀁡􀁬􀁬􀁡􀁴􀁩􀁣􀁮􀀠-15 of 􀁣􀁣􀁮􀁾􀁵􀁾􀁴􀀳􀀠by 􀁴􀁾􀁥􀀠􀁭􀁥􀁣􀁾􀁯􀁤􀁳􀀠of jacking, boring, or 􀁴􀁾􀁮􀁮􀁥􀁬􀀡􀁾􀁧􀀠as shown on 􀁴􀁾􀁥􀀠plans and in ccnfernity with 􀁴􀁾􀁩􀁳􀀠specific3ticn. B. C::ns t:::',Jct ien Req"ui!:"aments. Whers 􀁥􀁮􀁃􀀳􀀮􀁳􀁥􀁾􀁥􀀺􀀱􀁴􀀠or carrier pi?e is 􀁲􀁥􀁾􀁵􀁾􀁾􀁥􀁤􀀠to be installed under rail==ad by jacking, bering or 􀁴􀁾􀁮􀁮􀁥􀁬􀁩􀁮􀁧􀀠meChods, 􀁣􀁯􀁮􀁳􀁴􀀺􀁾􀁣􀁴􀁩􀁥􀁮􀀠s hall be made in a manner that will 􀁮􀁣􀁾􀀠inte::e:e 􀁷􀁩􀁾􀁨􀀠the 􀁣􀁾􀁥􀁲􀁡􀁴􀁾􀁾􀁮􀀠of the 􀁲􀀳􀀡􀀱􀁾􀁯􀁡􀁾􀀬􀀠highway or 􀁯􀁴􀁾􀁥􀁾􀀠􀁦􀁡􀁣􀁩􀁬􀁩􀁾􀁙􀁉􀀠􀁡􀁮􀁾􀀠􀁷􀁾􀁾􀁬􀀠'I I , I The c::'l1:.:-:;; eJ:' pilet hcles fer the align::',e:"lt c: ;::';e 􀁡􀁾􀀠􀁴􀁾􀁥􀀠jacking enc is below the 􀁧􀁲􀁾􀁵􀁮􀁣􀀠􀁳􀁾􀁲􀀺􀁡􀁣􀁳􀀬􀀠􀀵􀁾􀀺􀁾􀀽􀀺􀀺􀁥􀀠pits or trenches Shall be excavated fer the pur;cse c: ccn􀁤􀁾􀁣􀀽􀁩􀀺􀀢􀁬􀀻􀀠the jacking operations and fer placing enc jcints 􀁥􀁾􀀠􀁴􀁾􀁥􀀠pipe. Th:'. 􀁥􀁸􀁣􀁡􀁶􀁡􀁾􀀺􀀧􀁯􀁮􀀠shall net be carried to a gr••ter 􀁤􀁥􀁰􀁴􀁾􀀠than is 􀁲􀁥􀁾􀁵􀀡􀁲􀁥􀁤􀀠for placing of the guide and jacking timbers and and no neare!:' the roadbed than t"..;o (Z) 􀁦􀁥􀁥􀁾􀀠.. be excavated accuracaly to grade. A': open trenches and -!6. ) pit2 shall be 􀁢􀁲􀁳􀁣􀁥􀁾􀀠and sheree in 􀁳􀁵􀁣􀁾􀀠a 􀁭􀁡􀁮􀁮􀁥􀁾􀀠as will adequately prevent caving or sliding of 􀁴􀁾􀁥􀀠walls 􀁩􀁮􀁾􀁯􀀠􀁴􀁾􀁥􀀠open trench or pit. HesV*] d';,,:ty jacks suitable for forcing the pi;?e t::ro;,,:gh 􀁴􀁾􀁥􀀠e::lbank.."ent shall be provided. In opersting jacks, even pressure 􀁳􀁨􀁡􀁾􀁬􀀠be applied to all jacks used. A 􀁳􀀻􀀬􀀬􀀺􀀺􀁾􀁡􀁢􀁬􀁥􀀠jackin g head not less than six (6) inches lar;er than the outside d:a::leter of the pipe, usually c: timber, and s·",:'table brac:':\(; bec'"een jacks and jac;::!"!g head shall be provided sc that pressure will be 􀁡􀀡􀀿􀁰􀁬􀀺􀁾􀁤􀀠to 􀁴􀁾􀁥􀀠pi;?e un:'􀁦􀁣􀁲􀁾􀀺􀁹􀀠around the ring of the pipe. T!1e jack:'!"!; 􀁨􀁥􀁡􀁾􀀠shall be 􀁣􀁾􀀠􀁳􀁾􀁣􀁾􀀠'wei;ht ad 􀁤􀁩􀁭􀁥􀁮􀁳􀁾􀁯􀁮􀁳􀀠􀁴􀁾􀁥􀁴 􀀠i: 􀁾􀁾􀁬􀁬􀀠net 􀁢􀁥􀁾􀁾􀀠􀁃􀁾􀀠􀁤􀁥􀁦􀁬􀁥􀁣􀁾􀀠􀁷􀁨􀁥􀁾􀀠􀁦􀁾􀀱􀀱􀀠􀁰􀁲􀁥􀁳􀁳􀁾􀁲􀁥􀀠is 􀁡􀁰􀁰􀁬􀁾􀁥􀁤􀀠􀁡􀁾􀀠􀁴􀁾􀁥􀀠􀁪􀁡􀁣􀁾􀀮􀀠􀁔􀁾􀁥􀀠􀁲􀁥􀁾􀁣􀁶􀁡􀀺􀀠cf 􀁥􀁘􀁃􀀳􀁶􀁡􀁾􀁥􀁾􀀠􀁾􀁡􀁴􀁥􀁾􀁩􀁡􀁬􀀠 as the 􀁪􀁡􀁣􀁾􀁩􀁮􀀻􀀠􀁰􀁲􀀺􀁣􀁥􀁥􀁾􀁳􀀮􀀠A s;,,::::ab:e jacking 􀁦􀁲􀁡􀁾􀁥􀀠or backstop sha:: be provided. The and 􀁳􀁥􀁣􀁾􀁲􀁥􀁬􀁹􀀠braced 􀁴􀁯􀁧􀁥􀁾􀁾􀁥􀁲􀀠in such a 􀁾􀁡􀁮􀁮􀁥􀁲􀀠􀁴􀁾􀀠5u;;crt 􀁴􀁾􀁥􀀠sec:'icn of t:,e pi;>-e anc to 􀁤􀁩􀁲􀁥􀁣􀁾􀀠it: i:1 􀁴􀁾􀁥􀀠pr::pE::-l:!"l€ anc grace. 􀁁􀁾􀁬􀀠timber and othe= mater:als used in 􀁴􀁾􀁥􀀠􀁣􀀽􀁲􀀮􀁳􀁴􀀽􀁾􀁣tion of the jacking assembly will be of such quality and dimensions that 􀁴􀁾􀁥􀁹􀀠will withst3nc a:l stresses 􀁴􀁾􀀠which 􀁴􀁾􀁥􀁹􀀠are subjected in 􀁳􀁾􀁣􀁨􀀠a 􀁭􀁡􀁮􀁮􀁥􀁾􀀠as 􀁴􀁾􀀠􀁩􀁾􀁳􀁵􀁲􀁥􀀠even 􀁰􀁲􀁥􀁳􀁳􀁾􀁲􀁾􀁳􀀠on 􀁴􀁾􀁥􀀠pipe during jacki!"!Q operations. 􀁔􀁾􀁥􀀠whc:e iacv:nc 􀁡􀁳􀁳􀁥􀁭􀁢􀁾􀀧􀁟􀀧􀀠shall be placed so 􀁡􀁾􀀠􀁾􀁾--line ue.... 􀁷􀀺􀁾􀁾􀀠􀁴􀁾􀁥."....... 􀁤􀁩􀀽􀁾􀁣􀁾􀁩􀁯􀁮􀀠and gr3de of 􀁴􀁾􀁥􀀠pipe. As 􀁴􀁾􀁥􀀠􀁪􀁡􀁣􀁾􀁩􀁮􀁾􀀠􀁾􀁾􀁾􀁣􀁥􀁥􀁤􀁳􀀬􀀠􀁴􀁾􀁥􀀠􀁥􀁭􀁢􀁡􀁮􀁾􀁾􀁥􀁮􀁴􀀠􀁭􀁡􀁴􀁥􀁾􀁩􀁡􀁬􀀠􀁓􀁾􀁡􀁬􀁬􀀠be excavated s1ighcly 􀁩􀁾􀀠􀁳􀁾􀁣􀁨􀀠a 􀁭􀁡􀁮􀁮􀁥􀁾􀀠to avoid making the excavation 􀁬􀁡􀁾􀁾􀁥􀁾􀀠than the out3ide 􀁤􀁩􀁡􀁭􀁥􀁴􀁥􀁾􀀠of the 􀁾􀁩􀁰􀁥􀀬􀀠with the excavated 􀁭􀁡􀁾􀁥􀁾􀁩􀁡􀀱􀀠􀁢􀁥􀁩􀁾􀁧􀀠􀁾􀁥􀁭􀁯􀁶􀁥􀁤􀀠􀁴􀁨􀁾􀁯􀁾􀁧􀁨􀁴􀀠the pipe. The excavaticn 􀁦􀁣􀁾􀀠the 􀁵􀁮􀁤􀁥􀁾􀀳􀁩􀁤􀁥􀀠of the pipe, 􀁦􀁯􀁾􀀠at least J 􀁯􀁮􀁥􀀭􀁴􀁨􀁩􀁾􀀺􀁩􀀠(1/3) of the 􀁣􀁩􀁾􀁣􀀧􀀮􀁭􀁴􀁦􀁥􀁾􀁥􀁮􀁣􀁥􀀠of the pipe, silal"-con-'I 􀁦􀁯􀁾􀀺􀁮􀀠to the 􀁣􀁣􀁮􀁴􀁣􀁵􀁾􀀠and g!:3ce of' the pipe. 􀁦􀁣􀁾􀀠the tee hal= of the pipe silall 􀁣􀁣􀁮􀁦􀁯􀁾􀀺􀁮􀀠closely to the outside 􀁤􀁩􀁡􀁾􀁥􀁴􀁥􀁾􀀠of 􀁴􀁾􀁥􀀠􀀻􀀺􀁾􀁡􀀠and a 􀁣􀁬􀁥􀁡􀁲􀁡􀁮􀁣􀁾􀀠􀁧􀁲􀁥􀁡 􀁴􀁥􀁾􀀠􀁴􀁾􀁡􀁮􀀠t'NO (2) 􀁩􀁾􀁣􀁨􀁥􀁳􀀠will nct:,e pe!:':1itted. All voids 􀁢􀁥􀁾􀀧􀀧􀀧􀁾􀁾􀁾􀀬􀀠􀁴􀁾􀀬􀁥􀀠1 the pipe cr 􀁧􀀡􀀺􀁣􀁵􀁴􀀺􀀧􀁾􀀻􀀠􀁾􀁡􀀡􀀠be made 􀁴􀁨􀁾􀁯􀁾􀁧􀁨􀀠􀁤􀁾􀁩􀀱􀀱􀀠holes 􀁦􀀡􀀺􀀽􀁾􀀠􀁩􀁾􀁾􀁥􀁾􀁩􀁡􀁴􀁥􀀺􀁹􀀠u;on on 􀁣􀀽􀁾􀀻􀁬􀁥􀀽􀁩􀁯􀁮􀀠of 􀁴􀁾􀁥􀀠􀁪􀁡􀁣􀁫􀁩􀁮􀁾􀀠􀁯􀁰􀁥􀁾􀁡􀁴􀁩􀁣􀁾􀀮􀀠All 􀁣􀀳􀁾􀀡􀀺􀁩􀁥􀁾􀀠pipe 􀁩􀁾􀁳􀀽􀀳􀀱􀀱􀁥􀁤􀀠by jacking shall be 􀁳􀁾􀀻􀁰􀁯􀁾􀁴􀁥􀁤􀀠by 􀁾􀁾􀁡􀁾􀁴􀁥􀁾􀀠􀁰􀁣􀁩􀁾􀁣􀀠c!:3dle of 2000 PSI conc!:eta accoss tje 􀁪􀁡􀁣􀁫􀁩􀁮􀁾􀀠pit and 􀁾􀀺􀀠􀁾􀁾􀁥􀀠􀁦􀁩􀁾􀁳􀁴􀀠􀁪􀁯􀁩􀁾􀁴􀀠in the 􀁤􀁩􀁴􀁣􀁾􀀠􀁳􀁥􀁾􀁾􀁾􀁣􀁮􀀠), on eac!1 e"lc. , The dist3nce 􀁴􀁾􀁡􀁾􀀠􀁴􀁾􀁥􀀠eX:3vation shall be 􀁥􀁸􀁴􀁥􀁾􀁣􀁥􀁣􀀠 beyond 􀁴􀁾􀁥􀀠end of 􀁴􀁾􀀸􀀠􀁾􀁩􀀻􀁾􀀠depends en 􀁴􀁾􀁥􀀠􀁣􀁨􀁡􀁲􀀳􀁣􀁴􀁥􀁾􀀠of 􀁴􀁾􀁥􀀠 " ;, I 􀁭􀁡􀁴􀁥􀁲􀁩􀁡􀁾􀀬􀀠but it sha:! not exceed 􀁴􀁾􀁯􀀠(2) feet in any case. ;.• 1 The pi?e, 􀁰􀁲􀁥􀁦􀁥􀁾􀁡􀁣􀀺􀁹􀀬􀀠􀀵􀁾􀁡􀁾􀁬􀀠be jacked 􀁦􀁾􀁯􀁭􀀠the 􀁬􀁣􀁾􀀠􀁯􀁾􀀠I I , J When 􀁴􀁾􀁥􀀠jacking of pipe is once begun, 􀁴􀁾􀁥􀀠ogeration shall be carried on without 􀁩􀁮􀁴􀁥􀁲􀁲􀁾􀁰􀁴􀁩􀁯􀁮􀀬􀀠insofar as practicable to pre'Jent the pipe fr::lm becoming fiz:-:nly set i:l the Any pipe 􀁤􀁡􀁲􀁮􀁡􀁧􀁥􀁾􀀠􀁩􀁾􀀠􀁪􀁡􀁣􀁫􀀺􀁮􀁾􀀠􀁣􀁰􀁥􀁲􀁾􀁴􀁩􀁣􀁮􀁳􀀠shall be repaired or remcved 􀁡􀁾􀁤􀀠replaced by the 􀁣􀁣􀁮􀁴􀁲􀁡􀁣􀁾􀁯􀁲􀀠at his enti::e ex;ense .. The 􀁰􀁩􀁾􀁾􀀠cr 􀁴􀁲􀁥􀁾􀁣􀁨􀁥􀁳􀀠excavated to 􀁦􀁡􀁣􀁩􀁬􀁩􀁴􀁡􀁾􀁥􀀠jack:n; operation sha:l be f::led imrr.ediately after the 􀁪􀁡􀁣􀁫􀁩􀁮􀁾􀀠of 􀁴􀁾􀁥􀀠pipe has been 􀁣􀁯􀁾􀀻􀁬􀁥􀁴􀁳􀁤􀀠unless an 􀁥􀁮􀁃􀀳􀁳􀁥􀁭􀁥􀁮􀁾􀀠􀁣􀁾􀀺􀁹􀀠has , 􀁢􀁥􀁥􀁾􀀠􀁩􀁾􀁳􀁴􀁡􀀺􀀺􀁥􀁣􀀻􀀠􀁩􀁾􀀠􀁗􀁾􀁟􀀺􀁾􀀠casa, 􀁴􀁾􀁥􀀠􀁴􀁲􀀻􀁾􀁣􀁾􀀽􀁳􀀠ane 􀁰􀀺􀁾􀁾􀀠􀀵􀁾􀁡􀀡􀀱􀀠cr lccaticr. a;.c 􀁣􀁯􀁮􀁣􀀺􀁾􀁩􀁣􀁾􀁳􀀠as are covered elsewhere 􀁩􀁾􀀠􀁴􀁾􀁥􀁳􀁥􀀠speci:icaticns .. I: a car=ier pi;e is laid throvgh 􀁡􀁾􀀠􀁥􀁮􀁣􀁡􀁳􀁥􀁾􀁥􀁾􀁴􀀠p:pe, 􀁴􀁾􀁥􀀠􀁢􀁥􀁤􀁾􀁩􀁾􀀻􀀠of crushed rock l concrete, ;=out or 􀀻􀁲􀀵􀁮􀁾􀀺􀁡􀁲􀀠material, if any, will be consleered a part of the jaoking operaticn. D. Constr".lcticn by Boring. The hole shall be bored mechanically with a suitable 􀁢􀁯􀁲􀁩􀁾􀁧􀀠assemcly designee to produce a 􀁳􀁾􀁣􀁯􀁴􀁾􀀬􀀠􀁳􀁴􀁾􀁡􀁩􀁧􀁨􀁴􀀠shaft and so operated 􀁴􀁾􀁡􀁴􀀠􀁴􀁾􀁥􀀠completec sha:t will be at the established line and 􀁾􀁲􀀳􀁤􀁥􀀮􀀠-l!C' The size of 􀁴􀁾􀁥􀀠borsd hc:e shall be of such 􀁣􀁾􀁡􀁮􀁥􀁾􀁥􀁲􀀠􀁴􀁾􀀠prcvide ample clearance for bells or other joints. All carrier pipe installed by bcring shall be 􀁳􀁵􀁰􀁾􀁯􀁲􀁴􀁥􀁤􀀠by quarter pcint: cradle of 2000 PSI concrete across the bering pit and to the first 􀁪􀁯􀁩􀁾􀁴􀀠􀁩􀁾􀀠􀁴􀁨􀁥􀂷􀁤􀁩􀁴􀁣􀁾􀀠section on each enc. All voids will be grouted with a 1:7 􀁭􀁩􀁮􀁩􀁾􀁵􀁲􀁮􀀠rn: x 􀁾􀁩􀁴􀁨􀀠five percent: (511 to fcrcy percent 􀀨􀀴􀀰􀁾􀀱􀀠air 􀁥􀁮􀁴􀀺􀁲􀁡􀁩􀁮􀁾􀁥􀁮􀁴􀀬􀀠anc will be considered a part of the unit price of the bcring operal:ion. E. Constructicn by Tunneling. The tunnel she:l 􀁾􀀮􀀠exc3vated in 􀁳􀁡􀁣􀁾􀀠a 􀁭􀁡􀁮􀁮􀁥􀁾􀀠and to 􀁳􀁵􀁣􀁾􀀠􀁤􀁾􀁭􀁥􀁮􀁳􀁾􀁯􀁮􀁳􀀠􀁷􀁾􀁾􀁣􀁾􀀠􀁷􀁾􀁬􀁬􀀠pr-:;e!." s\.rppcr:.s necessa!:':! 􀁭􀀺􀁴􀁾􀁥􀁤􀀠i:1 t::e t'.Jn:i2: t::at: uses a pet::::leu..171 pr::ic·..lct f:::: f'J.el. Elec::.:-ic l':"ghts s:"a.:: be uSee f::r illilia:':taticr. of t:-;e t'.1nnel 􀁣􀁾􀁮􀁳􀁴􀀺􀀽􀂷􀀮􀀮􀀻􀀬􀁣􀁴􀁩􀁣􀁮􀀬􀀠f::ir il!.u.rn:'nation of 􀁣􀁾􀁭􀁰􀀺􀁥􀁴􀁥􀁣􀀠por:.:"-::-:s cf for inspecticn of the 􀁷􀁯􀁲􀁾􀁾􀀮􀀠Syfficient number c: la:::;;5 anall be used to properly illuminate the wcrk, and .1: wiring for electric power and lights shall be installed anG maintained in a safe and 􀁳􀁥􀁣􀁾􀁲􀁥􀀠􀁲􀁮􀁡􀁮􀁮􀁥􀁾􀀠in 􀁡􀁣􀀺􀁾􀁲􀁾􀁡􀀺􀁴􀁣􀁥􀀠􀁾􀁾􀁾􀁾􀀠the 􀁣􀁾􀁲􀁲􀁳􀁾􀁴􀀠Electrical Code of 􀁴􀁾􀁥􀀠Citv. The 􀁣􀁾􀁮􀁴􀁲􀀳􀁣􀀺􀁯􀁲􀀠shall 􀁭􀁡􀁩􀁾􀁣􀁡􀁩􀁮􀀠􀁴􀁾􀁥􀀠􀁴􀁾􀁮􀁮􀁥􀁬􀀠ai: in a 􀁣􀁾􀁮􀁾􀁾􀁾􀁾􀁯􀁮􀀠􀁳􀁾􀁾􀁾􀀳􀁢􀁬􀁥􀀠for .. , I -I , .I -20 t!1e healt!1 of t!1e 􀁷􀁯􀁲􀁾􀀼􀀢􀀢􀁬􀁜􀁥􀁮􀀠and s-..:f::iciently clesr for surveying operations. A suf::icient supply of fresh air shall be provided to make for the quick and complete removal of gases and 􀁤􀁵􀁳􀁾􀀠resulting 􀁦􀁲􀁯􀁾􀀠blasing or other tunnel Operations. Exce?t when unnecessarj due to natural ventilation, arti::icial ventilation shall be maintained in the tunnel by 􀁶􀁥􀁮􀁾􀁩􀁬􀁡􀁴􀁩􀁮􀁧􀀠􀁾􀁬􀁡􀁮􀁴􀁳􀀠of ample ca;acity operatec when neeeee to meet 􀁴􀁾􀁥􀀠preceding 􀁲􀁥􀁾􀁾􀁩􀁲􀁥􀁭􀁥􀁾􀁴􀀳􀀮􀀠I! 􀁲􀁥􀁾􀁾􀁾􀁲􀁥􀁤􀀠by 􀁴􀁾􀁥􀀠plans cr if required for safety, suitable steel or 􀁴􀁩􀁾􀁢􀁥􀁾􀀠􀁾􀁨􀁥􀁥􀁾􀁾􀁾􀁧􀀠shoring and bracin; Shall be 􀁕􀀵􀁥􀁾􀀠to 􀁳􀁾􀁰􀁰􀁣􀁲􀁴􀀠􀁴􀁾􀁥􀀠sides 􀁡􀁾􀁾􀀠roof cf the 􀁥􀁸􀁣􀁡􀁶􀁡􀁴􀁩􀁣􀁾􀀮􀀠􀁲􀁮􀁡 􀁮􀁥􀁾􀁴􀀠􀁳􀁾􀀻􀀻􀁣􀁾􀁾􀁳􀀠as he sha!l 􀁤􀁥􀁥􀁾􀀠necessary, nor shall it be 􀁣􀀽􀁮􀁳􀁾􀁲􀁾􀁥􀁴􀀠as 􀁲􀁥􀁬􀁩􀁥􀁾􀁩􀁾􀁧􀀠􀁴􀁾􀁥􀀠con:=actor from his full respcnsibility fer the 􀁳􀁡􀁾􀀮􀀺􀁹􀀠of the work, and for all dacl;es to 􀁰􀁥􀁾􀁳􀁯􀁮􀁳􀀠􀁡􀁾􀁾􀀠􀁰􀁲􀁾􀁰􀁥􀁲􀁴􀀱􀀮􀀠􀀠If the tunnel is to be 􀁬􀁾􀁮􀁥􀁤􀀠with ccncrete as I mcnc􀁬􀁩􀁴􀁾􀁩􀁣􀀠􀁳􀁴􀁲􀁵􀁣􀁾􀁾􀁲􀁥􀀬􀀠􀁴􀁾􀁥􀁾􀀠􀁴􀁾􀁥􀀠􀁯􀁶􀁥􀁲 􀁾􀁲􀁥􀁡􀁫􀀬􀀠if any, or vcics will be poured with concrete of the required strength as detailed cn plan. I: the strength 􀁩􀁾􀀠nct indicat=c, 􀁴􀁾􀁥􀀠28-cay st!:e:'lgt.:' will be a min:'mul:! cf 3000 PSI. Onless 􀁯􀁴􀁨􀁥􀁲􀁾􀁩􀁳􀁥􀀠indicated or speci!ied, 􀁴􀁾􀁥􀀠entire void 􀁢􀁥􀁴􀁾􀁥􀁥􀁾􀀠􀁴􀁾􀁥􀀠outside of 􀁴􀁾􀁥􀀠pipe and the 􀁴􀁾􀁮􀁮􀁥􀁬􀀠􀁾􀁡􀁬􀁬􀁾􀀠or -21. 􀁴􀁾􀁥􀀠inside face of the tunnel lining shall be backfilled 􀁷􀁩􀁴􀀮􀁾􀀠conc!"ete having a minimUl!l compressive strength of 2000 pounds per square 􀁩􀁮􀁣􀁾􀀠at 28 days or 1:7 minimum mix gr:l\.lt with five per=ent (5%) to forty percent (40%) air entrainment. No c=ncret.e or gro\.lt shall be placed aro\.lnd the pipe unless the 􀁰􀁥􀁾􀁡􀁮􀁥􀁮􀁣􀀠sheet.ing, 􀁢􀁯􀁴􀁾􀁯􀁭􀀬􀀠sides and roof cf the t\.lnnel are in a condition satisfactorj to the Director of Streets. The mi:li::r.l::O 􀁴􀁾􀁩􀁣􀁫􀁮􀁥􀁳􀁳􀀠of concrete or grout backfill shall be mai:ltained throughout. Concret.e requi:::e:: for 1''''11' 􀁾􀀠t' .. .. " .b􀁡􀁃􀁾􀀻􀀮􀀮􀁬􀀠l!1 exceS3 0 ... :ie ml:l1IrHJrn Q!menS1Cns s:'\own on p!.an wil! be at the enti:::e expense of 􀁴􀁾􀁥􀀠cont:::act.or. three pe:::cent (3);) cf cpt::!>u:":! moist·.!re. Compacting shall be dcr.e by 􀁲􀁮􀁥􀁣􀁾􀁡􀁮􀁩􀁣􀁡􀁬􀀠􀁴􀀽􀁾􀀻􀁥􀁾􀀳􀀠cr 􀁶􀀺􀁾􀁲􀁡􀁴􀁯􀁲􀁳􀀠by 􀁲􀁾􀁬􀁬􀁩􀁮􀁧􀀠in 􀁬􀁡􀁹􀁥􀁾􀁳􀁴􀀠as 􀁲􀁥􀁾􀁵􀀺􀁲􀁥􀁤􀀠by 􀁴􀁾􀁥􀀠seil in 􀁾􀁵􀁥􀁳􀁾􀁩􀁯􀁮􀀠and sound 􀁥􀁮􀁧􀁩􀁮􀁥􀀹􀁾􀁩􀁮􀁾􀀠􀁾􀁾􀁡􀀽􀁾􀁩􀁣􀁥􀁳􀀠􀁧􀁥􀁮􀁥􀁾􀁡􀁬􀁬􀁹􀀠􀁲􀁥􀁣􀁾􀁧􀁮􀁩􀁺􀁥􀁾􀀠in 􀁴􀁾􀁥􀀠􀁣􀁾􀁮􀀵􀁴􀁾􀁊􀁣􀁴􀁩􀁯􀁮􀀠industry. The 􀁄􀁩􀀽􀁥􀁣􀁾􀁯􀁲􀀠of Streets shall have the right to require testing to 􀁣􀁥􀀬􀀺􀁥􀁾􀁩􀁮􀁥􀀠the compaction, and 􀁳􀁵􀁣􀁾􀀠testing shall be at the 􀁥􀁸􀀿􀁥􀁾􀁳􀁥􀀠cf permittes.. Sec. 16-80. Dr" Back-Fillina. Back-EilEng up to the fi:::st 12 inches above the top of the utility pipes or simila::: i:1stallations shall be dcne i:l 􀁦􀀽􀁾􀁾􀀠􀁩􀁾􀁣􀁨􀀠to six inch 􀁬􀁡􀁹􀁥􀁾􀁳􀀮􀀠Each 􀁬􀁡􀁹􀁥􀁾􀀠,I j ; I I . I ;J ) i i '" 1 -22:..1 I , I is to be tamped by manual or 􀁭􀁥􀁾􀁨􀁡􀁮􀁩􀁣􀁡􀁬􀀠means. Layers that are hand tamped shall not exceed four 􀁩􀁮􀁣􀁾􀁥􀁳􀀠in thickness. Layers 􀁴􀁾􀁡􀁴􀀠are power tamped shall not exceed six inches in thickness. The same req'..lirements shall apply to tl1e remainder of tl1e back􀁦􀁩􀁬􀁬􀁩􀁾􀁧􀀠if tamping is tl1e method used for back-filling. Back-􀁦􀁾􀁬􀁬􀁩􀁮􀁧􀀠of all pipes cf over 24 inches in diameter shall be carried up to the spring line of the pipe in three-inch layers, with each layer moiste:led and t!:loroughly tamped 􀁷􀀺􀀧􀁴􀁾􀀠s'..litatle mechadcal ec;u:';::nent. Tl1e back-fill aro'und all pipes 24 bchel: or less in 􀁤􀁩􀁡􀁾􀁥􀁴􀁥􀁲􀀠􀁳􀁨􀁳􀁾􀀡􀀠be tamped as specified above to a 􀁤􀁥􀀻􀁾􀁾􀀠of 11 inches atove t!:le top of the pipe before any 􀁡􀁤􀁤􀁩􀁴􀁩􀁣􀁾􀁅􀀺􀀠, 􀁢􀁑􀁣􀁾􀀭􀀺􀀺􀀱􀀱􀁩􀁾􀁧􀀠is ;lacec 􀁴􀁾􀁥􀁲􀁥􀁣􀁮􀀮􀀠laic s:x 􀁩􀁮􀁣􀁾􀁥􀁳􀀠acove 􀁴􀁾􀁥􀀠􀁲􀁾􀁣􀁫􀀠bcttc m cf 􀁴􀁾􀁥􀀠􀁴􀁲􀁡􀁮􀁣􀁾􀀠and 􀁴􀁾􀁥􀀠􀁳􀁾􀁡􀁣􀁥􀀠Ur1cer, arcunc anc six i!"lc:-:e:: above 􀁴􀁾􀁥􀀠pipe shall be back-:ille:: 􀁷􀁾􀀺􀁾􀀠clean river sand, 􀁮􀁣􀁮􀀭􀁣􀀽􀁲􀁲􀁯􀁳􀁾􀁶􀁥􀀠soil or 􀁯􀁮􀁥􀀭􀁾􀁵􀁡􀁲􀁴􀁥􀁾􀀠􀁩􀁾􀁣􀁾􀀠􀁭􀁾􀁮􀁾􀁳􀀠;ravel cr in ac==rdance with 􀁭􀁡􀁮􀁵􀁦􀁡􀁣􀁾􀁾􀁲􀁥􀁾􀁊􀁳􀀠speci!!C3ticn i! approved in writing by the Director of 􀁓􀁴􀁲􀁥􀁾􀀽􀁳􀀮􀀠􀁂􀁲􀁣􀁫􀁥􀁾􀀠􀀻� �􀁾􀁾ment, large stones, and debris shall not b. used in the 􀁢􀁥􀁣􀁾fill. Sec. 16-82. Back-Fillinc of the Sur:ace. BacK-fill:ng shall be completed by placing the 􀁢􀁡􀁣􀁋􀀭􀁾􀁩􀁬􀀺􀀠matar:'al well up cver the top of tl1e trench. For dry back-filling, the material shall be c::mpact.ec 􀁷􀁩􀁴􀁾􀀠a r(;lle!:' of an 􀁡􀁰􀁰􀁲􀀺􀀺􀁶􀁾􀁤􀀠type or wit:.::: t!1e 􀁲􀁾􀁡􀀡􀀢􀀠-23 of a 􀁴􀁲􀁾􀁣􀁫􀀠carr1ing at 􀁬􀁥􀁡􀁳􀁾􀀠five tons until 􀁴􀁾􀁥􀀠􀁳􀁾􀁲􀀡􀁡􀁣􀁥􀀠is unyielding. The sur!ace shall then be graded as required. Sec. 16-83. Restoration of Surface. The pe=ittee shall restore the s"lrface of all 􀁳􀁾􀁲􀁥􀁥􀁴􀁳􀀬􀀠broken into or damaged as a result of the excavation work, to its original condition in accordance with the 􀁳􀁾􀁥􀁣􀁩􀀺􀁩􀁣􀁡􀁴􀁩􀁯􀁮􀁳􀀠 of the Director of Streets. The pe=ittee may be 􀁲􀁥􀁱􀁾􀁩􀁲􀁥􀁤􀀠to place a 􀁴􀁥􀁭􀁾􀁯􀁲􀁡􀁲􀀡􀀠surface ever openings made in ;aved 􀁴􀁲􀁡􀁦􀁾􀁩􀁣􀀠lanes. Except when the pave=ent is to be replacec before the cpening of. the cut to traffic, the fill abcve the tcccm of be pavin;;; slab shall be made wi ':.h s'ui::=.t:le material well 􀁴􀁡􀁾􀁰􀁥􀁤􀀠into place and this fill so::,,:: be . 1 I , 1 J I " ! . j 􀁲􀁥􀁳􀁴􀀽􀁲􀁡􀁴􀁾􀁯􀁮􀀠sha:: net 􀁥􀁾􀁣􀁥􀁧􀁾􀀠one inch above 􀁴􀁾􀁥􀀠􀁡􀁤􀁪􀁣􀁩􀁮􀁩􀁾􀀻􀀠􀁾􀁡􀁶􀁥menta The 􀁰􀁥􀁾􀁾􀁾􀁾􀀽􀁥􀀹􀀠􀁳􀁨􀁡􀁾􀀡􀀠􀁥􀁸􀁥􀁾􀀺􀀡􀁳􀁥􀀠s pecial care 􀁩􀁾􀀠􀁭􀁡􀁫􀁩􀁾􀁧􀀠such te;npcra?:"'j rest;::raticns and m;.:st maintain sach restorations in safe tr="JeEnc; c-:nciticn until 􀁳􀀧􀀮􀀮􀁬􀁣􀁾􀀠time as pe=anent r'=S-::8rations are mace. The 􀁡􀁳􀁾􀁨􀁡􀁬􀁴􀀠which is used shall be in ac;:;:r:iance 􀁷􀁩􀁴􀁾􀀠􀁴􀁾􀁥􀀠􀁳􀀿􀁥􀁾􀁾􀀽􀀺􀁾􀁡􀁴􀁩􀁯􀁮􀁳􀀠of 􀁴􀁾􀁥􀀠Director of Streets. I ,.1􀁐􀁥􀁾􀁡􀁮􀁥􀁮􀁴􀀠restoration of the street shall be made by the per:nittse in strict ac;:orjanc2 with the speci::ications prescribe,' by 􀁴􀁾􀁥􀀠Directcr :E Streets to restore the street to its or:c;inal and proper conditicn, or as near as may be. . 􀁾􀀠j Acceptanc,; or apt;:roval of any exc;r:at:'on work by the -24 : , 􀁄􀁩􀁲􀁥􀁣􀁾􀁯􀁲􀀠of St::-eets shall nor. pre'lent the Ci t7 from asse::--::ing a claim against the per:nittee and his or its s".lrety under the surety bend re<;.uired hereunder for incomplete or defective work i:: disccverec within t-",el'!e (12) months from the completion of 􀁴􀁾􀁥􀀠excavation wcrk. The Director of Streets' presence during t!le per::or:ni5!1ca of any 􀁥􀁸􀁣􀁾􀀧􀁝􀁡􀁴􀁩􀁯􀁮􀀠wor:{ shall net re!:e'}E 􀁴􀁾􀁥􀀠pe:-􀁭􀁩􀁾􀁴􀁥􀁥􀀠of its r9s;onsibilit:es hereunder. Sec. 16-84. Ci tv' s R::'cht to Restore S.lr::ace. I: the pe:::􀁭􀁩􀁾􀀺􀁥􀁥􀀠shall have 􀁦􀁡􀁩􀁬􀁥􀁾􀀠􀁴􀁾􀀠restore 􀁴􀁾􀁥􀀠􀁳􀁵􀁲􀁾􀀳􀁣􀁾􀀠cf tbe st:-eet to its original ana proper condition upon the 􀁥􀁸􀀻􀁾􀁲􀁡􀁴􀁩􀁯􀁮􀀠of the time fixec by s"..lch pe::7i";it. or shall 􀁯􀁴􀁾􀁥􀁲􀁦􀁬􀁩􀁳􀁥􀀠bave f3iled to co:-:;::et.e the e:::::avat.icr. ;.;cr:'\ 􀁣􀀽􀁶􀁥􀁾􀁥􀀺􀀺􀀺􀀠!:>y such !)e:-:nit, t:ie 􀁄􀁩􀁲􀀹􀁣􀁴􀁾􀁲􀀠c: 􀁓􀁴􀁲􀁥􀁥􀁾􀁳􀀬􀀠if he 􀁤􀁥􀁥􀁾􀁳􀀠it advisable, shall have 􀁴􀁾􀁥􀀠􀁲􀁩􀁾􀁨􀁴􀀠t= 􀁾􀁣􀀠all vaticn 􀁷􀁣􀁲􀀺􀁾􀀮􀀠􀁔􀁾􀁥􀀠pe!":r.i":tge sha!l be liable for t!1e act"..lal cost thereof 􀁾􀁬􀁵􀁳􀀠25% of such cost for general overhead and acnin::'st::-ative 􀁥􀁘􀀿􀁥􀁾􀁳􀁥􀀵􀀮􀀠The City Shall have a cause of ac:icn for all fees, expenses and 􀁡􀁭􀁣􀁾􀁮􀁴􀁳􀀠paid out and 􀁪􀁾􀁥􀀠it for 􀁳􀁵􀁣􀁾􀀠work and shall apply in payment of the amount due it any 􀁦􀁾􀀢􀁊􀁮􀁃􀀺􀁳􀀠of the 􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀠􀁤􀁥􀁰􀁯􀁳􀁾􀁾􀁥􀁤􀀠as herein provided, anG the City shall also enforce its rights under the 􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀧􀁳� �surety bond provided pursuant to th:s Ordinance. It shall be the duty of 􀁴􀁾􀁥􀀠per:nittee to guarantee and maintain the site of the excsvation work in the same condition it was prior to the excsvation for one year after 􀁲􀁥􀁳􀁾􀁯􀁲􀁩􀁮􀁧􀀠ie to its -25 eriginal 􀁣􀁯􀁮􀁤􀁩􀁴􀁾􀁯􀁮􀀮􀀠Sec. 16-85. 􀁔􀁲􀁥􀁮􀁣􀁾􀁥􀁳􀀠in Pice Lavina. Except by special 􀁰􀁥􀁾􀁩􀁳􀁳􀁩􀁯􀁮􀀠􀁦􀁾􀁣􀁭􀀠􀁴􀁾􀁥􀀠􀁄􀁩􀁾􀁥􀁣􀁾􀁯􀁲􀀠of Streets, no 􀁴􀁲􀁥􀁮􀁣􀁾􀀠shall be excavated mere 􀁴􀁾􀁡􀁮􀀠250 feet in advance of pipe laying nor left unfilled more 􀁴􀁾􀁡􀁮􀀠500 feet where pipe has been laid. The 􀁬􀁥􀁾􀁧􀁴􀁨􀀠of 􀁴􀁾􀁥􀀠􀁴􀁾􀁥􀁮􀁣􀁾􀀠􀁴􀁾􀁡􀁴􀀠may be opened at anyone time shall nct be greater than 􀁴􀁾􀁥􀀠􀁬􀁥􀁮􀁧􀁴􀁾􀀠ef pipe and the necessary accessor:es which ara available at the site ready to be put 􀁩􀁾􀀠place. Trenches 􀁳􀁾􀁡􀁬􀁬􀀠be braced and 􀁳􀁨􀁾􀁡􀁴􀁾􀁥􀁤􀀠according to 􀁧􀁥􀁮􀁥􀁾􀁡􀀺􀀺􀁹􀀠􀁡􀁣􀁾􀁳􀁾􀁴􀁥􀁲􀁬􀀠safety 􀁳􀁴􀁡􀁮􀁣􀁡􀁲􀁾􀁳􀀠for 􀁣􀁾􀁮􀁳􀁴􀁾􀁾􀁣􀁴􀁩􀁯􀁮􀀠􀁷􀁣􀁲􀁾􀀠􀁡􀁾􀀠􀁾􀁲􀁥􀁳􀁣􀁲􀁩􀁪􀁥􀁾􀀠by the 􀁄􀁩􀁾􀁥􀁣􀁴􀁯􀁲􀀠ef Streets. No 􀁴􀁩􀁾􀁢􀁥􀁾􀀠bracing, lagging, 􀁳􀁨􀁥􀁡􀁾􀁾􀀺􀁾􀁧􀀠or 􀁯􀁴􀁾􀁥􀁲􀀠Lll:1ber shall be lef;: in any trench. I , 1 I work anc 􀁲􀁥􀁳􀁴􀁾􀁲􀁥􀀠􀁴􀁾􀁥􀀠􀁳􀁴􀁾􀁥􀁥􀁾􀀠􀁴􀁾� �its 􀁣􀁲􀁩􀁾􀁩􀁾􀁡􀁬􀀠􀁣􀁾􀁮􀁣􀁩􀁾􀀺􀁣􀁮􀀬􀀠or as nea: as may be, as as secn as prac:icable and in any event net 􀁬􀁡􀁾􀁥􀁾􀀠then 􀁴􀁾􀁥􀀠date 􀁳􀁰􀁥􀁣􀁾􀀺􀁩􀁥􀁣􀀠􀁩􀁾􀀠􀁴􀁾􀁥􀀠excavation 􀁰􀁥􀁾􀁩􀁴􀀠􀁴􀁾􀁥􀁾􀁾􀀽􀁾􀁲􀀮􀀠Sec. 16-87. Urcent Wcr'<. r= in his 􀁪􀁵􀁤􀁾􀁥􀁮􀁴􀀺􀀬􀀠􀁴􀁾􀁡􀀺􀀺􀀺􀁣􀀠conditions, the safety er 􀁣􀁾􀁮􀁶􀁥􀁮􀁩􀁥􀁮􀁣􀁥􀀠of the 􀁴􀁲􀁡􀁶􀀮􀁬􀁾􀁮􀁧􀀠􀁰􀁾􀁢􀁬􀁾􀁾􀀠or the public intsrest require that t!le excavation work be per:c=ec as , J emergency 􀁷􀁯􀁲􀁾􀀬􀀠the 􀁄􀁩􀁲􀁳􀁣􀁴􀁾􀁲􀀠of Streets 􀁷􀁩􀁴􀁾􀀠􀁴􀁾􀁥􀀠􀁣􀁾􀁮􀁓􀁥􀁮􀁴􀀠of the City 􀁍􀁡􀁮􀁡􀁱􀁥􀁾􀀬􀀠i: the exes-,ation is within 300 fee,: of a residence, shall have f·.tll 􀁰􀁣􀁷􀁥􀁾􀀠􀁴􀁾􀀠order, at t!le ti:ne t'1e pe=it is -261 i by t;;e per:nittee 24 hours a day to 􀁴􀁾􀁥􀀠end 􀁴􀁾􀁡􀁴􀀠such eXC3'lar.ion wcrk may be completed as soon as possible. Sec. 16-88. Emeroenc? Action. In the event of any 􀁥􀁾􀁥􀁲􀀻􀁥􀁾􀁣􀁹􀀠􀁩􀁾􀀠􀁷� �􀁩􀁣􀁾􀀠a sewer or water main, conduit or utilit7 􀁩􀁾􀀠or under any street breaks, bursts or 􀁯􀁴􀁨􀁥􀁾􀁾􀁩􀁳􀁥􀀠is in 􀁳􀁵􀁣􀁾􀀠conciticn as 􀁴􀁾􀀠􀁩􀁾􀁲􀁮􀁥􀁣􀁾􀁡􀁴􀀻􀀱􀀷􀀠endanger 􀁴􀁾􀁥􀀠􀁰􀁲􀁾􀁰􀁥􀁲􀁾􀁙􀁉􀀠life, 􀁨􀁥􀁡􀁬􀁾􀁾􀀠or sa:ety of any inci"l:'oual, the person owning or controlling 􀁳􀁵􀁣􀁾􀀠se;".• er, ma:'n, c:::r.c;.:it cr ut:1:'t7, wi:hout first applying for and 􀁣􀀺􀀺􀁾􀁡􀁩􀁾􀀺􀀧􀀺􀁩􀁧􀀠an exc,avcticn pe!":'7\it here;Jnder, shall 􀁩􀀺􀁮􀁭􀁥􀁤􀁩􀁡􀁴􀁾􀀲􀁹􀀠take 􀀻􀀽􀀺􀁾􀁥􀀡􀀺􀀧􀀠􀁥􀁾􀁥􀀡􀀺􀀧􀀻􀁥􀀡􀀱􀁣􀁹􀀠􀁲􀁲􀀬􀁥􀁡􀂣􀀻􀁊􀀡􀀬􀁾􀁳􀀠t:) C".lre or re!'ned;{ t!ie dangerous C':!i􀁣􀁩􀁾􀁩􀁾􀁲􀀮􀁳􀀠􀁦􀁾􀁲􀀠the 􀁰􀁾􀁾􀁴􀁥􀁣􀁴􀁩􀁣􀁲􀀮􀀠cf 􀁰􀁲􀁯􀁰􀁥􀁾􀁴􀀷􀀬􀀠li=e, 􀁨􀁥􀁡􀁬􀁴􀁾􀀠anc sa:ety 􀁦􀁡􀀽􀁾􀀱􀀺􀁴􀀷􀀠􀁾􀁨􀁡􀁬􀁬􀀠􀁡􀁾􀀻􀀺􀀷􀀠fer an excavation 􀁰􀁥􀁾􀁩􀁴􀀠not later 􀁴􀁾􀁡􀁾􀀠􀁴􀁾􀁥􀀠􀁥􀁾􀁾􀀠􀁣􀁾􀀠􀁴􀁾􀁥􀀠nex: 􀁳􀁾􀁣􀀽􀁥􀁥􀁾􀀡􀁾􀁧􀀠day 􀁤􀁵􀁲􀀺􀁾􀀻􀀠􀁷􀁨􀀡􀁣􀁾􀀠􀁴􀁾􀁥􀀠Di:ect:r cf St=eets' cf=ice is 􀁣􀁾􀁥􀁾􀀠f=r business, and shall net 􀁰􀁲􀁾􀁣􀁥􀁥􀁣􀀠􀁷􀀺􀁾􀁾􀀠pe:::::ane!"l'C 􀁲􀁾􀁲􀁾􀁡􀀺􀀡􀀢􀀧􀁾􀀠􀁗􀀺􀁾􀀡􀀱􀁃􀁜􀀻􀁴􀀠fi:st obtai:1ing an excavaticn pe!:":7iit S.ec. 16-89.. NciseL D;;st and De=ris.. Each per:nittee s!1c.ll ccnduc: and carry out 􀁴􀁾􀁥􀀠excavation work in such manner as to a".?cid unnecessar-j inconve:'!le!'lCe and annoyance to t:t€ general p·ut.:i c: and occ-.;pants of neighboring proper':.::!" The per:nitte.. shall take appropriate measures to reduce to the f-.;llest extent 􀀻􀁲􀁡􀁣􀁾􀁩􀁣􀁡􀁢􀁬􀁥􀀠in the 􀁰􀁥􀁲􀀽􀁯􀁾􀁡􀁮􀁣􀁥􀀠of the excavation work, noise, 􀁤􀁵􀁳􀁾􀀠and unsightly debris and during the hours of 10:00 􀁰􀀮􀁾.. and 􀁾􀀻􀁃􀁃􀀠a.&. shall not USe, 􀁥􀁸􀁣􀀻􀁾􀁴􀀠􀁷􀁩􀁴􀁾􀀠􀁴􀁾􀁥􀀠ex?ress written 􀁰􀁥􀁾-27 i mission of 􀁴􀁾􀁥􀀠Ci:y Manager, or in case of an 􀁥􀁭􀁥􀁲􀁾􀁥􀁮􀁣􀁹􀀠as herein 􀁯􀁴􀁾􀁥􀁲􀁈􀁩􀁳􀁥􀀠provided, any tool. appliance or equipment 􀁰􀁲􀁯􀁤􀁵􀁣􀁩􀁾􀁧􀀠noica of sufficient volume to disturb 􀁴􀁾􀁥􀀠sleep or repose of occupants of 􀁴􀁾􀁥􀀠neighboring property. Sec. 16-90. Preser',aticn of Monuments. The pe=it,:ee shall excavation work until approved to do 50 by the Director of 􀁓􀁴􀁾􀁳􀁥􀁴􀁳􀀮􀀠􀁾􀀻􀀮􀀮􀀮􀀠-, 1.... __􀁾􀀮􀁇􀀮Sec. 16-90a. 􀁉􀁮􀁅􀁾􀁥􀀭􀀺􀀺􀀭􀀺􀀺􀀺􀁣􀁮􀁳􀀠.. The Director of Streets make 􀁳􀁵􀁣􀁾􀀠􀁩􀁮􀁳􀁰􀁥􀁣􀁾􀁩􀁯􀁮􀁳􀀠as are reasonably necessary in the enfcrcement Ordinance. 􀁔􀁾􀁥􀀠Dir*ctor of Streets shall have 􀁴􀁾􀁥􀀠rS,;"...l.!.aticns as· may be re:.scnably neces.sar1 tc enf::r::e a:::: 􀁃􀀳􀀮􀁾􀀽􀂷􀁊􀀠i I Sec. 16-90b. 􀁾􀁡􀁩􀀺􀀭􀀧􀁩􀀻􀀺􀀮􀁡􀀺􀀡􀀢􀀺􀀠Drswi!'1cs. Use:-::: of 􀁳􀁩􀁊􀀺􀀻􀀭􀁳􀁾􀁲􀀽􀀳􀀮􀁣􀁥􀀠􀁳􀁾􀁲􀁥􀁥􀁴􀀠􀁳􀁾􀁡􀁣􀁥􀀠shall 􀁭􀁡􀁩􀁾􀁴􀀲􀁩􀁾􀀠􀁡􀁣􀁾􀁾􀁲􀀳􀁴􀁥􀀠drawin;s and plans 􀀵􀁨􀁣􀁾􀁾􀁾􀁾􀀠t;,e location anc 􀁣􀁾􀁡􀀺􀀻􀁡􀁣􀀧􀀺􀀮􀁥􀀽􀀠cf all unde!:';round str'.JC":..·.,J.!:'9S. Sec. 16-90c. AooEc:::bilitv of Ordinance to Cit., Wcrk 􀁡􀁾􀀮􀁣􀀠Dtilit., Ccmoanies. The previsions of this Ordinance sha:l nct be applicable to any excavation work under the direction 0= a competent city authority by employees of the City. Any 􀁣􀁯􀁮􀁴􀁲􀀳􀁣􀁴􀁾􀁲􀀠. j of the Ci ty per::or:ning work for or in behal: of t!'le Ci ty neces:s itating openings or excavations in 􀁳􀁴􀁾􀁥􀁥􀁴􀁳􀀠shall comply 􀁷􀀺􀁴􀁾􀀠􀁴􀁾􀀺􀁳􀀠􀁏􀁲􀁾􀁩􀁮􀁡􀁮􀁣􀁥􀀠unless 􀁴􀁾􀁥􀀠􀁄􀁩􀁾􀁥􀁣􀁾􀁾􀁲􀀠of 􀁓􀁴􀁲􀁥􀁾􀁴􀁳􀀠shall, in 􀁷􀁲􀁩􀁴􀁩􀁮􀁾􀀬􀀠wa!7e c=mpliance of 􀁴􀁾􀁥􀀠􀁲􀀹􀁱􀁵􀁩􀁾􀀺􀁮􀁥􀁮􀁴􀁳􀀠of 􀁴􀁾􀁩􀁳􀀠Ordinance u90n 􀁴􀁾􀁥􀀠􀁴􀁥􀁾􀁳􀀠-28I and 􀁣􀁾􀁮􀁤􀁩􀁴􀁩􀁯􀁮􀁳􀀠he deems necessarj. All 􀁰􀁲􀁾􀁶􀁩􀁳􀁩􀁯􀁮􀁳􀀠of 􀁴􀁾􀁩􀁳􀀠Ordinance shall be applicable to public utility companies and 􀁴􀁾􀁥􀁩􀁲􀀠􀁣􀁯􀁮􀁴􀁲􀁡􀁣􀁾􀁯􀁲􀁳􀀬􀀠􀁥􀁸􀁣􀁥􀁾􀁴􀀠 􀁴􀁾􀁥􀀠provision 􀁷􀁨􀁩􀁣􀁾􀀠requires 􀁴􀁾􀁥􀀠􀁰􀁡􀁾􀁾􀁥􀁮􀁴􀀠of a 􀁰􀁥􀁾􀁩􀁴􀀠fee and 􀁴􀁾􀁥􀀠provision which requires a surety bond provided 􀁳􀀢􀀮􀀮􀁬􀁣􀁾􀀠utilit:t corr.;:>any has agreed to indemnify the City 􀁡􀁾􀁡􀀺􀁾􀁳􀁴􀀠􀁤􀁡􀁾􀁡􀁦􀁥􀀠anc lcsses covered by the bond. Seo. 16-90d. Ins"..lrance. A 􀁰􀁥􀁾􀁩ttee, prior to the cor.,mencemenc of excavation work hereunder, shall furnish to the Director of Streets satisfactory evidence in writing 􀁴􀁾􀁡􀁴􀀠􀁴􀁾􀁥􀀠pe!:7.li ttee has in f:::rce and will maintain in force during the perfOr::lance of 􀁴􀁾􀁥􀀠ex:avation work ane the period of 􀁴􀁾􀁥􀀠ex:,,":a:'lcn pe!":7Lit p;Jbl:c 1:'a=:"1:'>:1 i!1s·.,lrance ci not less than 5:"0')/00: f=r anyone perscn and $300,000 f:::r anyone ac::ident and proper:y dama;e 􀁩􀁾􀁳􀁵􀁾􀁡􀁾􀁣􀁥􀀠of net less 􀁴􀁾􀁡􀁮􀀠550,000 􀁤􀁾􀁬􀁹􀀠issued 􀁢􀁾􀀠􀁡􀁾􀀠􀁩􀁮􀁳􀁾􀁲􀀽􀀮􀁮􀁣􀁥􀀠c:;r..;::ar:y 􀁡􀀺􀀮􀀮􀀮􀀡􀁴􀁾􀁣􀁲􀁩􀀽􀁥􀁣􀀠t:J de business in this State. ECwever, if 􀁴􀁾􀁥􀀠Di!'sc-:.or of Stre€':s deter:nines that the ccst of 􀁴􀁾􀁥􀀠excavation to be 􀁰􀁥􀁾􀀺􀁾􀁾􀁥􀁾􀀠by 􀁰􀁥􀁾􀁩􀁴􀁴􀁥􀁥􀀠exceecs 550,000, 􀁴􀁾􀁥􀁮􀀠tbe 􀁄􀁩􀁲􀁥􀁣􀁾􀁯􀁲􀀠of St=eets, at h:s c:scretion, may 􀁲􀁥􀀻􀁵􀁩􀁾􀀽􀀠􀁴􀁾􀁥􀀠permittee to 􀁭􀁡􀁩􀁾􀁴􀁡􀁩􀁮􀀠in 􀁦􀁯􀁲􀁾􀁥􀀠dur:ng 􀁴􀁾􀁥􀀠􀁰􀁥􀁲􀁦􀁯􀁲􀁾􀁡􀁮􀁣􀁥􀀠of the excavation wC::-k anc t.:;.e perioc cf 􀁥􀁾􀁣􀀽􀀽􀁾􀀺􀁡􀁴􀁩􀁯􀁮􀀠pe!':nit public i!"lsu!"3.:"lce not less than $1,000,000 for anyone person and $3,000,000 for any one 􀁡􀁣􀁣􀁩􀁤􀁥􀁮􀁾􀀠􀁡􀁾􀁤􀀠prcperty damage insurance not less than $500,000, duly exec".Jted by an 􀁩􀁾􀁳􀀢􀁾􀁲􀁡􀁮􀁣􀁥􀀠company authorized to do business in this State. Sec. 16-90e. 􀁌􀁩􀁡􀁢􀁩􀁬􀁩􀀺􀁾􀀢􀁯􀁦􀀠Cit? This Ordinance shall not be 􀁣􀁯􀁮􀁳􀁴􀀽􀁾􀁥􀁤􀀠as imposing upon the 􀁃􀁩􀁾􀁹􀀠or any official or employee any liability or responsibility for damages to any person injured by the 􀁰􀁥􀁲􀀽􀁯􀁾􀁡􀁮􀁣􀁥􀀠of any 􀁥􀁸􀁣􀁡􀁾􀁡􀁴􀁩􀁯􀁮􀀠work for which an exca'Jaticn pe=it is 􀁩􀁳􀁳􀁾􀁥􀁤􀀠here'under; nor shall t!1e City or any official or employee thereof be deemed to have 􀁡􀁳􀁳􀁾􀁾􀁥􀁤􀀠any 􀁳􀁾􀁣􀁨􀀠liabilit y or 􀁲􀁥􀁳􀁰􀁣􀁮􀁳􀁩􀁾􀁩􀁬􀁩􀁴􀁹􀀠by reason of inspections .J a'ut3:lorized hereuncer, the iss'Uance of any per:nit or the a;;rCJval Jof any excavaticn work. Sec. 16-90£:. 􀁕􀁮􀁬􀁡􀁷􀁦􀀧􀁾􀁬􀀠Activi ties. It shall be 'Unla·./f'Jl f:Jr any 􀁰􀁥􀀡􀀺􀀧􀁾􀁣􀁮􀀠to i:1jure, ce!ac=, dest:::'::)y unlawf·..J.lly twill:·,;:::! anc -]malcic'usly I any pipes, ca!:les, li:1es, belonc;;b.g to t3:le '!c·.... :': of , J but not 􀁬􀁩􀁭􀁩􀁾􀁾􀁾􀀠􀁾􀀺􀁲􀀠gc5, , 1 I I , ) , , i j c= 􀁴􀁾􀁥􀀠􀁰􀁲􀁾􀁶􀁩􀀵􀁩􀁣􀁾􀁳􀀠cf 􀁴􀁾􀀺􀁳􀀠􀁃􀁾􀀺􀀺􀁾􀁡􀁮􀁣􀁥􀀬􀀠shall u;cn 􀁣􀁯􀁾􀁾􀁩􀁳􀁳􀁩􀁣􀁾􀀠:e nct t= exceec t:,e S'",l!TI of 􀀷􀁦􀀮􀁩􀁾􀀠Hundred and no/lOa Dolla.rs rs (S:OO .. OO) , i for each offense, and 􀁥􀁡􀁣􀁾􀀠day 􀁳􀁡􀁣􀁾􀀠violation 􀁣􀁾􀁮􀁴􀁩􀁮􀁵􀁥􀀽􀀠􀁳􀁾􀁳􀀺􀁬􀀠, , 􀁣􀁏􀁮􀁳􀁴􀁩􀁾􀁵􀁴􀁥􀀠a separate of:ense. SECTION 3. That all ordinances of the Ci ty i:1 ccn."::' 􀀽􀁾􀀠wi:::, the provisions of this ordinance be, and t!1e same are her:!:y repealed and all other ordinances of t3:le City not in cor.=::ct with t3:le provisions of 􀁴􀁾􀀡􀁳􀀠ordinance shall remain 􀁩􀁾􀀠􀁦􀁾􀀺􀀺􀀠force and e::act. I -30 sicn, clause, phrase or 􀁳􀁥􀁣􀁾􀁩􀁯􀁮􀀠of 􀁴􀁾􀁩􀁳􀀠ordinance be adjuoGed or be held to be 􀁵􀁮􀁣􀁯􀁮􀁳􀁾􀁩􀁴􀁾􀁴􀁩􀁯􀁮􀁡􀁬􀀬􀀠illegal or invalid. 􀁴􀁾􀁥􀀠same she!l not 􀁡􀁦􀁦􀁥􀁣􀁾􀀠􀁴􀁾􀁥􀀠validi ty of this ordinance as a whole or any 􀁰􀁡􀁲􀁾􀀠or 􀁰􀁲􀁯􀁶􀁾􀁳􀁩􀁯􀁮􀀠thereof other than the part so decided to be or unccnstit'.Jtional. fer the 􀁲􀁥􀁧􀁵􀀡􀁡􀁾􀁩􀁯􀁮􀀠of opening and excavating streets, alleys, 􀁳􀁾􀁤􀁥􀁾􀁡􀀡􀁫􀁳􀀬􀀠􀁡􀁮􀁾􀀠􀁯􀁴􀁾􀁥􀁲􀀠􀁰􀁾􀁢􀁬􀁾􀁣􀀠ground and is therefore 􀁩􀁮􀁡􀁤􀁥􀁾􀁵􀁡􀁴􀁥􀀠to proper!y 􀁳􀁡􀁾􀁥􀀻􀁵􀁡􀁲􀁾􀀠􀁴􀁾􀁥􀀠general public, 􀁨􀁥􀁡􀀺􀁾􀁾􀀠and safety, creates an 􀁥􀁾􀁥􀁲􀀻􀁥􀁮􀁣􀁹􀀠and an 􀁩􀁾􀁾􀁥􀁲􀁡􀁴􀁩􀁶􀁥􀀠public necessity, and the 􀁣􀁲􀁾􀁩􀁴􀁾􀁣􀁲􀀮􀀮􀀠________􀀢􀁾________ , 1985. MAYOR -31 · I ·I · I I J ·1 T : I I I · I · I · 1, · , I " 1 i · J · I C I · · 1 · I I ! APPENDIX B EXCAVATION ORDINANCE NO. 084-051 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS · . j ! 1 · J • 1 l · l -1 i · ! .i · · 1 .. I ORDINANCE NO. OA4-0Sl 􀁾􀁾􀀠ORDINANCE OF THE TOWN OF ADDISON, TEXAS, AMENDING CHAPTER 5 OF TFE CODE OF ORDINANCE BOOK OF THE TOlm OF AnDISON, TEXAS, PROVIDING FOR INTENT AND PURPOSE; PROVIDING FOR PROHIBITING EXCAVATION, ERECTION, CONSTRUCTION OR DEMOLITION AT NIGHT; PROVIDING FOR AN EXCEPTION; PROVIDING FOR A PERMIT; PROVIDING FOR PENALTIES; PROVIDING FOR CONFLICTING SECTIONS; PROVIDING FOR A REPEAL CLAUSE; PROVIDING FOR SEVERABILITY; AND DECLARING Alq EMERGF.NCY. BE IT ORDAINED BY THE CITY 􀁃􀁏􀁌􀁾􀁃􀁉􀁌􀀠OF THE 􀁔􀁏􀁾􀁾􀀠OF ADDISON, TEXAS: SECTION 1. That the Code of Ordinance Book of the 􀁔􀁯􀁷􀁾􀀠of Addison, Texas, is hereby 􀁡􀁾􀁥􀁮􀁤􀁥􀁤􀀠by adding Section 5-37.5 to read as follows! Sec. 5-37.5. Prohibiting excavation, construction or demolition at night. (a) Intent and purpose. The City Council of the Town of Addison finds and declares that: 1. The uncontrolled excavation, erection, construction or demolition at night upon 􀁢􀁵􀁩􀁬􀁤􀁩􀁮􀁾􀁳􀀠or structures presents an inconvenience or danger to the welfare and safety of those persons 􀁲􀁥􀁳􀁩􀁤􀁩􀁮􀁾􀀠within or near the buildings or structures worked upnn. 2. Such nocturnal activity causes inconvenience or dAnger to those persons residing within or near the buildings or structures worked upon so as to constitute a public nuisance. 3. It is matter of public necessity that the Town of Addison protect those persons residing within or near the buildings or structures worked upon from the danger posed by such nocturnal activity. 4. The provisions and prohibitions hereinaf:er contAined 1 and enacted are in pursuance of and for thE' morals and general welfare of persons in the Town of Addison. 5. There is an immediate and present danger presented by the above described uncontrolled nocturnal activity, 1 creating an 􀁥􀁭􀁥􀁲􀁾􀁥􀁮􀁣􀁹􀀮􀀠i (b) Unlawful activity. It shall be unlawful for a person, ,firm or corporation to excavate, erect, build, construct, alter, repair or demolish any building or structure · I 􀁢􀁥􀁾􀁥􀁥􀁮􀀠the hours of 7:00 p.m. and 7:00 a.m., Monday · ,through Friday, and 􀁢􀁥􀁾􀁥􀁥􀁮􀀠the hours of 7:00 p.m. and 8:00 a.m. on Saturday and Sunday, if such activity is i performed within a residential, apartment or townhouse zoned area, or within 300 feet of an occupied residence. except in cases of urgent necessity or in the interp.st of 1pUblic safety and convenience, and then only by permit of the Cit;' Manager. , 1 (c) The provisions of this section shall not apply to city and utility 􀁣􀁯􀁭􀁰􀁾􀁮􀁹􀀠when engaged in the installation or repair of utility lines situated within within such buildings or struc1tures. J SECTION 2. That any person, firm. or corporation violat· I. ing any of the provisions of this ordinance shall upon commission · 1 be deemed guilty of a misdemeanor. and shall be subject to a fine not to exceed the sum of Two Hundred Dollars (S200.00) for eRch i offense. and each day such violation continues shall constitute a · , separate offense. Further more, the construction or 􀁢􀁵􀁩􀁬􀁤􀁩􀁮􀁾􀀠 ! I permit of a person, firm or corporation may be revoked if said person. 􀁦􀁩􀁾􀁾􀀠or corporation continues violating any of the · 1provisions of this ordinance. I : J SECTION 3. That all ordinances of the City in conflict with the provisions of this ordinance be. and the samE' are herebv repealed and all other ordinances of the city not in conflict with the provisions of this ordinance shall remain in full force and effect. I j2 SF-eTION 4. That should 􀁾􀁮􀁹􀀠paragraph, sentencp, subdivision, clause, phrase or section of this ordinance hp.adjudged or be held to be 􀁵􀁮􀁣􀁯􀁮􀁳􀁴􀁩􀁴􀁵􀁴􀁩􀁯􀁮􀁡􀁾􀀮􀀠illegal or invalid. the same shall net affect the validity of this ordinance as a whole or any part or provision thereof other than the part so decided to be invalid, illegal, or unconstitutional. 􀁓􀁅􀁃􀁔􀀻􀀺􀁏􀁾􀁾􀀠5. The importance e= this ordinance creates ar. emergency 􀁾􀁮􀁤􀀠an imperative public necessity. and the ordinancp. shall take effect and be inforce from and after its adoption. DlLY PASSED RY THE CITY COUNCIL OF TFE TOWN OF 􀁁􀁄􀁄􀁉􀁓􀁏􀁾􀀮􀀠TEXAS, on this the 24th day of Julv. PAY ATTEST: 􀁁􀀴􀁴􀁁􀁎􀁾􀁒􀁙􀀠 rs I , j .], 'I ! , I 1, , I , , I 1 i I I , I :,j 1 I , I , I , i , I , ! APPENDIX C WAGE RATE RESOLUTION NO. R88-091 GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBl18 SANITARY SEWER IMPROVEMENTS DALLAS I TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS · I I · ,I · I • 1 · ,i -.j 1 ,j RESOLUTI ON NO. R88-091 A RESOLUTION OF THE TOWN OF AOD1 SON, TEXAS, 􀁁􀁏􀁏􀁐􀁔􀁉􀁾􀁉􀁇􀀠A 􀁓􀁃􀁾􀁅􀁄􀁕􀁌􀁅􀀠􀁆􀁏􀁾􀀠􀁇􀁅􀁾􀁅􀁾􀁾􀁌􀀠􀁐􀁒􀁅􀁖􀁁􀁉􀁾􀀺􀁎􀁇􀀠􀁾􀁾􀁔􀁅􀁓􀀠OF PER 􀁄􀁉􀁅􀁾􀀠WAGES FOR PUBLIC WORKS PROJECTS. WHEREAS, Article 5159a of Texas Revised Civil Statutes requires a municipality to ascer:ain 􀁴􀁾􀁥􀀠general prevailing rate of per diem wages for public 􀁷􀁯􀁲􀁾􀁳􀀠􀁰􀁲􀁯� �􀁥􀁣􀁴􀁳􀀠in the locality; NOW, THEREFORE, BE IT 􀁒􀁅􀁓􀁏􀁌􀁾􀁅􀁄􀀠􀁂􀁾􀀠THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS: That, the Highway, Heavy, 􀁕􀁴􀁾􀁬􀁩􀁴􀁩􀁥􀁳􀀠& Industrial Branch schedule (the 􀂷􀁓􀁣􀁾􀁥􀁤􀁵􀁬􀁥􀁮􀁬􀀠attached hereto as Exhibit "A" 􀁡􀁮􀁾􀀠incorporated herein by reference, 􀁡􀁣􀁣􀁾􀀽􀁡􀁴􀁥􀁬􀁹􀀠􀁲􀁥􀁦􀁬􀁥􀁣􀁾􀁳􀀠the general prevailing rate of per diem wages in 􀁴􀁾􀁥􀀠area; and That, the City Council here=y adopts the Schedule 􀁡􀁴􀁾􀁡􀁣􀁨􀁥􀁤􀀠hereto as Exhibit "An as the prevailing rate of per diem wages for public works projects 􀁰􀁥􀁲􀁦􀁯􀁲􀁾􀁥􀁤􀀠in the Town of Acdiscn, Texas, and its vicinity; and 􀁔􀁨􀁾􀁴􀁾􀀠the Schedule shall be 􀁾􀁡􀁤􀁥􀀠a part of evety contract for public work on behalf of the 70wn of Addison, Texas, and shall be made a part of every c.:l for bids for such contract; and That, 􀁾􀁵􀁲􀁳􀁵􀁡􀁮􀁴􀀠to state law, the 70wn of Acdison, Texas, intends that the contractor to wr.om the public works contract is awarded, and upon every subcontractor working under him, pay to all laborers, workmen and 􀁭􀁥􀁣􀁨􀁡􀁮􀁾􀁣􀁳􀀠􀁥􀁭􀁾􀁬􀁯􀁹􀁥􀁤􀀠by them in the exe I cut ion of the contract rates not less than those listed on the Schedule. DULY PASSED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, this the 8th day of November , 1988. " , 1 I ATTEST: ," 1 " 1 ! " J • 1 " , , j , 1 , , " , • j ".. -., /lGC or i'Bl.I\8 IIIGHIII\V, IIBI\VY, UTILITIIIG r. IJ(DU!lTRIAL BAA.CII .&1'HII8I11 ass WIIGB RIITES Pllll> rOR IIIGItIIIIY-IIZ.IIVY COIISTAUCTIOII AJlD 1'IIVIWC: ARD UTILITIES IIlCIDZRTI\L TO GUISRIIL BUILDIIIG COIISTRUCTIOU, 'ZOllr; 36, IIIIICI!. 􀁬􀁾􀁃􀁌􀁕􀁄􀁅􀁂􀀮􀀠jlALLI\S COUNTY 'l"EXI\S ClOlplCicotlon nourly nat@CIAanlflc6tlon Hourly Rate I\lr Tool Operator '1. 5" Asphalt lftater OpcTntor 0.00 Asphalt 􀁮􀀮􀁾􀀮􀁲􀀠' 9'.00 Asphalt Shoveler B.25 Batching Plant Scale Operator a.S0 Botterboard Setter 6.45 Carpenter* nough 9.10 Carpenter 􀁈􀁥􀁬􀁰􀁾􀁲􀁦􀀠Rough 7.10 Concrete Finisher (PQv) 9.20 Concrete finisher illpf. IP"v) 7.40 Concrete til}iDl)er (StfS) 8.90 Concrete Finisher Ulpr. IStu) 6.90 Concret.e Rubber 7.00, Electrician 12.25 Electric1an Up.lper (Sr.) 10.20 Elec'tTlclan lIelper (Jr.) 0.75 Form 􀁂􀁵􀁪􀁬􀁤􀁾􀁲􀀠􀀨􀁓􀁾􀁲􀀶􀁊􀀠S.2" Form Dullder lIo1pDf 1St•• ) 6.90 form Liner IPav & Curh) a.S0 form Setter IPav & Curb) 0.55 􀁆􀁯􀁲􀁾􀀠SetteT Hlpr. 􀀨􀁐􀁾􀁶􀀠& Curb) 1.50 􀁲􀁯􀁲􀁾􀀠Setter (Str5} S.10 Form Setter llelpcr (Strs) 6.00 Laborer, CO'lll.'III.on 6.10 Laborer, Utility 7.05 Hechanic 10.00 lIechnn1c Helper 6.90 Oller 8.50 Serv10er 7.55 Pointer (StrD l 10.00 Pipe layer 7.45 Pipe layer Helper 6.50 Pileumatic Horcar 􀁏􀁰􀁥􀁲􀁾􀁴􀁯􀁲􀀠6.60 ponn I'lQUIPtlW OI'ERilTOnS. Asphalt Distributor 7.as Asphalt Paving lIach1ne 8.95 8roo'lll. or sweeper Oper B.75 􀁂􀁵􀁬􀀱􀁤􀁯􀁺􀁾􀁲􀀬􀀠150 liP & 􀁬􀁣􀁾􀁯􀀠n.os Bulldozer, Over 150 III' 9.05 Concrete Pay. CllrJnq Machine 0.40 Concrete Pav. Finishing Hnch. 9.05 Concrete Pay. form 􀁇􀁲􀁾􀁤􀁣􀁲􀀠9.75 Concrete,Pav. Joint lI.chine C.OO Concrete Paving Saw 8.30 Concrete Paving Spreader 6.60 􀁃􀁲􀁾􀁮􀁥􀀬􀀠􀁃􀁬􀁡􀁾􀀸􀁨􀁥􀁬􀁬􀀬􀀠Uackl\oe, 9.10 Derrick, Dra91ine, Shovel Ile•• than 1 1/2 CY) Crane, Clallloliell, DAc}{hoe, 9.80 DerrIck, Drag1i"., Sbovol \1 1/2 CY &overl Crusher or Scrn'g 􀁐􀁬􀁾􀁮􀁴􀀠Oper. 6.00 Fora LOAder 6.40 Eoundatlon Drill Operator 10.05 ITruck Hountedj Eront End Loader 8.30 (2 1/2 CY & le•• ) 'ront End Loader 8.95 (Over 2 1/2 CYl H1.er 116 cr , Leas) lIetor Grad. OperBtOr. fln. t2Hlft EQUIPME"T 􀁏􀁐􀁉􀁄􀁡􀁔􀁏􀁒􀁾􀀠􀁃􀁯􀀮􀁾􀀮􀀠Roller. Steel 􀁎􀁨􀁾􀁥􀁬􀀠(Other e .OS Flat Htleel or 􀁔􀁡􀁾􀁰􀀱􀁮􀀹􀀱􀀠Roller. Pneumatic (Self 7.10 Propelledj Scraver6 '17 CY & Less; 7.90 Scrapers tOver 11 CY) 8.30 Selt-Propelled Hammer 6.00 Side Doom 6.00 Tractor (Crawler) l!tGliP & 8.00 Less Tractor (Crawler) Over lS0tlP 8.30 Tra.tor (Pneumatic) 80HP & 7.35 Lese TrActor (Pneumatic) 􀁏􀁶􀁾􀁲􀀠7.40 B0 UP Travellng Hixer 7.25 Trench1ng Machine, Light 7.B0 􀁔􀁲􀁾􀁮􀁣􀁬􀀧􀁬􀁮􀀹􀀠Hachinc, llcavy e.eo Reinforcing Steel Setter 7.00 IPavlng) nQ1ntorelng Steel Sett.r 9.60 IStro ) fle1ntorc1ng 􀁓􀁴􀁾􀁥􀁬􀀠Setter 7.20 Helper Sign Creetor e.30 519n Erector Helper 7.10 Spreauer Cox Operator 7.30 TRUC!\. DRIVIIRS. 􀁓􀀱􀁮􀁾􀁬􀁥􀀠􀁾􀁸􀁬•• Llqht 7.15 Slnqle Axle. Henvy 7.40 TanGem Axle or 􀁓􀁣􀁾􀀱􀁴􀁲􀁁􀁴􀁬􀁥􀁲􀀠7.15 Lowboy-Float 7.90 Trans1't tUx 7.20 Ninell 7.010 Nelder 9.85 flaQQer 5.75 Hl111n9 Machine Opera.or 8.05 CulltracLor shall cOlllpl)' \lJ.tll State amI FCUCftll laws applicable to such work. 'rhe ubove .:lrt!' mlu!lIIum rlileli. 1I1tJIlcnl 􀁾􀁨􀁵􀁕􀀠base theil" bids on rl'ltl!S they expect to PliY if in excess of those listed. The Owner will nol.: consider 􀁣􀀱􀁮􀁬􀁬􀁦􀁬􀁾􀀠rOT cxtnl nf11;IYIIlt"lIl 1H llw t:mll fad vf ull th,,·tnlnl payment of waues higher than above B1HH.:if1etJ. Any work PCrr(lTlnctJ by jmy 􀁝􀁮􀁨􀁵􀁲􀁴􀀺􀁦􀁾􀀠wllrkm:ln or mechanic in excesS or forty (40) hours per 'Week or whu work on leg.,i hollullYS ShilU be l)oid for at one ill1tJ onc-h:ll r (l-tj:) times the regular rate. I I 􀁾􀀬􀀠I j , " 1 ., · 1 · j · J .l APPENDIX D 􀁏􀁒􀁄􀁉􀁎􀁾􀁃􀁅􀀠NO. 084-051 REGULATING HOURS OF CONSTRUCTION RESIDENTIAL AREAS GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LBila SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS I -1 j -1, . j , -, I : J -,, ORDINANCE NO. 084-051 􀁁􀀮􀁾􀀠ORDINANCE OF TIlE TOWN OF ADDISON, TEXAS, AMENDING CHAPTER 5 OF THE CODE OF ORDINANCE BOOK OF TIlE Tmm OF ADDISON, TEXAS, PROVIDING FOR INTENT 􀁾􀁾􀀠PURPOSE; PROVIDING FOR PROHIBITING EXCAVATION, ERECTION, CONSTRUCTION OR DEMOLITION AT NIGHT; PROVIDING FOR AN EXCEPTION; PROVIDING FOR A PERMIT; PROVIDING FOR PENALTIES; PROVIDING FOR CONFLICTING SECTIONS; PROVIDING FOR A REPEAL CLAUSE; PROVIDING FOR SEVERABILITY; AND DECLARING AN EMERGENCY. BE IT ORDAINED BY TIlE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS: SECTION 1. That the Code of Ordinance Book of the Town of Addison, Texas, is hereby amended by adding Section 5-37.5 to read as follows: Sec. 5-37.5. Prohibiting excavation, construction or demolition at night. (a) Intent and purpose. The City Council of the Town of Addison finds and declares that: 1. The uncontrolled excavation, erection, construction or demolition at night upon buildings or structures presents an inconvenience or danger to the welfare and safety of those persons residing within or near the buildings or structures worked upon. 2. Such nocturnal activity causes inconvenience or dRnger to those persons residing within or near the buildings or structures worked upon so as to constitute a public nuisance. 3. It is matter of public necessity that the Town of Addison protect those persons residing within or near the buildings or structures worked upon from the danger posed by such nocturnal activity. 4. The provisions and prohibitions hereinafter contained 1 , , and enacted are in pursuance of and for the morals I !and general welfare of persons in the Town of Addison. 5. There is an immediate and present danger presented bythe above described uncontrolled nocturnal activity,creating an emergency. (b) Unlawful activity. It shall be unlawful for a person, firm or corporation to excavate, erect, build, construct, alter, repair or demolish any building or structure '1between the hours of 7:00 p.m. and 7:00 a.m., Monday jthrough Friday, and between the hours of 7,00 p.m. and 8:00 a.m. on Saturday and Sunday, if such activity is performed within a residential, apartment or townhouse '" zoned area, or within 300 feet of an occupied residence, I except in cases of urgent necessitY' or in the interest of public safety and convenience, and then only by permit of 1! >' the City Manager. , ,i (c) The provisions of this section shall not apply to city and , 1 utility company when engaged in 􀁾􀁨􀁥􀀠installation or repair 1of utility lines situated within such buildings or structures. SECTION 2. That any person, firm, or corporation violating any of the provisions of this ordinance shall upon commission be deemed guilty of a misdemeanor, and shall be subject to a fine not to exceed the sum of Two Hundred Dollars ($200.00) for 􀁥􀁾􀁣􀁨􀀠,j offense, and each day such violation continues shall constitute a I separate offense. Further more, the construction or building permit of a person, firm or corporation may be revoked if said person, firm or corporation continues violating any of the , 1 provisions of this ordinance. SECTION 3. That all ordinances of the City in conflict ;. j with the provisions of this ordinance be, and the same are hereby , I repealed and all other ordinances of the city not in conflict with the provisions of this ordinance shall remain in full force and effect. 2 SECTION 4. That should any paragraph, 􀁳􀁥􀁮􀁴􀁥􀁮􀁣􀁾􀀬􀀠􀁳􀁵􀁢􀁤􀁩􀁶􀁩􀁾􀀠sion, clause, phrase or section of this ordinance bp. adjudged or be held to be unconstitutional, illegal or invalid. the same shall not affect the validity of this ordinance as a wholp. or any part or provision thereof other than the part so decided to be invalid. illegal, or unconstitutional. SECTION 5. The importance of this ordinance creates an emergency and an imperative public necp.ssity, and the ordinancp. shall take effect and be inforce from and after its adoption. DULY PASSED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, on this the 24th day of July, ATTEST: 􀁁􀁾􀁁􀁎􀁾􀁒􀁙􀀠 3 I 1 · I 1 · J -1 -I ·; · , ,· , i J APPENDIX E SPECIAL PROVISIONS AND SPECIFICATIONS FOR SOLID INTERLOCKING CONCRETE PAVING STONE INSTALLATION AND REPAIR GINN, INC. -CONSULTING ENGINEERS MILDRED STREET IMPROVEMENTS 17103 PRESTON ROAD SUITE 100 LB11S SANITARY SEWER IMPROVEMENTS DALLAS, TEXAS PROJECT NO. 439 TOWN OF ADDISON, TEXAS 1 j 1 1 : 1 I •.1 1 1 , ! .. l ., ! SPECIAL PROVISIONS AND SPECIFICATIONS SOLID IN'l'ER[,OCKJNG CONCRETE PAVING S'l'ONE JNSTAI.I.A'l'ION AND REPAIR PAR'r 1. :: GRNRRA I. 1.1. RELATED HOOK l1i OTHER SF.C'l'IONS OF .THESE SPECIFICATIONS The general and special conditions of the contract shall apply to all work of this section with the same force and 􀁥􀁦􀁦􀁾􀁣􀁴􀀮􀀠1.2 SCOPE OF' 􀁗􀁏􀁒􀁾􀀠The Conllactor shall be real,noaible for furnishing all materials. equipnlent, 􀁴􀁯􀁯􀁬􀁳􀁾􀀠zupervjsioD, labor, appliarices and 􀁳􀁥􀁲􀁾􀁩􀁣􀀮􀁳􀀠necessary for aDd incidental to completing all operations in connection with these specificationH and applicable drawings, subject to the terms of tt,e contract. 1.3 PRODUCT HANDLING All Paving stones sllall be delivered and unloaded a1 the jobsite at a location{s) approved by the DirecLor of Parks. All pallets shall be hOlmd in such a maDner that no (lamag", 􀁏􀀨􀀺􀁲􀀮􀀺􀀱􀁬􀀱􀂷􀁾􀀩􀀠10 the product or: any publ1(: or private property during handling, hauling, ar,d unloading. The Contractor shall not willfully install the concrele pavers as shown on the drawings when it is obvious in the field that obstruction or differences in the area dimensions exist that might not have been considered in preparation of the plans. Such obs1ructions or differences should be brought to the Owner's authorized representative. In the event this notification is not performed, the Contractor shall assume full responsibility for any revision necessary. (See also 3.3 LAYING OF THE CONCRETE PAVING STONES) !1ATERIALS The contractor shall furnish a complete materials list prior to performing any work. The material list shall include the manufacturer and description of all mat.erials used. Equipment or materials installed or furnished without prior approval of the Director of Parks may be rejected and the Contractor required to remove such materials from the site at his own expense. · I , 2.1 1:l.0f.ID .CONCRF.TE INTERf.OCKINCl !'lWINCl STONES I The solid interlocking concrete paving stones shall conform to ASTM C936-S2. The paving stones shall be · 1 Unistone as manufactured hy Paves tone Co., Grapevine, Texas or equivalent. Paving stones shall be 6 (6cm) centimeter: (2-3/8") in the color hlend "antique red" 0[" equivalent. 2.1.1 CEMENTIOUS MATERIAI.S 􀁐􀁯􀁾􀁴􀀮􀁬􀁡􀁮􀁤􀀠Cements shall conf(JI'm to AS'I'M .o,Specification C-150, j j2.1.2 Aggregates shall conform to ARTM Specification C-33 for Normal Weight Conctete Aggregate (nn expanded shale or lightweight aggregates). 2.1.3 ''OTHER r;ONS·rn'lJF.N'p,:;, , , IColoring pigments, 􀁡􀁩􀁲􀀭􀁩􀁮􀁴􀁾􀁡􀁩􀁮􀁩􀁮􀁧􀀠agents, integral J water: repellents, finely ground silica, etc., shall conform to ASTM standards where applicable, -1 or shall be pnwic!!s!y e5tablish"d a5 5U! table .tOl: _ i use in concrete. · \2.1.4 PHYSICAL REQUIREMENTS 1. Compressive Strength -At the time of delivery to thM work site, ti,e average compressive strength shall not be less than -,8,000 psi with no indivIdual mitt strength les.;; than 7,200 psi, with tesUng pro<:eLiures .in accordance wi th ASTM 􀁓􀁴􀁡􀁮􀁣􀁬􀁡􀁾􀁤􀀠C-l.40. J 2. Absorption -The 􀁡􀁶􀁥􀁾􀁡􀁧􀁥􀀠absorption shall not , 'Jhe greater than 5% with no inrlivi,lual unit absorption greater than 7%. j 2.1.5 VISUAL TNSPECTION -,All units shall be sound and free of defects that would interfere with the proper placing nf unit or impair the strength or permanence of the construction. 2.1.6 TESTING . l Testing of concrete paver material to be in accordance with 18TM Method C-140. 1. The sand laying course shall be a well graded clean washed 􀁳􀁨􀁡􀁲􀁾􀀠sand with 100% passing a 3/8 " sieve size and a maximum of 3% passing a No, 200 sieve size, this is commonly known as manufact.ured concrele sand, limestone screening, or similar. Do not use mason sand. 2. The contractor must furnish test results of the sand partie)e sizes pdor to delivery and installation to the Director of Parks at least two (L) 􀁤􀁡􀁹􀁾􀀬􀀠pr i or to commencement of work. 2.3 EDGE 􀁒􀁅􀁓􀁔􀁒􀁁􀁊􀁎􀁾􀀠1. All edges of the installed paving stont' 􀁾􀁬􀀮􀁡􀁬􀁬􀀠􀁢􀁾􀀬􀀠 restrained. The type of edge restraint shall be curbsl.one (pre-cBst), 2. All cur'bstone'(Pre-cast) shall be manufactUl"tOlti 0111: of the same material alid st.andards as tbe interlocking concrete pavers, The curbst.one shall be pewt.el' gray unl ess ot.herwi se desl gnated by t.he Director of Parks. 'J'b" hRse n1nl·..,rjal shall he 3" of C.T.B. (Cen.enl. Treattfd Basf.:-) whi <.'h 􀁭􀁴􀁾􀁴􀀭􀁴􀀺􀀽􀀻􀀠or 􀁢􀀧􀁸􀁇􀁴􀁈􀁾􀁤􀁮􀀠th(.. recomnlended 􀁳􀁾􀁥􀁣􀁩􀁦􀁩􀁣􀁡􀁴􀁩􀁯􀁮􀁳􀀠I,f TeKas Tnctllstrias, Arlington, Texas. 3.0 EXECU1'WN l. The paving stone installer/conl-raGtol' mUAt hilVtf related experience in the installation of inter-locking concrete paving stones. Evidence of appropri nt.e: exper:i ence must. be furnj shed it requested by the Ownor or Director of Parks. 3.1 PREPARATION OF THE 􀁬􀁬􀁡􀁾􀁾􀀠COHRSE 1 • Exi sting di rt sha II be eKcaval ed from the area below the installation site for the interlocking conerete paving stones. The remaining sub-grade must be graded, shaped and compacted prior to installation of the base material. The allowance for a 1" crown shall be made in the sub-base and base courses. The finished sub-base shall be approved by the Director of Parks prior to base placeTTl«nt.. 2. The C.T.B. (Cement. Treated Base) shall be installed according to the specifications and recommendations of TeKas Indust ri es, Arl ington, TaKaI'). 1 I 1. The finished base aourse shall be approved by the Dil:ector of. Parks before t.he placeroent of t.be sand laying COllrse. · 1 ? . The uncompacted sand laying course shall be spread evenly over the area to be paved and then screened to lhe appropriate level. The allowance for the 1" crown roust be maintained by the Contraator. 3 •.3 IAWTNr. .OF' CONCRETE fAVTNG STONEfi · 1 1. 'rhe paving stones !"lhall be laid :ill a herringbone lpattern as shown on the drawings. Edgestones (hal f and full edgers) roay· be u;:"d to reduce l'he amount of. stones to be cut. as Innu 􀁡􀁾􀀠the pattern is not Rignificantly effected or skewed 􀁾􀁬􀁓􀀠:J determined by the Director of Palka. · ,· ,􀀧􀁬􀀻􀁾􀀻􀁥􀀠pav·j 􀁮􀁾􀁊􀀠s t.olles 􀁾􀀻􀁨􀁡􀀠11 􀁢􀀨􀁾􀀠1aid in finch a manner J that the desired pattel:n is maintai.ned alld lit.., joints between tl,e pavers are as tiuht as · , possible, ,JuLnts h8t".weBn paVt;[.s, nBel joint,;;; .j 1 between pavers and GHrbst.ones (pne-<.,ast) and pOUl:ed in place curbs shall not "'Kceed l/S". 1'his t.olerance must he lI1 should be scarified to a depth of six incheS:.::: and.'.;,.' 􀁾􀀠recompacted to a minimum of 90 percent of 􀁓􀁴􀁡􀁾􀁡􀁲􀁤􀀠􀁾􀀠Proctor Density at or above its optimum moisture content as determined by that test (ASTM D698). The select fill should then be spread in loose lifts, six to nine inches thick, and uniformly compacted to a minimum of 95 percent of ASTM D-698. Where existing fills will remain in the prolLosed building area to support slab on grade construction, some measures should be taken to improve the condition of the fill materials. The most positive means of reducing potential settlement associated with these fills would be to remove them to natural soil and replace them in in a controlled manner as described under Site Grading. A less positive means of assuring compaction of these fill materials would be to proof roll them with heavy L--------------------------------------------------SoUTHWESTERN 􀁌􀁾􀁂􀁏􀁁􀁾􀁔􀁏􀁒􀁉􀁅􀁓􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠90-367 -10 compaction equipment to attempt to de:b"ectany soft compressible materials. Any soft or:<" spongy soils encountered should be removed to firm ground and properly backfilled. When installing select fill below existing grades, positive drainage must be provided away frollll!l the structure to prevent the ponding of water in the 􀁳􀁾􀁥􀁣􀁴􀀠. 􀁾􀀠fill. Care must be taken that backfill 􀁡􀁧􀁡􀁾􀁮􀁳􀀱􀁧􀀠the exterior face of grade beams is properly compacted on-site clay. Preferably, the select fill should not extend outside the limits of the structure. The predictions of moisture induced movements discussed above assume the absence of any unusual sources of water which could pond in the select fill beneath the 􀁳􀁬􀁡􀁢􀁾􀀠A vapor barrier should be provided beneath those portions of the slabs which are to be covered, carpeted, or sealed. Basement Area It is our understanding that a proposed basement is planned• beneath the theatre building in the area of Boring No.7. This basement area will extend 10 to 12 feet below existing grade. Excavations will encounter '-------------------------SOUTHWESTERN LABORATORIES ----' 90-367 clay soils (with some fill materials) and extend into the underlying tan and possibly bluish-gray limestones. The soils and more weathered rock are subject to caving and should be sloped or braced in the interest of safety. Excavations for the basement may approach the 􀁥􀁸􀁩􀁾􀁴􀁩􀁮􀁧􀀠elevated water tank at the site. Prior to final ciiisign ;£and construction the proximity of the excavation 􀁴􀁾􀀠the water tank foundation should be examined. Groundwater could be encountered, particularly if construction proceeds during wet periods of the year. The water will most likely occur as seepage above the limestones and. is generally collected and removei'!:l by perimeter ditches within the excavation and pumps during construction. In the basement area consideration can be given to the use of individual or strip footings in lieu of drilled shaft foundations. The footings should extend a minimum of two feet below the level of the general excavation and a minimum of one foot into the bluish gray limestones. Individual footings should be a minimum of two feet wide and exert a maximum· bearing pressure of L-_____________________ __ SOVTHWE5TERN L.ABORATOtH£.S ___...I 90-367 -12 40,000 psf. Wall or strip footings should exert a maximum bearing pressure of 30,000 psf. The lateral pressure appropriate for the design of below grade walls will be a function of the backfill material used. The use of a free draining coarse sand or small gravel would permit an equivalent fluid pressure 􀁾􀀠45 pounds per square foot per foot of depth. This 􀁭􀁡􀁴􀁾􀁩􀁡􀁬􀀠should be placed, spread in lifts up to 12 inches 􀁴􀁾􀁣􀁫􀀬􀀠---=; and compacted to a minimum 92 percent density as determined by ASTM D-698. Use of the excavated on-site clays would require an equivalent fluid pressure of 100 pounds per square foot per foot of depth. This soil should be spread in 􀁾􀁾􀁦􀁴􀁳􀀠less than 10 inches and uniformly compacted to approximately 95 percent of ASTM D-698. If select fill materials, as described under floor slabs are used as backfill, the materials should be placed as described above for on-site materials. A design lateral pressure of 65 pounds per square foot is then recommended. L-____􀁾___--------________ >OUTHWESTERN c .aORATOR,., 􀁾􀀠90-367 -13I Care should be taken that either type of backfill is not overcompacted, which could increase the lateral pressures on the walls. The top of the backfill should be protected by flatwork, paving or a minimum of two feet of sandy clay fill to prevent surface infiltration. tI A perimeter drainage system will be required to 􀁰􀁲􀁾􀁥􀁮􀁴􀀠hydrostatic pressures on the below-grade walls. This drain should be situated a minimum of 12 inches lower than the adjacent basement slab. The only method of preventing hydrostatic pressures and wet spots on the below-grade slabs is to provrae a subfloor drainage system. The drains should be situated a minimum of 18 inches lower than the slab. This can be accomplished by placing the drains near the bottom of a uniform bed of gravel, or by placing the drain lines in trenches connected by a gravel bed at least six inches thick. As previously indicated, excavations for the basement level will extend near, or into the tan limestone strata. Any remaining clays in the basement area should -----------------SOUT .... WESTERN LABOllATOA1ES --90-367 -14 be removed to tan limestone and fill materials used to establish finished grades should be select fill as described under Floor Slabs. Slabs situated on grade in these areas will be subject to negligible movements. Site Grading The on-site surficial clays may be used 􀁢􀁥􀁮􀁥􀁡􀁴􀁨􀁾􀁲􀁥􀁡􀀠paving and in open areas to establish finished g¥-ades 􀁾􀀠across the site. Excavated limestones may also 􀁢􀁥􀁾􀁳􀁥􀁤􀀠as fill provided they are properly pulverized to a maximum size of four inches and includes sufficient fines to permit compaction and prevent voids. Imported fill materials should preferably have a liquid limit less than 50. i. The subgrade in fill areas should be strippet\ of vegetation, debris, large rocks, etc. It should be scarified to a depth of some six inches and recompacted to a minimum of 90 percent of Standard Proctor Density at (-o to +4 per cent) optimum moisture content as determined by that test (ASTM D-698). In any areas where fill will exceed three feet, the subgrade should be compacted to not less than 95 percent of maximum density (ASTM D-698). '';;'" 􀁾_______.--______________ :SOU'lHWE5TEA"4 􀀢􀀧􀁁􀁡􀁑􀁾􀁁􀁔􀁏􀁒􀁉􀁅􀁓􀀠___...J 90-367 -15 The fill materials should be spread in 􀁬􀁯􀁯􀁾􀁥􀀬􀀠relatively horizontal lifts, less than nine inclIes thick and compacted at the optimum moisture content as determined by ASTM 0-698. Minimum compaction should be 90 percent of ASTM 0-698 for fills of three feet or less. In any areas where fill heights exceed three feet, compaction 􀀢􀀧􀁾􀀠of layers below this depth shall be a minimum '?i 95 percent of ASTM 0-698. ,.""", "'" '", 􀁾-,". 􀁾􀀠􀁾􀀠Cuts should generally be avoided at the site. The possibility of experiencing seasonal water seeps increases as the limestones are approached or exposed by cuts or natural outcrops. Groundwater observations made during this investigation indicate shallow groundwater conditions, increasing the chance that water seeps 􀁾􀁩􀁬􀁬􀀠,occur. Provisions should be made to intercept -±his seepage in areas where it is objectionable. Site grading can affect the movements beneath slabs on grade. Fills constructed using the surficial clays can increase the potential movements. Any fills used to establish the desired subgrade elevation in the building area should be select fill materials as described under Floor Slabs. L_______________________ 􀁓􀁏􀁕􀁔􀁈􀁗􀁅􀁓􀁔􀁅􀁾􀁎􀀠LAt!O,"ATOAIES --90-367 -16 All grades must be adjusted to provide 􀁰􀁯􀁾􀁩􀁴􀁩􀁶􀁥􀀠drainage away from the structures. Water permitt.ed to pond in planters, open areas, or areas with unsealed joints next to structures can result in on-grade slab or pavement movements whiCh exceed those indicated in this report. Predictions of moisture related movements in this report are based on empirical calculations and 􀁰􀁲􀁥􀁾􀁯􀁵􀁳􀀠experience. In some cases movements can exceed $ose predicted, particularly when unusual sources of iiter = become available to the underlying clays. It is desirable that area paving and concrete flatwork extend to the building lines rather than have planters or other open areas adj acent to the structure. If planters are located adjacent to the building, .;;they should be self-contained to eliminate a possible sGUrce of moisture beneath the adjacent slab. Joints next to buildings should be thoroughly sealed to prevent the infiltration of surface water. Where concrete pavement is used, joints should also be sealed to prevent the infiltration of water. since some post construction movement of pavement and f latwork may occur, joints particularly around the building should be periodically inspected and resealed where necessary. '-------------------------SOUTHWESTER,,! I.. ASORA TORIES -----' 90-367 -17 Roof drains should be discharged we),l away from structures, preferably by closed pipe systems. Where roof drains are allowed to discharge on concrete flatwork or pavement areas next to the structure, care should be taken to insure the area is as water tight as practical to eliminate the infiltration of this water next to the building. Area Paving Typical flexible and rigid pavement sections for off street use are discussed below. It is our understanding that alternate sections are being considered for these facilities and it is anticipated that these will be discussed in a future supplement to this report. The surficial clays present at this site are subject to losses in shear strength with the increases in moisture content which normally occur beneath area paving. They react with hydrated lime which serves to improve their support value at higher moisture levels and provides a firm, uniform subgrade beneath the paving. We recommend that consideration be given to stabilizing the subgrade beneath flexible (asphalt) paving. L-_______________________ SOu 'fHWES'I'£FlN ___..J􀁌􀁁􀁕􀁏􀁒􀁁􀀧􀁲􀁏􀁒􀁾􀁅􀁓􀀠 Based on the Atterberg Limits series, a minimum of eight percent hydrated lime (TJ-lO Item 264) should be used. This lime should be thoroughly mixed and blended with the top six inches of the subgrade (THO Item 260) and the mixture compacted to a minimum of 95 percent of ASTM 0-698 near its optimum moisture content. We suggest that this lime stabilization extend beyond eX&Dsed pavement edges, in order to reduce the 􀁥􀁦􀁦􀁥􀁣􀁾􀀠of 􀁾shrinkage during extended dry periods. -"" -=: Any fill soils encountered in proposed paving areas should be proof rolled with heavy compaction equipment to check for any soft compressible soils. Where soft spongy soils or deleterious materials are encountered, they should be removed to firm ground and pro;eerly backfilled as described under site Grading.;.In parking lots 'and drives serving primarily automobile traffic, five inches of asphaltic concrete should provide adequate service. This should be increased to a minimum of six inches in areas subject to more frequent traffic. Thicker sections will be necessary in areas subject to frequent heavy wheel loads associated with large trucks. This section should consist of a two inch surface course similar to THD Type D with one or more L-_______________________ SOUTHWESTERN LAaORATOR1E5 --90-367 -19 base courses similar to THD Type B. c,· This coarse aggregate in the surface layer shoul·d be crushed limestone rather than gravel. Portland Cement concrete paving is recommended in any areas subject to· truck traffic and should also provide excellent service for general area paving. 􀁾􀁥􀁲􀁥􀀠􀁾􀀬􀀠Portland Cement concrete pavement is used, consider;tion is often given to deletion of lime stabilizinJ! the subgrade with generally satisfactory performance. The subgrade should be uniformly compacted to a minimum of 95 percent of ASTM D-698, at, or slightly above, the optimum moisture determined by that test and maintained in a moist condition until the pavement is placed. 􀁾􀀠􀀭􀁾􀀠consideration can be given to the use of four and one-half inches of Portland Cement concrete in parking stalls for passenger vehicles (no trucks). We recommend the use of five inches of concrete for general area paving with six or more inches in areas subject to truck traffic. The concrete should have a minimum 28 day compressive strength of 3,000 pounds per square inch. L-_________________________________________________ SOUTHWESTERNLAaORATOR'ES ______􀁾􀀠90-367 -20 Volume changes in the clay soils will all[io affect area paving. Flat grades should be avoided. 􀁾􀁡􀁴􀁥􀁲􀀠must not be permitted to pond on the paving or behind curbs. LIMITATIONS ANDm.REPRODUCTIONS The foregoing recommendations are based on analyses of the soils from each of the indicated borings with, the 􀁾􀀠assumption of uniform variation in the soil prope¢ies 􀁾􀀠between borings. Should any conditions at variance with this report be encountered during construction, this office should be notified immediately so further investigations can be made and supplemental recommendations can be given. The reproduction of this report, or any part the:c.!ilof, suppl ied to persons other than the owner, should indicate that this study was made for foundation design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc., are responsibilities of others. Analysis performed by: Clement B. Bommarito, P.E. '--_______________________ SOUTHWESTERN!... AElOAA 'rOHIES ----' 90-367 -2l .;.' A P PEN 0 I X 􀀮􀁾􀀠SOUTHWESTERN LABORATORIES -------" 'f' 1\1 :>, 􀁾􀀠50UHIWE3TEl'Ulf 􀁬􀁁􀁥􀁏􀁒􀁁􀁔􀁏􀁒􀁾􀁅􀀺􀀤􀀠:I: .... II: '" .... '" '"-0. , h.) ..................... , ...... LAeORATORIES SwL Report No. 90-367 SUMMARY OF TESTS PROJECT: Addison Theatre CLIENT: City of Addison MOISTUREBORING DEPTH CON TENTNUMBE R (FEET) TYPE OF MATERIAL (%) 7 1-2 Dark brown sandy clay w/embedded gravel/asphal 6 3-1, Dark brown clay w/limestone pebbles 32 7-8 Tan sandy clay w/limestone pebbles 16 13 Bluish-gray limestone 15 Bluish-gray limestone 8 1-2 Brown clay w/limestone pebbles 31 9 Tan limestone w/clay layers 9 1-2 Brown clay 31 12 Bluish-gray limestone 10 2-3 Tan clay w/limestone pebbles 32 11 2-1, Brown clay w/limestone pebbles I ,rl,' 12 1-2 Brown clay w/limestone pebbles 33 13 1-2 Brown clay 32 :I: I'" w z a: w ::> a: Vl I-Vl 􀁾Vl W 􀁾a:w_ a.::: z> on on -C. "'''«Vl_ z-a:DATE: 5/3/90 Vl Z IW a: ;;: Vl Q. z DRY ATTERBERG LIMITS LINEAR ::lO 0 DENSITY SHRINKAGE 0 (j (j(pc f) LL PL PI (%) 29 17 12 5 86 58 23 35 16 35 17 18 7 306 195 178,503 86 62 21, 38 18 133 670 69 25 1,1, 1,1, 19 262,71,1, , ',"' 81 60 21, 36 17 69 25 1,1, 19 ,Hllil .\,1 \ j" 88 70 25 1,5 19 89 6L, 21, 1,0 18 T' _. n'l 􀀻􀁉􀀬􀁾􀀮􀂷􀁾􀁴􀁬􀁾􀀠, !I' SWELL TEST RESULTS ;>, W o• c ------------PRE-SWELL FINAL % BORING DEPTH ATTERBERG LIMITS MOISTURE MOISTURE LOAD VERTICAL ---􀁾􀀠􀁾􀁾􀀠􀁾􀀭􀁣􀁣􀀠􀁾􀁾􀁾􀁾􀀠NUMBER (FEET) LL PL PI CONTENT CONTENT (PSF) SWELL 1 3-4 40 18 22 16 19 500 0.9 ----7 7-8 ,35 17 18 18 20 500 0.5 ---------------􀁾􀁾􀀠􀁾􀀭􀀭.. --􀁾􀀠􀁾􀁾􀀠􀁾􀀠---􀁾􀀠􀁾􀁾􀀠􀁾􀀠􀁾􀀠􀁾􀁾􀀠􀁾􀁾􀁾􀁾􀀠􀁌􀁾􀁾􀀠� �􀁟􀁾􀀠􀁾􀀠-􀁾􀁾􀀠" > •􀁾• ',' ; PROCEDURE: 􀁾􀀠•> r• 1. SAMPLE PLACED IN CONFINING RING, DESIGN LOAD (INCLUDING OVERBURDEN) APPLIED, FREE•o•, WATER WITH SURFACTANT MADE AVAILABLE, AND SAMPLE ALLOWED TO SWELL COMPLETELY. o" 2. LOAD REMOVED AND FINAL 􀁍􀁏􀁉􀁓􀁔􀁉􀁉􀁊􀁒􀀵􀁾􀁃􀁏􀁎􀁔􀁅􀁎􀁔􀀠DETERMINEIlll􀀮􀁾l20 U􀁾􀀬􀀠l'en , en 91 PROPOSE D BUILDING \ ... _..... "'B-7 􀁾􀁾􀁾􀁾􀁂􀁁􀁓􀁅􀁍􀁅􀁎􀁔V./../L,7.,l1 AREAI_td ,EXISTiNG I 􀀸􀁕􀁉􀁌􀁏􀁉􀁾􀀮􀀠""O'OIlD 'UIIJ)I'" r4 I '--r -$-B-IO . +1__I:1 --In IT U . "'''-,G.;=r t::::t 􀁲􀀽􀁴􀁐􀁒􀁏􀁐􀁾􀀠PARKING /" ... B-8 j{ WATUTOW..} /N-+ 􀁾Q « PROPOSEO 􀁐􀁁􀁾􀁴􀀼􀁬􀁉􀁎􀁇􀀠f􀁾􀁉􀁉􀀠c: o It(I) ..r Q -+B-6 B-2 I IQ j---I-B-IIy j{\I-B-5« '" z: ;;: :. 0: PROPOSED 􀁐􀁾􀁏􀁐􀁏􀁓􀁅􀁏􀀠􀁐􀁁􀁾􀁴􀀼􀁬􀁉􀁎􀁇􀀠BUILDING Q... 􀁾􀀠t131: I-t r -:=r t:± l-j 􀁾􀀠, 􀁾􀀠lEB-4 I "'B-3 0.. -$16-12 􀀺􀁴􀁾􀀭􀁉􀀠!::l r= , MILDRED STREET I 􀀬􀁾􀀬􀀠􀀡􀁉􀁾􀁾􀀠" SIT£: LOCAT ION POOJECT/TlTLE PROPOSED ADDISON THEATER· I ADDISON I TEXAS SCALE,,",eo'BORING LOCATION DIAGRAM SWl 90 ·367 DATE' 5/24/90 I DRAWN BY' ii:. SwL Report No. 90-367 LOG OF BORING PROJECT: Addison Theatre BORING NO.: 1 CLIENT: City of Addison LOCATION: Addison, Texas DATE: "/30/90 TYPE: Core CASED TO: GROUND ELEVATION: 2 ...c LEGEND: WATER INFORMATION 02-= .!!! 2 ..J W 0:0-•-00 ..J ««, 2 :x:W « « W 0 0 W U) U) 0-2 ..J 2 0 U)w:1-• SAMPLE Dry at completion; dry 40 minutes-I0 ..J : '" 0 -' ««' completion; water at 2.8' in 1 hour.I'" CD "00:'" W X STANDARD PENETRATION ,.."" ::;: ::;: z>-;0 0. ..0.">'" «wo 0 WATER w If> If> ,.. Z .J Z 0 CIl",m '" ":I: DESCRIPTION OF STRATUM !--f-\ 4" gravel -(fill) ! '-Brown and tan clay -(fill) -===c= ,\. -5 􀀮􀁾􀀠Brown sandy clay -(fill) Gravel (fill) 􀁾􀀠-10 • \ Tan ..-. 􀁾􀀠limy clay 􀁾􀀠􀁾-' -Tan limestone w/occasional bluish-gray 􀁬􀁩􀁭􀁥􀁳􀁴􀁯􀁮􀁥􀁾􀁡􀁹􀁥􀁲􀁳􀀠--15f-Bluish-gray limestone f-!-f-1-201_ --Boring terminated at 21' -25-􀁾􀀠-,-_. f-'-30'-!--,f-!--'-35--􀁾􀀠--40-----45-----50-SOUTHWESTERN LABORATORIES A-9 SwL Report No. 90-367 LOG OF BORING· PROJECT; Addison Theatre BORING NO.: 5 CLIENT: City of Addison LOCATION: Addison. Texas DATE: 4/30/90 TYPE: Core CASED TO: GROUND ELEVATION: z ..c WATER INFORMATION : oQ....: .l2 LEGEND: z ..J W "'1-'" • SAMPLE Seepage at 11 f ;:··ary at completion;-I0 ..J '" «wO : '" If> I-z-l 1 0 ",w m a. r-r---r---r---1-5-r---r---•r---r--10r-'------15-20-25 --,30 --, ----j-1 􀁾􀀠-35"; -----:--40----45--50Theatre BORING NO.: 7 Addison LOCATION: Addison, Texas TYPE: Core CASED TO: GROUND ELEVATION: -LEGEND: WATER INFORMATION .l!! ;;i • SAMPLE Seepage at 7'; d.ry at completion; w Xn. 'f'0 Z « :J: STANDARD PENETRATION water at 8.5' in 10 min. WATER DESCRIPTION OF STRATUM Dark brown clay w/gravel -Asphalt mixed -(fill) Dark brown clay w/limestone pebbles Tan clay (limy) w/limestone pebbles Tan limestone· w/clay layers Bluish-gray limestone Boring terminated at 25' SOUTHWESTERN LABORATORIES A-12 "'" ..-. 􀁾􀀠:;it 􀁾􀀮􀀠-,.= 􀁾􀀠-! 􀁾􀀭􀁾􀀭SwL Report No. 90-367 LOG OF BORING PROJECT: Addison Theatre BORING NO. :8 CLIENT: City.of Addison LOCATION: Addison, Texas DATE: 5/8/90 TYPE: Core CASED TO: GROUND ELEVATION: 2 """ LEGEND: WATER INFORMATION 02--= .l" z ..J W 0:"':z: • SAMPLE Seepage at 11' ; w.ater at 22' at-... 0 ..J ««, :I: W CD a. 00: Vl W X STANDARD PENETRATION completion; water at 2.5' in 10 minutes ... w ::; ::; z ... ;: a. T WATER ,.. a. ... ,.. « «wo 0 W Vl Vl "'2..J 20 VlwCD « DESCRIPTION OF STRATUMa. :I: Brown clay w/limestone pebbles Tan limy clay w/limestone pebbles -5 Tan limestone w/clay layers 􀁾􀀠-10.--.􀁾􀀠􀁾􀀠-blue limestone layer I' thick at 12.5' =.-'-= -15-Bluish-gray limestone r-2DlOOn" r--I-Boring terminated at 22' -25-"'THD -Cone Penetrometer Test 􀁾􀀠-----30--I-r--[-35-----40-'---'-'---45-----50-SOUTHWESTERN LABORATORIES A-13 SwL Report No. 90-367 LOG OF BORING PROJECT; Addison Theatre BORING NO.: 9 CLIENT; City of Addison LOCATION: Addison, Texas DATE; "/30/90 TYPE: Core CASED TO; GROUND ELEVATION: z WATER INFORMATION...: LEGEND;oQ-: ::z .... • SAMPLE", ... Seepage at "'; dry at completion;z-... .J ««'0 '" STANDARD PENETRATION en 0.. 00:'":1:'" X0.. water at 11 in 1 hour.'"1-'" lE ..,.lE z ... '" WATERQ.u. ",,,,0>«w (/) ... z .... z '" ",,,,m0 «'" DESCRIPTION OF STRATUM:t:0.. Brown clay Tan limy clay-s-Tan limestone wi clay layers-J'j,I-•• ..>-.1-10I-"'" I-Bluish-gray limestone 􀁾􀀠1--: r-15 Boring terminated at 13 II-c-I---20-----25-􀁾􀀠-----30-----35-----49 --.,.---45-----50--SOUTHWESTERN LABORATORIES A-14 SwL Report No. 90-'367 LOG OF BORING PROJECT: Addison CLIENT: City of DATE: 5/S/90 Z 02.....: Z ....J W "' .... --,.. 0 -' ",,,,, l:UJ en G. 00:'" I-W ::;: ::;: ZI-So..l.L >'" "'Wo w tJ) '" .... z...l 0 ",,,,,,, ll-5 100/3!'" 1-10I--1-15f-f-!---20-----25---􀁾􀀠-30-----35-40-45: -50.....----,Theatre Addison TYPE: Core CASED TO: --' .l'! Z il:" Cl Z '" l: LEGEND:•X ... SAMPLE STANDARD PENETRATION Dry at WATER DESCRIPTION OF Bro>1n clay w/limestone pebbles Tan clay w/limestone pebbles Tan limestone w{clay layers Boring terminated at 5' *TIID -Cone Penetrometer Test BORING NO.: 10 LOCATION: Addison, Texas GROUND ELEVATION: WATER INFORMATION , . " completion STRATUM 􀁾􀀠.. 􀁾􀀮􀀠􀁾􀀠"':':•.:J 􀁾􀀠= "= 􀁾􀀠-SOUTHWE STERN LABORATORIES A-IS SwL Report No. 90-367 PROJECT: Addison Theatre CLIENT; City of Addison LOG OF BORING BORING NO,: 11 LOCATION: Addison, Texas DATE; 5/8/90 TYPE: Core CASED TO, GROUND ELEVATION: WATER INFORMATIONz ....: LEGEND;09..: z 0:,......l W • SAMPLE-,... 0 '"Z----:-10f-􀁾􀀠􀁾􀀠->--15f-c---,-20!-!--􀁾􀀠E i---􀁾􀀠!-􀁾􀀠---3!)----r-40!--i----:--,4,5c--,t:::=j--50-' DESCRIPTION OF STRATUM Brown clay w/limestone pebbles 'fan limestone w/clay layers Boring terminated at 5' *THD -Cone Penetrometer Test ...... 􀁾􀀠SOUTHWESTE RN LABORATORIES A-17 SwL Report No. 90-367 LOG OF BORING PROJECT; Addison Theatre BORING NO.: 13 CLIENT: City of Addison LOCATION; Addison, Texas DATE: 4/30/90 TYPE; Core CASED TO: GROUND ELEVATION; z WATER INFORMATION....: LEGEND:V>02-" 􀁾􀀠..z w 0::>-...J • SAMPLE-f-Z0 ..J -W ::!' z>-i!::l!. ... WATER0. ... U)W U) >-z ...J Z 0 "'w CD