TOWN OF ADDISON CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS MORRIS A VENUE EXTENSION HUITT-ZOLlARS 3131 McKinney Avenue, Suite 600, Dallas, Texas 75204 (OFFICE) 214-871-3311 December 22, 2000 Review Copy TABLE OF CONTENTS Section AB Advertisement for Bids Section m Instructions to Bidders Section PF Proposal Form SectionCA Conlract Agreement Section PrB Performance Bond Section PyB Payment Bond SectionMB Maintenance Bond Section BP Contmctor's Affidavit of Bills Paid Section GP General Provisions Standard Specifications for Public Works Construction, North Central Texas Council of Governments (separate document not furnisbed) Section SP Special Provisions Section T Technical Specifications Appendix A Sample ofTeus Sales Tax Exemption Certificate 􀁈􀀺􀁜􀁐􀁭􀁪􀁜􀀨􀁮􀀳 􀀰􀁃􀁬􀀰􀀰􀁬􀁾􀁰􀁣􀁣􀀺􀀵􀁜􀁔􀁏􀁃􀁁􀁯􀁣􀀠 SECTIONAB ADVERTISEMENT FOR BIDS SECTION AB ADVERTISEMENT FOR BIDS 1. Sealed bids addressed to the Town of Addison, Texas, for Paving and Utility Improvements for the MORRIS AVENUE EXTENSION for the Town of Addison, Texas, hereinafter called "Town" in accordance with plans, specifications and contract documents prepared by HuittZollars, Inc., will be received at the office of Clyde Johnson, Purchasin,f Manager, Finance Building, 5350 Belt Line Road, Addison, Texas until 2:00 p.m. on 14 day. of February, 2001. Bids received by the appointed time will be opened and read aloud. Any bids received after closing time wi] I be returned unopened. 2. The Contractor shall identify his bid on the outside of the envelope by writing the words MORRIS A VENUE EXTENSION. 3. Bids shall be accompanied by a 􀁣􀁡􀁳􀁨􀁩􀁥􀁲􀁾􀀠check or certified check upon a national or state bank in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount from a reliable surety company licensed by the State of Texas to act as a Surety, or a Binder of Insurance executed by a surety company licensed by the State of Texas to act as a surety or its authorized agent as a guarantee that the bidder will enter into a contract and execute a Performance Bond within three (3) business days after notice of award of contract to him. 4. Plans, specifications and bidding documents may be secured beginning at 9:00 A.M. Monday, January 22,2001 from Clyde Johnson, Purchasing Manager, Finance Building. 5350 Belt Line Road, Addison, Texas. The first set will be available at no charge and any additional sets may be obtained for a non-refundable sum of $20.00 per set. 5. The right is reserved by the Mayor and the Town Council as the interest of the Town may require to reject any or all bids and to waive any informality in bids received. 6. The Bidder (Proposer) must supply all the information required by the Proposal Form. 7. A Performance Bond, Labor and Material Payment Bond, and Maintenance Bond will be required by the Owner; each Bond shall be in the amount of 100% of the total contract amount. Bonds shall be issued by a surety company licensed by the State of Texas to act as a Surety. The performance and payment bonds shall name the Town of Addison as obligee (or such other entities as may be designated at the time a contract is executed). 8. For information on bidding or to secure bid documents, call Clyde Johnson (972) 450-7090. For information on the work to be performed, call Steven Z. Chutchion, P.E., Assistant City Engineer, (972) 450-2886 or David E. Meyers, P.E., Huitt-Zollars, Inc., (214) 871-33 JI. 9. This project consists of providing paving, and water improvements as shown on the plans and in accordance with the specifications. 10. A Pre-Bid Meeting will be held at 2:00 p.m. on Friday, February 2, 2001 at the Addison Service Center, 16801 Westgrove Drive, Addison, Texas 75001, 972-450-2871. All bidders are encoura"oed to attend. TOWN OF ADDISON, TEXAS }l:\Proj\0130000!\:ipeCJ\AB.doc SECTIONIB INSTRUCTIONS TO BIDDERS SECl'lONIB INSTRUCTIONS TO BIDDERS A. PROJECT: MORRlS AVENUE EXTENSION PAVING AND UTILITY IMPROVEMENTS. in the Town of Addison. The bids will be evaluated as stated in Section" 0" of the Instructions to Bidders. B. PROJECT DESCRlPTION: This project consislS of providing paving, and water improvemenlS as shown on the plans and in accordance with the specifications. C. PROPOSALS: Proposals must be in accordance with these instructions in order to receive consideration. D. DOCUMENTS: DocumenlS include the Bidding Requirements, including the advertisement for Bids, these Instructions to Bidders, Proposal Forms, Contract Agreement, General Provisions, Special Provisions, Technical Specifications, Drawings, and Addenda which may be issued by the Consultant during the bidding period. Bidding DocumenlS may be viewed andlor obtained under the ternJS and conditions set forth in the Advertisement for Bids, Section AB of this Project Manual. E. EXAMINATION OF DOCUMENTS AND SITE: Bidders shall carefully examine the Bidding DocumenlS and the construCtion site to obtain fust-hand knowledge of the scope and the conditions of the Work. Each Contractor, Subcontractor and Sub-subcontractor, by SUbmitting a proposal to perform any portion of the Work, represents and wammlS that he has examined the Drawings, Specifications (Project Manual) and the site of the Work, and from his own investigation has satisfied himself as to the scope, accessibility, nature and location of the Work; the character of the equipment and other facilities needed for the performance of the Work; the character and extent of other work to be performed; the local conditions; labor availability, practices and jurisdictions and other circumstances that may affect the performance of the Work. No additional compensation will be allowed by the Owner for the failure of such Contractor, Subcontractor or Sub-subcontractor to inform himself as to conditions affecting the Work. F. INTERPRETATION OF DOCUMENTS; If any person contemplating submitting a bid for the proposed Contract is in doubt as to the meaning of any part of the Drawings, Specifications (Project Manual) or other proposed Contract Documents, he may submit to the 􀁃􀁯􀁮􀁳􀁵􀁬􀁴􀁡􀁮� �􀀠not later than seven (7) calendar days prior to the date set for opening bids, a written request for an interpretation or clarification. Bidders should act promptly and allow sufficient time for a reply to reach them before _preparing their bids. Any interpretation or clarification will be in the form of an Addendum duly issued. No alleged verbal interpretation or ruling will be held binding upon the Owner. G. SUBSTITUTIONS: Conditions governing the submission of substitutions for specific materials, produclS, equipment and processes are in the Special Provisions. Requests for substitutions must be received by the Consultant seven (7) Calendar days prior to the established bid date. 􀁾􀁬􀀺􀁊􀁏􀁏􀁏􀁏􀁉􀁜􀁊􀁰􀁥􀁣􀀮􀁜􀁉􀁂􀀮􀁤􀁡􀀺􀀠 H. ADDENDA: Interpretations, clarifications, additions, deletions and modifications to the Documents during the bidding period will be issued in the form of Addenda and a copy of such Addenda will be mailed, faxed or delivered to each person who has been issued a set of the Bidding Documents. Addenda will be a part of the Bidding Documents and the Contract Documents, and receipt of them shall be acknowledged in the Bid Form. All such interpretations and supplemental instructions will be in the form of written addenda to the contract documents which, if issued, will be sent by telegram, certified or registered mail, or hand delivered to all prospective bidders (at the respective addresses furnished for such purposes) not later than three (3) calendar days prior to the date fixed for the opening of bids. If any bidder fails to acknowledge the receipt of such addenda in the space provided in the bid form, his bid will nevertheless be construed as though the receipt of such addenda had been acknowledged. 1. COMPLETION TIME: A reasonable completion time has been established by the Owner and is described in lOOre detail in Section Q' -CONSTRUCTION SCHEDULE. J. PREPARATION OF BIDS: Prices quoted shall include all items of cost, expense, taxes, fees and charges incurred by, or arising out of, the performance of the work to be performed under the Contract. Bids shall be submitted in duplicate and shall be signed in ink. Aoy bid on other than the required form will be considered informal and may be rejected, Erasures or other changes in a bid must be explained or noted over the initials oftbe bidder. Bids containing any conditions, omissions, unexplained erasures and alterations, or irregUlarities of any kind may be rejected as informal. The prices should be expressed in words and figures or they may be deemed informal and may be rejected. In case of discrepancy between the prices written in the bid and those given in the figures, the price in writing will be considered as the bid. Failure to submit all requested information will make a bid irregular and subject to rejection. Bids shall be signed with name typed or printed below signature, and, if a partnership, give full name of all partners. Where bidder is a corporation, bids must be signed with the legal name of the corporation followed by the name of the state of incorporation and the legal signature of an officer authorized to bind the corporation to a contract. NOTE: A COMPI.ITER GENERATED PROPOSAL FORM MAY BE USED IN LIEU OF THE ENCLOSED FORMS. THE FORM SHALL BE 8 112" X 11" IN SIZE, AND WILL BE ATTACHED TO THE PROPOSAL IN THE PROPER SECTION, AND WILL BE MADE PART OF THE PROPOSAL AND CONTRACT DOCUMENTS. NOTE: SPREAD SHEET OPTION IS FOR THE CONVENlENCE OF THE BIDDER, NO WORDING IN THE SPREAD SHEET SHALL MODIFY OR AMEND THE WORDING IN THE BID PROPOSAL OR PLANS. THE UNIT PRICE ON THE FORM SHALL BE THE PRICE OF THE ITEM, AND ERRORS THAT MAYBE PRESENT IN THE PRINTOUT WILL NOT BE RECOGNIZED AS AN OPPORTUNITY TO REVISE THE PROPOSAL. THE SUMMARY SHEET INCLUDED IN THIS BID DOCUMENT SHALL BE UTIUZED FOR SUMMARIZING THE BID. THE SPREAD SHEET SHALL PRESENT EACH ITEM IN THE ORDER AND NUMBER AS SHOWN IN THE OTYS PROPOSAL AND BID SCHEDULE FOR TH1S PROJECT. THE SPREAD SHEET SHALL BE IN A COLUMN FORMAT WITH THE FOLLOWING COLUMNS: I. ITEM NUMBER 2. QUANTITY 3. UNITOFMEASURE 4. DESCRlPTION 5. UNIT PRlCE 6. EXTENDED AMOUNT K. SUBMITIAL OF BIDS: Scaled proposals will be received at the time, date and place stated in the Advertisement for Bids. Proposals shall be made on unaltered Proposal Forms furnished by the Consultant. Submit proposal in an opaque, sealed envelope addressed to the Owner and plainly mark on the outside of the envelope the project name, and the name and address of the bidder. The envelopes shall be marked with the following project names: Morris Avenue Extension The Bid Bond must be completed and signed by each bidder and submitted with the bid. A separate bid must be submitted for each discipline that a contractor wishes to be awarded. Submit Bids by mail or in person prior to the time for receiving bids set forth in the Advertisement for Bids issued by the Town. L. MODIFICATION AND WITHDRAWAL OF BIDS: Prior to the time set for bid opening, bids may be withdrawn or modified. Bids may be modified only on the official bid form and must be signed by a person legally empowered to bind the bidder. No bidder shall modify, withdraw or cancel his bid or any part thereoffor sixty (60) calendar days after the time agreed upon for the receipt of bids. M. DlSQUAUFICATION: The Owner reserves the right to disqualify proposals, before or after the opening, upon evidence of collusion with intent to defraud or other illegal practices relating to this proposal upon the part of the bidder. N. SUBMISSION OF POST-BID INFORMATION: Upon notification of acceptance, tbe selected bidder shall, within live (5) calendar days, submit the following: I. A designation of the portions of the Work proposed to be performed by the bidder with his OWn force. 2. A list of names of the subcontractors or other persons or organizations, including those who are to furnish materials and equipment fabricated to a special design proposed for such portions of the Work as may be designated in the Bidding Documents or as may be requested by the Consultant. The bidder bidder will be required to establish to the satisfaction of the Owner and the Consultant the reliability and responsibility of the proposed Subcontractors and suppliers to furnish and perform the Work. O. AWARD: The Owner reserves the right to accept any or to reject any bids without compensation to bidders and to waive irregularities and informalities. The Consultant, in making his recommendation, will consider the following elements: 1. Whether the bidder is a contra£tor with experience in the type of work involved. 2. Whether the bidder has adequate plant, equipment and personnel to perform the work properly and expeditiously. 3. Whether the bidder has a suitable financial status and reputaJion for meeting obligations incident to work of the kind specified. Alternate items may or may not be awarded. Addition or deletion of other items or schedules will be governed by NCfCOG, Item 1.37 "Changes or Modification of Contract". P. EXECUTION OF THE CONTRACT: The successful bidder will be required to enter into a contract with the Owner within three (3) business days of notice by the Owner that his bid has been accepted. Failure to enter into" contract within the established time limit shall he considered grounds for forfeiture of the bid bond. Q. CONSTRUCTION SCHEDULE: It is the Owner's desire to have the project completed and operational in as short a time as possible. The number of calendar days for completion of the project will begin with the date specified in the Notice to Proceed. The Notice to Proceed will be issued in a manner to facilitate a smooth construction of the project The Contractor shall begin construction within five (5) calendar days of the issuance of the Notice to Proceed." In no instance shall the number of calendar days for completion of the work measured from the Notice To Proceed' exceed 90 calendar days. R. UQUIDATED DAMAGES: The time of completion is of the essence for this contract. Notwithstanding any other provision of the Documents comprising the construction contract for the Moms Avenue Extension project, for each calendar day that any work shaII remain uncompleted after the time specified as described in the "Instruction To Bidders, Section Q, Construction Schedule", proposal and the contract, or the increased time granted by the Owner, or as equitably increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule shall be deducted from the monies due the Contractor: $500 per Calendar Day The sum of money thus deducted for such delay, failure or non-completion is not to be considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated damages, per calendar day that the Contractor shall he in default after the time stipulated in the contract for completing the work. The said amounts are fixed and agreed upon by and between Owner and Contractor because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner in such event would sustain; and said amounts are agreed 10 be the amounts of damages which the Owner would sustain and which shall be retained from the monies due, or that may become due, the Contractor under this contract; and if said monies he insufficient to cover the amount owing, then the Contractor or his surety shall immediately pay any additional amounts due. If the Contractor finds it impossible, for reasons beyond his control, to complete the work within the contract time as specified, the Contractor may make a written request for an extension of time in accordance with the General Provisions. In the case of any conflict, the terms of this paragraph regarding liquidated damages shall control. S. FORM OF CONTRACf: The contract for the construction of the project will be drawn up by the Owner. A sample form of agreement is included in the Contract Agreement Section. T. BONDS: A Performance Bond, a Labor and Material Payment Bond and a Maintenance Bond will be required by the Owner. The performance and payment bonds shall name the Town of Addison, and others as directed by the Town, as joint obligees. Sample forms have been included in the Performance Bond, Payment Bond and Maintenance Bond sections. (Contractor shall confirm the legal names of obligees prior to execution of Bonds.) U. BID SECURITY: Bids shall be accompanied by a cashier's check or certified check upon a national or state bank in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount from a reliable surety company licensed to do business in the State of Texas as a guarantee that the bidder will enter into a contract and execute a Performance Bond and Payment Bond within ten (!O) calendar days after notice of award of contract to him. Such checks or bid bonds will be returned to all except the three lowest bidders within three (3) days after the opening of bids, and the remaining checks or bid bonds will be returned promptly after the Owner has made an award of contract, or, if no award lias been made within thirty (30) calendar days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. V. RESOLlJ110NS: If the bidder is a corporation, a copy of the resolution empowering the person submitting the bid to bind the bidder must be inclnded with the bid. W. CONSTRUCI10N STAKING: Construction staking will not be provided by the Owner. Benchmarks and Horizontal Control are shown on the plans. There is no separate bid item for staking, therefore, the contractor must inclnde value for staking in the various bid items as subsidiary to the contract. X. FINAL PAYMENT: The general provisions for Final Payment shall be as stated in Item 1.51.4 of the North Central Texas Standard Specifications for Public Works Construction (1983 Edition) including all Amendments and Additions. Prior to final payment the Contractor shall provide the Owner with the following items: . I. A Contractor's Affidavit of Bil1s Paid in accordance with Section BP. 2. A Consent of Surety Company to Final Payment. 3. A complete set of record plans which indicate all construction variations from the original construction documents in accordance with Item 5 of the Special Provisions. 4. A too(2) year Maintenance Bond in accordance with Section MB. Y. PREVAILING WAGE RATES: "Wage rates paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as attacbed in the Special Provisions. END OF SECI10N IB 􀁒􀀺􀁾􀁉􀁊􀁏􀁏􀁏􀁏􀁌􀁬􀀮􀁉􀁰􀁥􀁑􀀮􀁬􀁬􀁡􀀬􀁤􀁉􀁘􀀧􀀠 SECTIONPF PROPOSAL FORM H:\Proj\OllOOOOIIspccsIj'F.tIoe PROPOSAL FORM TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed by: ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt of the following addenda: Addendum No. I Dated Addendum No.2 Dated Addendum No.3 Dated Addendum No.4 Dated Addendum No.5 Dated Addendum No.6 Dated H:\Pr(.lj\OIJtlXXHUpccs.\f'F.doe PF2 General Notes and Sup>,lemental Specifications For Bidding THE FOLLOWING NOTES PROVIDE ADDITIONAL CLARIFICATION OF CERTAIN BID ITEMS SUPPLEMENTAL TO THE PLANS AND TECHNICAL SPECIFICATIONS. All excess trench spoil from utility installations are to be disposed of off-site. All unclassified street excavation is to be disposed of off-site. All unit prices for utility lines shall include value for required embedment. No separate pay item. Unit prices shall include value for required bonds. insurance, taxes, etc. No separate pay items are provided for these elements. Mobilization An item for mobilization is included in bid package. The amount bid for this item will not be limited by a percentage of the total bid amount. SCHEDULE I Item No. 102 -Full Denth Saweut The quantity indicated for full depth s.wcut is only the amount needed to isolate all pavement removal sections at one time. Sequencing of the project may, however, necessitate additional interim saweulS and removals which will be incidental to the contract. Item No. 104 -6" Thick Lime Stabilized Subgrade Item No. 105 -Hydrated Lime Based on geotechnical investigation for the area, there should be nO excavation for streets that encounters gray limestone. Tan limestone may be present in some areas but it can be a desirable material if properly processed and compacted. The contractor should not assume that subgrade material must be undercut and replaced with select filL If such conditions are encountered, they will be dealt with by change order. Item No. 107 -6" thick 650 PSI Flex @28 days reinforced concrete dro>, slab This item is defined as the recessed pavement area required to accept brick or other enhanced paving materials in streets. Item No.1 13 -Furnish Vehicular Brick Paver Materials. Delivered 10 Site This item consists of the specified vehicular bricks "C". Note that many dimensions are noted in increments of brick (or "wythe"). Vehicular bricks shall meel or exceed ASTM C1272-94 for Heavy Vehicular Paving Brick Type R. An acceptable material has been identified as equal to the following: Type "C" -2'1<1" x 3V," x7'1:" Acme Color 'Tulsa Blend 2, Garnet Red The unit cost for this item shall include only the purchase and delivery of the pavers to the site Item No. 114 -Furnish Beddind"':aterials and Install Vehicular Brick Pavers This item is for the costs associated with furnishing and installing the bedding materials and the cost associated with installing the pavers. The materials and delivery costs of the pavers is covered in Item No.'s 1l3. PF3 PROPOSAL FORM ____,19_ TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed by: ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt of the following addenda: Addendum No. I Dated Addendum No.2 Dated Addendum No.3 Dated Addendum No.4 Dated Addendum No.5 Dated Addendum No.6 Dated PF-4 PAVING IMPROVEMENTS SCHEDULE I MORRIS AVENUE EXTENSION 􀀬􀀧􀀻􀀢􀀢􀀺􀀺􀀬􀀻􀀬􀁬􀁾􀁾􀀧􀁃􀀠. 􀀢􀀯􀁦􀁾;􀀮􀁴􀁾􀁾􀁾􀁾􀁾􀀠:' l,.Hi'" 􀁾􀁩􀁦􀁣􀀠􀁾" " ., ,. ',. 101 I L.S. 102 104 L.F. , 103 21 S.Y. 104 976 SY 105 16.1 TON .),""'''''. '" ,Cc: 􀁾􀁙􀀧􀀠:c") l;wail "" ' 􀁉􀁾􀁾􀁾􀀠􀀬􀁽􀀧􀀺􀀢􀁾􀁝􀁾􀀠􀁩􀀻􀀻􀁅􀁾􀀧􀀻􀀮􀀧􀀠!'ii.;"'!j,,jf,g:.;; :': 'yEJI Mobilization, Complete in Place, for the Sum of Dollars and Cents per uniL Full depth saweut existing concrete, Complete in Place, for the Sum of , Dollars and Cents per unit. Remove and dispose of existing concrete pavement, including curb, Complete in Place, for the Sum of Dollars and Cents per unit. Furnish and place and compact 6" thick lime stabilized subgrade, Complete in Place, for the Sum of Dollars and Cents per unit. Furnish and place hydrated lime (33 Ibslsy), Complete in Place, for the Sum of Dollars and Cents per unit. H:\PmjVH3 201 2.0 202 0.7 203 51 : i 204 295 205 3 • i 􀁉􀁜􀀧􀀺􀁲􀁣􀁾􀀮􀀬􀀮􀁩􀀢. ......•.􀁾􀀮􀀺􀀢􀁾􀀿:'/. .. ..... INfF: ...... .; ;". ':. .:, '". "". ... -c.Y. Furnish and inslall concrete blocking, Complete in Place, for the Sum of ! :i • Dollars and • Cents per unit. TON Furnish and install D.1. fittings, CL.250, Complete in Place, for the Sum of Dollars and i Cents per unit. L.F. Furnish and inslall 6" dia. PVC AWWAC900, DR 18,CL 150 water pipe, including embedment, Complete in Place, for the Sum of Dollars and , Cents per unit. L.F. Furnish and install 8" dia. PVC AWWA C900, DR 18, CL 150 water pipe, including embedment, Complete in Place, for the Sum of Dollars and Cents per unit. , EA Furnish and inslall 6" dia. resilient seat gate valvelbox, Complete in Place, for the Sum of Dollars and Cents per unit. 􀁾􀀠f; i C,.",,, i.,.>. ..c ;};;'J$:;;),.􀀻􀀮􀀿􀁾􀁾􀀠• ! : i H:'lProj\0130000I\specs\PF-S.D.doc PF-II 􀁾􀀺􀁦􀁉􀀧􀁅􀁍􀀮􀀬􀀠􀀺􀀺􀀢􀁅􀁓􀁾􀀻􀀠" 􀁉􀁻􀁾􀁗􀀧􀁾􀁾􀀮􀀠􀀩􀁾􀁅􀁳􀁾􀁏􀀻􀁾􀁾􀁙􀁩􀁵􀁾􀁾􀀠. 'uNI'f;PRlcE i.' .i;:,':co, ,.i·;. 􀁾􀁃􀁎􀀰􀀻􀀠􀀮􀁾􀀠:: ··"QW;'-:. 􀀢􀁾􀀼',:'$ }.;;< i]i::C'::,;j􀁾􀀻􀀺􀁾􀁓􀁾􀁾 􀀺􀀮:.:·c A Joint Venture By _____________________________________________________ (Name) (Address) By _____________________________________________________ (Name) (Address) (Each jOint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) H:\Pmj"\O! 3oo:xll\spees\PF.D.(copy)do c.doc PF·17 SECl10NCA CONTRACT AGREEMENT SECTIONCA AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this_day of ___, 19_, by and between the Town of Addison, of the County of Dallas and State of Texas, acting through its Mayor, thereunto duly authorized so to do, Pany of the FlTSt Pan, hereinafter termed the OWNER, and , of the City of ____ County of __, State of __, Party of the Second pan, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of cenain improvements as follows: Morris Avenue Extension and all extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools. superintendence, labor, insurance and other accessories and services necessary to complete the said construction. in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids, Instructions to Bidders, General Provisions, Special Provisions, Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifieations and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a pan hereof and colleclively evidence and constitute !he enlire AGREEMENT. The CONTRACTOR hereby agrees to commence work within five (5) calendar days after the date of written notice to do so shall have been given to him, and to substantially complete the work within calendar days after he commences work, subject to such extensions oftime as are provided by the General Provisions. The OWNER agrees to pay"·the CONTRACTOR $ in current funds for the performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions. as provided in tbe General Provisions, and to make payments of account thereof as provided therein. 􀁈􀀺􀁜􀁐􀁲􀁯􀁊􀁜􀁯􀁬􀀳􀁻􀀩􀁏􀁏􀁑􀁬􀁜􀁳􀀺􀁰􀁣􀁣􀁾􀁜􀁃􀁁􀀮􀁤􀁯􀁣􀀠 IN WITNESS WHEREOF, the panics of these presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON ATTEST: (OWNER) By: ____________ City Secretary Pany of the Second Pan (CONTRACTOR) ATTEST: By: __________ The following to be executed if the CONTRACTOR is a corporation: I, ______, certify that I am the secretary of the corporation named as CONTRACTOR herein; that _________, who signed this Contract on behalf of the CONTRACTOR is the of said corporation; that said (official title) Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed: ____________ Corporate Seal SECTIONPrB PERFORMANCE BOND H:\ProJID130000I\spccs\PRB.doc SECTIONPrB PERFORMANCE BOND STATE OF TEXAS COUNlY OF DALLAS Date Bond Executed: _________ PruNCWAL: _____________________________________________________ SURETY: _____________________________________ _____________________ PENAL SUM OF BOND (express in words and figures): __________________ DATEOFCONTRACT: _______________________________________________ KNOW ALL MEN BY THESE PRESENTS, tbat we, the PruNCIPAL and SURETY above named, are held firmly bound unto -::-:==,---,----,__-,-__-:-:-_____-,-,--_-::--:-____-,----,-,-____ hereinafter called the OWNER, in the penal sum of the amount stated above, for the payment of which sum and truly to be made, we bi'nd Qurselves, our heirs, executors, administrators and successors, jointly and severally. firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas the PruNClPAL entered into a certain Contract with the OWNER, numbered and dated as shown above and attached hereto; NOW THEREFORE, if the PruNClPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of said Contract during the original term of said Contract and any extension thereof that may be granted by the OWNER, with or without notice 10 the SURETY, and during the life of any guaranty required under the Contract, and shall also well and truly perform and fulfill all the undertalcings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications of said SURETY being hereby waived, then this obligation to be void, otherwise in full force and effecl. R\Proj'01300001 \splU:s\PRB.doc IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. SEAL CONTRACTOR By: _________________________ WlTNESS ____ Address: ____________________________ SEAL ATTEST: SURETY By: _________________________ 􀁁􀁤􀁤􀁲􀁥􀁾􀀺􀀠____________________________ Title: _____ (Surety to Attach Power of Attorney) CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the secretary of the corporation named as PRINCIPAL in the within bond that , who signed the said bond on behalf of the PRINCIPAL, is the said corporation; that I know his signature, and his signature therelO is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority ofits governing body. (Corporate Seal) H:\Proj\OJ30000I\5pccs\PRB.doc SECTIONPyB PAYMENT BOND H:\Proj"-D130000I\specs\PYB,doc ---------------------------------------------SECTIONPyB PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS Date Bond Executed: _____ PruNOPAL: _____________________________________________________ SURETY: PENAL SUM OF BOND (express in words and figures): _________________ DATEOFCONTRACT: ______________________________________________ KNOW ALL MEN BY THESE PRESENTS, that we, the PruNCIPAL and SURETY above named. are held firmly bound unto hereinafter called the OWNER, in the penal sum of the amount stated above, for the payment of which sum and truly to be made, we bind ourselves, our heirs, executors, administr'dtors and successors, jointly and severally. firmly by these presents. THE CONDITIONS OF TIllS OBLIGATION ARE SUCH 􀁴􀁨􀁡􀁾􀀠whereas the PruNCIPAL entered into a certain Contract with the OWNER, numbered aed dated as shown above and attached hereto; NOW THEREFORE, if the PRINCIPAL shall promptly make payment to all persons supplying labor and materials in the prosecution of the work provided for in said Contract. and any and all duly authorized modifications ofsaid Contract that may hereafter be made, notice of which modifications to the SURETY being hereby waived, then this obligation to be void, otherwise to remain in full force and effect. 􀁈􀀺􀁜􀁐􀁲􀁯􀁪􀁜􀁏􀁉􀀳􀁻􀁸􀀧􀀩􀁻􀁸􀁮􀁾􀀤􀁜􀁐􀁙􀁂� �􀀮􀁤􀁯􀁣􀀠 IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its underSigned representative, pursuant to authority of its governing body. SEAL CONTRACTOR By: __________________________ WI1NESS ____ Address: ______________ SEAL ATTEST: SURETY By: ___________________________ Address: ______________ Title: _______ (Surety to Attach Power of Attorney) CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that r" am the secretary of the corporation named as PRINCIPAL in the within bond that , who signed the said bond on behalf oflhePRINCIPAL, is the ___ _____ of said corporation; that I know his signalUre, and his signalUre thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) 􀁈􀀺􀁜􀁐􀁭􀁪􀁜􀀰􀀱􀀳􀁉􀁘􀁘􀁬􀁏􀁬􀁾􀁳􀁜􀁐􀁙􀁂􀀬􀁤􀁯􀁣􀀠 SECTIONMB MAINTENANCE BOND H:IPmj'ilI30000IIIpcc.\MB.dcx: SECTIONMB MAIN1ENANCE BOND STAlE OF lEXAS COUNTY OF DALLAS That ____________ as principal and ______________ _, a corporation organized under the laws of __---'and ___________ as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto the Town of Addison, Texas, a duly incorporated home rule municipal corporation under the laws of the State of Texas, the sum of ____________ _____1 for the payment of which sum will and truly to be made unto said Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally. This obligation is conditioned, however, that whereas said has this day entered into a written contract with the said Town of Addison to build and construct the which contract and me Plans and Specifications mere!n mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under me Plans, Specifications and Contract it is provided that me Contractor will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of acceptance, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or omerwise, and to do and perform all necessary work and repair any defective condition growing out of or arising froin the improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or building the same, or on account of any defect arising in any of said part of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that me purpose of this section is to cover all defective defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Contractor shall rail to do, it is agreed mat the Ciry may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties bereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part to comply with me terms of the said provisions of said contract; planting materials (trees, shrubs, ground cover, grasses and perennials) and the completed irrigation system will be warranted for one (I) year from the time of final completion and acceptance by the Town of Addison. NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then mese presents shall be null and void and have no further effect; but if default shall be made by the said Contractor in the performance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shaJl have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that mis obligation shall be a continuing one against the principal and sureties hereon and mat successive recoveries may be had hereon for successive breaches until me full amount shall have been exhausted; and it is further understood mat the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be Changed, diminished, or in any manner affected from any cause during said time. ,-," IN WITNESS WHEREOF, the said ________ has caused these presents to be executed by _______ and the said has hereunto set his hand this the day of _ SURETY PRINCIPAL By: ______________ By: Attorney in Fact A1TEST By: Surety Secretary Agency and Address NOTE: Date of Maintenance Bond must not be prior to date of Contract. SECTIONBP CONTRACTOR'S AFFIDAVIT OF BILLS PAID SECTIONBP CONTRACTOR'S AFFIDAvrr OF BILLS PAID STATE OF TEXAS COUNTY OF DALLAS Personally. before me the undersigned authority. on this day appeared ______ who. being duly sworn. on oath. says that he is a legal representative (full name of Contractor as in contract) and that the contract for the construction of tbe project. designated as has been satisfactorily completed and that all bills for materials, apparatus. fixtures. machinery and labor used in connection with the construction of this project have, to the best of my knowledge and belief, been fully paid. Signature Title Sworn to and subscribed before me this _ day Notary Public in and for _____County, Texas Instructions: Ifthe contractor is an individual, he shan sign the affidavit. If the contractor is a partnership, any partner may sign the affidavit. If the contractor is a corporation, a person authorized by the by-laws or by the Board of Directors shall sign the affidavit. If the Contractor is a joint-venture of individuals, any of the individuals may sign the affidavit. If the Contractor is a joint-venture of partnerships, or of individuals and partnerships, the affidavit may be signed by the individual or any partner of any partnership. If the contractor is a joint-venture in which a corporation is a party, separate affidavits must be executed in the name of the joint-venture: one by each corporation and one by each individual or partnership. Signatures for corporations should be by a duly authorized officer. If signature is by another, a showing of authority to sign must accompany the affidavit. SECTIONGP GENERAL PROVISIONS H:IPmjlOl30000-J\Ip:(:!\Gt.OOc L GENERAL PROVISIONS The General Provisions of the Contract shall be as stated in the Standard Specifications for Public Works Construction, North Central Texas Council of Governments (1983), under Part I, "General Provisions," Items 1.0 through 1.63 inclusive, as amended or supplemented and except as modified by the Special Provisions, SECTIONSP SPECIAL PROVISIONS H:\PnIj\OIJIXOOI\spenISP.doc L SECTIONSP SPECIAL PROVISIONS OWNER The Town of Addison, herein referred to as Owner, party of the First Part of these Contract Documents, or as may be otherwise established through assignment of the contract. 2. ENGINEER Huitt-Zollars, Inc., Engineer of the Owner, or other representative as may be authorized by said Owner to act in any particular position. 3. FORMS. PLANS AND SPECIFICATIONS Forms of Proposal, Contract, Bonds and Plans may be obtained from the office of Mr. Clyde Johnson, Purchasing Agent, Finance Building, 5350 Belt Line Road, Addison, Texas. 4. COPIES OF PLANS FURNISHED Ten (10) sets of Plans shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may he obtained at cost of reproduction upon request. 5. PRODUCT RECORD DOCUMENTS Maintenance of Documents. The Contractor shall maintain at the job site one record copy of the Contract Drawings, Specifications, Shop Drawings, Change Orders, other modification to the Contract. field test records and other documents submitted by Contractor in compliance with specification requirements. These documents shall be maintained at the job site apart from documents used for construction. These documents are not to be used for construction purposes. The documents shall be maintained in clean, legible condition. The documents shall be made available at all times for inspection by the Owner. Recording. Each document shall he laheled Project Record Copy in 2-inch high printed letters. The record documents shall be kept curren!. No work shall be covered until required information has been recorded. Conlract Drawings. The appropriate drawing shall be legibly marked to record, where applicable: a. Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements. b. Field changes of dimension and detail made during construction process. c. Changes made by Change Order or Supplemental Agreement. d. Details not on original Contract Drawings. e. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. f. Changes made by Change Order or Supplemental Agreement. g. Other matters not originally specified. Shop Drawings. The Contractor shall maintain the Shop Drawings as record drawings and legibly annotate shop drawings to record changes made after review. A red felt-tip marking pen shall be used for all recording. Submittal. At the completion of the project, the Contractor shall deliver record drawings to the Owner. The transmittal letter shall be accompanied, in duplicate, with; a. Date, project title and number. b. Contractor's name and address. c. Title and number of each record document. d. Certification that each document as submitted is complete and accurate. e. Signature of Contractor or his authorized representative. 6. HORIZONTAL AND VERTICAL SURVEY CONTROL The Contractor will be responsible for horizontal and vertical survey control for this project. Benchmarks and alignment centerline coordinates are provided on the plans. 7. PERMITS, LICENSES. AND REGULATIONS Permits and licenses of a temporary nature nc<:<:ssary for the prosecution of the Work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise spccified. If the Contractor observes that the Drawings 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 Work. The Contractor shall comply with all federal, state and local laws, rules and regulations of every kind and nature applicable to the performance of its Work hereunder, and shall'hold the Owner harmless therefrom. 8. REFERENCE SPECIPICA TIONS Where reference is made to specifications compiled by others, such are hereby made a part of these Specifications. 9. REVIEW OF WORK The Owner and his representatives shall have the right to review the Work while such Work is in progress to ascertain that the Work is being accomplished in compliance with the standards and requirements set forth in the Contract Documents. It It is also contemplated that similar review will be conducted by governmental inspectors. Notwithstanding such review, the Contractor will be held responsible for the finished Work, and any acceptance of the Work by the Owner or governmental agencies will not relieve tbe Contractor from responsibility for the Work. The Owner reserves the right to place full-time construction observers at the site of the Work. The Owner and his representatives shall at all times have access to the Work whenever It is lD preparation or progress, and the Contractor shall provide proper facilities for such access, and for review. If the Specifications, the Owner's instructions, laws, ordinances, or any public authority require any Work to be specially tested, the Contractor shall give the Owner timely notice of its readiness for testing, and if the testing is by an authority other than the Owner, of the date fixed for such testing. Tests by the Owner shall be made promptly, and where practicable at the source of supply, Re-examination of any Work may be ordered by the Owner, and, if so ordered, the Work must be uncovered by the Contractor. If such Work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of re-examination and replacement If such Work is not in accordance with the Contract Documents, the Contractor shall pay such ccst, 10. INSPECTION Notwithstanding the foregoing, the Town of Addison reserves the right to inspect, test, measure or verify the construction work for Ibis project as the Town deems necessary, 11. SCOPE OF WORK The Work for this Project consists of furnishing all materials, labor, equipment, tools and incidentals necessary to construct, in accordance with the Plans and Specifications, the proposed improvements for Morris Avenue Extension. 12. PROPERTY l.JNES Ai"D MONUMENTS All property corners, control monumentations, ccnstruction and survey stakes and marks shall be carefully preserved by the Contractor, and in case ofcareless destruction or removal by Contractor or his employees, such stakes or marks shall be replaced at the Contractor's expense as required by the Owner. 13. DISCREPANCIES If the Contractor, in the course of the Work, finds any discrepancy between the Contract Documents and the physical ccnditions of the locality, or any errors or omissions in drawings or in the layout as given by survey points arid instructions, or if it appears that any Plan, Specification or other Contract Document is or may be not in compliance with any building code or other requirement of any governmental body, he shall immediately inform the Owner in writing, and the Owner shall promptly verify the same. Any Work done after such discovery, until authorized, will be done at Ibe Contractor's risk. 14. TIME ALWTTED FOR COMPLETION All items of Work included under these contracts shall be completed wilbin the time stipulated in the Proposal. The time shall commence on the date specified in the Notice to Proceed. The Notice to Proceed shall consist of a written request by the Owner for the Contractor to proceed with construction ofthe Project. 15. EXISTING STRUCTURES The Plans show the location of all known surface and subsurface structures. However. the Owner assumes nO responsibility for failure to show any or all of these structures On the Plans, or to show them in their exact location, It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional ccmpensation or extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or require the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. 16, EXISTING UTILITIES AND SERVICE LINES The Contractor shall contact all the utility companies which have facilities in the vicinity of the proposed improvements to confirm the horizontal and vertical locations of their respective facilities prior to 􀁴􀁴􀁾􀁊􀀳􀀰􀀰􀀰􀀰􀁉􀁾􀁜􀁓􀁉􀀧􀀮􀁤􀁯􀀩􀁣􀀠 commencing work. Where a conflict with the proposed improvements is encountered, the Contractor shall notify the Engineer immediately prior to proceeding with the work. The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operation. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. All replacement, backfill and compaction shall be accomplished in strict accordance with the requirements of the owner of the utility or service line. 17. PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the utility company and approved by the Owner. The right is reserved to the owner of public utilities to enter upon the limits of the Project for the purpose of making such changes or repairs of this contract. 18. LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper execution of the Work. 19. PERMITS AND RIGHTS-OF-WAY The Owner will provide rights-of-way for the purpose of construction without cost to the Contractor by securing pemUts in areas of public dedication or by obtaining easements acrOss privately-owned property. It shall be the responsibility of the Contractor, prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginning construction in areas of public dedication, the Contractor shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the Work. The Contractor shall obtain a righl-of:way pennil from the Town of Addison. 20. PRECONSTRUCTION CONFERENCE The successful Contractor(s) and Owner shall meet at the call of the Owner on this Project. Prior to the meeling, the Contractor(s) shall prepare schedules showing the sequencing and progress of their wot!< and its effect on others. These schedules shall be delivered to the Owner in advance of the meeting for his review. The general nature of the work, materials used, sed methods of construction as well as the schedules will be discussed al the meeting. A final composite schedule will be prepared during this confurence to allow an orderly sequence ofprojecl construction. 21. ADDENDA Bidders desiring further information, or interpretation of the Plans and Specifications, mUSI make written request for such information to the Engineer (not later than seven (1) caleodar days prior to the date set for the Bid opening). Answers to all such requests will be given in writing 10 all Bidders in addendum form and all addenda will be bound with and made a part of the Contract Documents. No other explanation or interpretation will be considered official Or binding. Should a Bidder find discrepancies in, or omissions from, the Plans, Specifications or Contract Documents, or should he be in doubt as to their meaning, he shall at once notify the Engineer in writing in order that a written addendum may be sent to all Bidders. 22, WATER FOR CONSTRUCI10N The Contractor shall acquire a meter and make the necessary arrangements with the Town ofAddison for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing or flushing. Waler required for construction shall be paid for by the Contractor at the Town of Addison prevailing rates. There will be no separate pay item for connection into the existing waler system and quantity of water required for construction purposes, 23. EXCAVATION The Contractor shall exercise precautions to insure that drainage from adjacent properties is not blocked by his excavations. 24. CONTRACTOR's BID The Contractor's Bid shall be on a Unit Price basis for construction of the Project as shown on the Plans and described in the Specifications. 􀁾􀀬􀀠OWNERS STATUS The Owner shall perfonn technical review of the Work. He shall also have authority to reject all Work and malerials which do not conform to the Contract and to decide questions which arise in the execution of the Work. 26. OWNERS DECISIONS The Owner shall, within a reasonable time after their presenlation to him, make decisions in writing on all claims of the Contractor and on all other matters relating 10 the execulion and progress of the Work or the interpretation of the Contract Documents. 27. LANDS FOR WORK The Owner shall provide as indicated on the Plans for this Project, the lands upon which the Work under this Contract is to be done, right-of-way for access to same, and such other lands which are designaled on the Plans or in the Specifications for the use of the Contractor. Such lands and rights-of-way shall be adequate for the perfonnance of the Contract. Should the Contractor be delayed as the result of lack of access, this shall he cause for an extension of time but not for additional cost. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that may be required for tempol1ll)' construction facilities. 28. CLEANING UP The Contractor shall remove at his own expense all temporary structures, rubbish and waste materials resulting from his operations. These requirements shall not apply to property used for permanent disposal of rubbish or waste materials in accordance with pennission of such disposal granted to the Contractor by the Owner thereof. 29. LIQUIDATED DAMAGES FOR DELAY BY CONTRAcroR The time of completion is of the essence in this contract. For each calendar day that any Work shall remain uncompleted after the time specified the contract, liquidated damages shall be deducted from the monies due the Contractor in the amount of$500.00 per day. 􀁒􀀭􀀧􀀧􀀧􀁲􀁯􀁪􀀧􀀱􀀧􀁬􀀨􀀳􀁏􀁏􀀨􀁘􀀩􀀱􀁾􀁐..m 30. USE OF EXPLOSIVES Use of explosives will not be allowed. 31. PROJECT MAINTENANCE The Contractor shall maintain, and keep in good repair, the improvements covered by these Plans and Specifications during the life of his contract. 32. DISPOSAL OF WASTE AND SURPLUS EXCA V AnON All asphalt, concrete, rock or excavated material, or other debris shall be removed from the property and the Town of Addison. Any required disposal permits shall be the sole responsibility of the Contractor. 33. REMOYALS. ADJUSTMENTS AND REPLACEMENTS Existing pavements, driveways, curbs, gutters, sidewalks, etc., to be removed to facilitate the construction of the improvements shall be broken up and disposed of. Care shall be exercised to leave a neat, uniform edge or joint at the excavation limits or sections removed where only portions are to be removed. The Owner will designate the limits to be removed. Wbere pavements, driveways, curbs, gutters, sidewalks, etc., shall be replaced, then said replacements shall be to the standard of the previously removed portion or better. Existing structures such as manholes, inlets, cleanouts, valve boxes, etc. which are not tbe property of a private finn or company, or an individual required to mOve their own property, sbell be adjusted, altered or reset to the required elevation and alignment. New materials and workmanship necessary shall confonn to the requirements of these Specifications covering the particular Work. Salvaged marerials in good condition may be used in rebuilding such structures, provided the materials are thoroughly cleaned before their use. All private obstructions which are indicated on the Plans to be moved, will be removed and replaced, or moved to new pennanent locations by the Contractor, without additional payment to the Contractor. Any such additional item which the Contractor moveS or causes to be moved for his own convenience shall be at his own expense. 34. TOWN OF ADDISON APPROVAL This project is subject to final approval and acceptance by Town of Addison. 35. TRAFFIC CONTROL The Contractor shall be responsible for providing traffic control during the construction of this Project consistent with the provisions set forth in the latest edition of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of Sections 542.202, 544.001 and 544.002 of the Texas Transportation Code. The Contractor will not remove any regulatory sign, instmctional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Town of Addison to remove the sign. In the case of regnlatory signs, the Contractor must replace the pennanent sign with a temporary sign meeting the requirements of the above-referenced manual, and such a temporary sign must be installed prior to the removal of the existing sign. The Contractor shall submit a Traffic Control Plan at least five (5) calendar days prior to commencing work for review and approval by the Town of Addison. 36. CERTIFICATION The Contractor shall submit a manufacturer's certification that the material was manufactured and tested in accordance with the referenced Specifications and a report of test results. The certification shall be submitted prior to material shipment. 37. FINAL ACCEPTANCE OF WORK Final acceptance of the Work is subject to final testing and approval of the Work by the Town of Addison. 38. WORK AREA Contractor shall restrict his construction activity to the project site. 39. CONI'RACTOR'S AFFIDAVIT OF BIlLS PAID The Contractor shall be required to execute the form provided in Section BP prior to the acceptance of the project. 40. PAY ITEMS Pay items provided are intended to be all-inclusive of the work required on this project. Work required by the plans or specifications but not provided with a specific pay item shall be considered incidental to other items of work. Final payment to the construction contractor shall not be made until all Work has been finally completed and verified in accordance with the construction cootract, plans and specifications and have been finally accepted by the Town of Addison. 41. SAMPLES AND TESTS OF MATERIALS Modify the General Provisions, Section GP 5.16, Samples and Tests of Materials. "The Contractor shall designate and pay a recognized testing laboratory to perfurm all concrete design for this project. Such designation shall be subject to the approval of the Owner. Samples of all materials for tests shall be taken by the Contractor's authorized representative at the discretion of the Owner. "All samples and tests shall be performed in accordance with the Standard Specifications for Public Works Construction, North Central Texas Council of Governments (1983) as amended or supplemented:' All concrete mix designs and supporting data shall be submitted to the Owner for approval and accepted at least ten (10) days prior !o placing concrete. 42. CONSTRUCTION STAKING Construction staking will not be provided by the Owner or Engineer. 43. COMPLIANCE WITH GENERAL RULES AND LAWS 36. CERTIFICATION The Contractor shall submit a manufacturers ccrlification that the material was manufactured and tested in accordance with the referenced Specifications and a reporl of test results. The cerlification shall be submitted prior to material shipment. 37, FlNAL ACCBPTANCE OF WORK Final acceptance of the Work is subject to final testing and approval of the Work by the Town of Addison, 38. WORK AREA Contractor shall restrict his construction activity to the project site. 39, CONTRACTOR'S AFFIDAVIT OF BILLS PAID The Contractor shall be required to execute the fonn provided in Section BP prior to the acceptance of the project. 40. PAY ITEMS Pay items provided are intended to be all-inclusive of the work required on this project. Work required by the plans or specifications but not provided with a specific pay item shall be considered incidental to other items of work. Final payment to the construction contractor shall not be made until all Work has been finally completed and verified in accordance accordance with the construction contract, plans and specifications and have been finally accepted by the Town of Addison. 41. SAMPLES AND TESTS OF MATERIALS Modify the General Provisions, Section GP 5.16, Samples and Tests of Matorials. "The Contractor shall designate and pay a recognized testing laboratory to perform all concrete design for this project. Such designation shall be subject to the approval of the Owner. Samples of all materials for tests shall be taken by the Contractor's authorized representative at the discretion of the Owner. "All samples and tests shall be performed in accordance with the Standard Speciflcations for Public Works Construction, NOM Central Texas Council of Governments (1983) as amended or supplemented," All concrete mix designs and supporting data shall be submitted to the Owner for approval and accepted at least ten (10) days prior to placing concrete, 42, CONSTRUcnON STAKING Construction staking will not be provided by the Owner or Engineer. 􀁈􀀻􀁜􀁐􀁭􀁪􀁜􀁬􀁬􀁬􀁬􀁏􀁏􀁏􀁏� �􀁬􀁜􀁳􀁰􀁣􀁾􀁜􀁓􀁐􀀮􀁣􀁉􀁏􀁥􀀠 43. COMPLIANCE WITH GENERAL RULES AND LAWS "Contractor shall familiarize himself with the nature and extent of the specifications, site conditions, traffic and safety requirements, and comply with all federal, state and local laws, ordinances, rules and regulations. Contractor shall detemUne how compliance with requirements, laws, rules, and regulations will affect his cost, progress or performance of the Work." 44. COMPLIANCE WITH lMMIGRATIONLAWS "Contractor shall take all steps necessary to ensure that all of the Contractor's emplOYees are authorized to work in the United States as reouired by the Immigration Reform and Control Act of 1986." 45. RESOLUTION OF DISPlITES The parties hereby covenant and agree that in the event of any controversy, dispute, or claim, of whatever nature arising out of, in connection with or in relation to the interpretation, performance or breach of this agreement, including but not limited to any claims based on contract, tort or statute, before filing a lawsuit, the parties agree to submit the matter to Alternative Dispute Resolution pursuant to the laws of the State of Texas. The parties shall select a third party arbitrator or mediator from the current list of neutrals on file with the Alternative Dispute Resolution Administrator of the Dallas County District Courts. All forms of Alternative Dispute Resolution may be used except binding arbitration. The proceedings shall be conducted in accordance with the laws of the State ofTexas. 46. GENERAL SEQUENCE OF CQNSTRUC!1ON Prior to the start of work. the contractor shall develop a detailed construction schedule and sequence of construction, to he submitted to the Town of Addison for approval, that shall cause minimum interference with traffic along, across and adjacent to the project during construction. If the schedule or sequence becomes unworkable or unsatisfactory as work proceeds, adjustments shall be made. During all phases of construction two lanes of traffic (one in each direction) and access to all side streets and driveways must be maintained at all times unless otherwise authorized in writing by the Town of Addison. Barricades, temporary pavement markings, and channelizing devices confomUng to the cUlTent edition of the Texas M.U.T.C.D. shall be used during all stages of construction to control traffic flow through the work zones. Sidewalks andlor clear passage ways must he provided at all times for pedestrian traffic in the area. Erosion control deviees must be properly installed and maintained during all stages of construction. 47. SPECIAL CONSTRUCTION SEQUENCING Addison Circle Phase II-B is located in an area that hosts several special events throughout the year. These events will continue to he held during the construction and certain provisions must he made to accommodate them. The dates, durations and operating hours of events vary from year to year and it is therefore not possible to specify all restrictions prior to execution of the construction contract. The following information shOUld, however, aid the Contractor in evaluating the impact ofsuch events On his schedule. The major events and SCheduled dates are as follows: a. Taste of Addison: May 20 & 21,2001; b. Addison's Kaboom Town: July 3rd 2001 􀁈􀀺􀁗􀁲􀁴􀀻􀁪􀁜􀀰􀀱􀀳􀁬􀁘􀁏􀁏􀀱􀁾􀁜􀁳􀀡􀀧􀀮􀀮􀁭􀀠 c. Addison's Oktoberfest: Sept. 14-17,2001 d. Run for the Children: Sept. 16, 200 I Most events occur along Addison Circle between Addison Road and Quorum Drive, occupying areas several hundred feet north and south of the roadway. For bidding purposes, the Contractor should assume that no work can occur on the project during an event. At least two weeks prior to a scheduled event the Contractor shall be required to coordinale through Ule Town of Addison's Director of Public Works with the managers of the event and inform them of his planned construction activities during the event. Depending upon the nature and timing of the Contractor's activities with respect to the event's activities, a determination will be made by the Director as to whether construction will be temporarily suspended entirely or in the immediate vicinity of the event. During the event, special effort must be made to secure the construction site and provide for the safety of the public. Though the standard specifications and normal construction practices dictate measures to be employed, during an event, the public will be moving about in a manner that is not typical relative to this type of construction project. 48. CONSTRUCTION STAKING All construction staking shall be done under the supervision of a Registered Professional Land Surveyor registered in the State of Texas. The Contractor shall submit copies of cut sheets and field books for the construction ofall paving, waler, wastewater, and stormwater improvements to the Town of Addison for review prior to construction of the improvements. The information on the cut sheets and field books shall include but not be limited to the following: a. Heading to include date, contract number, project name, surveying firm, contractor, and construction plan sheet number. b. Location, description of streetlline and streetlline name, number, letter, etc. designation. c. Benchmark Data: Location, description, and elevation. d. Slope Or percent of grade of each curb line Or utility line. e. Stations at 100 foot intervals and including all PC, PT, PI, PVC, PVI, PVT, PRC, grade changes, etc. f. Offset description including distance to center line or back of curb and direction of offset; left, right, east, west, etc. g. Cut to subgrade, pavement, top of curb, or flowline of the street or utility being staked. h. Clari/ying remarks such as top of curb, gnller, pavement, subgrade, manhole, 􀁣􀁬􀁥􀁡􀁮􀁯􀁵􀁾􀀠valve, tee, cross, fire hydrant, wastewater lateral. water service, etc. i. Cut sheets shall be signed by a Texas Registered Professional Land Surveyor. 49. GEOTECHNJCAL INFORMATION Geotechnical information such as boring locations and tan & gray limestone profiles as shown on the plans are approximations and were taken from the "Geotechnical Investigations. Proposed Addison Circle, Phase !loB. Addison. Texas", Report No. 0781·1341 dased February 1999 and prepased by Saad M. Hineidi, P.E. of Fugro-McClelland (Southwest). Inc., 2880 Virgo Lane, Dallas, Texas 75229. 214484-830I. A complete copy of this report is bound herein. 50. GRASS REPAIR No separate pay shall be made for repair of damaged grass areas, not indicated on the plans, but such work shall be subsidiary to the various other items bid. 51. IRRIGATION AND SPRINKLER REPAIR The contractor shall maintain all irrigation systems within the limits of the project during the duration of the contract. The contractor is responsible for the repair or replacement of any damage to irrigation lines. valves, controllers, sprinklers, wiring and appurtenances which are damaged during construction. This repair is subsidiary to the various other items bid. 52. :WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions. Certificate of Coverage ("certificate") . A copy of a certificate of insurance, a certificate of authority to self insure issued by the Texas Workers' Compensation Commission (the "TWCC"), or a coverage agreement (TWCC·81, TWCC-82, TWCC-83 or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of Ibe Project -includes the time from the beginning of the work on the project until the Contractor'slperson's work on the project has been completed and accepted by the governmental entity. Persons Providing Services on Ibe Project ("subcontractor" in Section 406.096 of the Texas Labor Cude) -includes all persons or entities performing all Or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers) 􀁯􀁷􀁮􀁥􀁲􀁾􀀠operators, employees of any such entity or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling. or delivering equipment Or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodJbeverage vendors, officc supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on property reporting of classification cudes and payroll amounts and filing of any coverage agreement, which meets the statutory requirements of Texas Labor Code, 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the Owner prior to heing awarded the contract. L D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the Owner, showing that the coverage has been extended. E. The Contractor shall obtain from each person providing services on the project, and provide to the Owner: (1) a certificate of eoverage, prior to that person beginning work on the project, SO that the Owner will have on file certificates of coverage showing coverage for all persons providing services on the project; and, (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; F. The Contractor -shall retain all required certificates of coverage on file for the duration of the project and for one year thereafter. G. The Contractor shall notify the Owner Owner in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the 1WCC, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. The Contractor shall contractually require each person with whom it contracts to provide services on a project to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Cndes 401.011 (44) for all its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the 􀁰􀁲􀁯􀁪􀁥􀁣􀁾􀀠a certifIcate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each person with whom it contracts, and provide to the Contractor; a. a certificate of coverage, prior to the other person beginning work on the project; and, b. a new certificate of coverage showing extension of the coverage period, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. (5) retain at! required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the Owner in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) conlractually require each other person with whom it contracts to perform as required by paragraphs (1) -(7) with the certificate of cover.ge to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or. in the case of a self-insured, with the 1WCC's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the Owner. The following is the form of notice of workers' compensation coverage prescribed by the 1WCC. Pursuant to Section 110.110 (d) (7), this notice must be printed with a title in at least 30-point bold type, and text in at least 19-point nominal type, and shall be in both English and Spanish and any other language common to the worker population. REQUIRED WORKERS' COMPENSATION COVERAGE '''The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. "Call the Texas Workers' Compensation Commission ('IWcq at (512) 440-3789 to receive further information on the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 53. PROJECT TRAILER "The Owner will not provide the Contractor with a storage area or project trailer. The Contractor is responsible for providing his own storage area between the proposed roadway extension and Avis. The Contractor will not be required to provide ajob trailer for meetings, phone conversations and other day to day activities. Meetings can be held at the Town of Addison Service Center. Costs for the storage area shall be included in mobilization. 54. PREYAILING WAGE RATES Wage rates paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as attached hereto. 􀁽􀁦􀀼􀁜􀁐􀁮􀀺􀁉􀁪􀁉􀀰􀀱􀀱􀁯􀀮􀀮􀁭􀁬􀁾􀁜􀁳􀁦􀀧􀀮􀁯􀁫􀀾􀁥􀀠 55. COORDINATION BETWEEN CONTRACTORS There is the potential that three separate public contracts will be awarded with this project. In addition. construction of certain private improvements will be underway simultaneous with the public improvements. The public contractors shall coordinate and sequence their construction with each other and the private contractors through the owner. The award of three separate contracts in no way relieves a single contractor from ensuring thal the total project is coordinated and sequenced to stay on schedule. 56. RESTRICTED WORK HOURS Per the Town of Addison Building Regulations. "It shall be unlawful for a person. firm or corpomtion to excavate. erect. build. construct, alter. repair or demolish any building or structure which has been issued or which is required to be issued a building permit by the Town of Addison between the hours of 7:00 p.m. and 7:00 a.m. Monday through Friday. and between the hours of 7;00 p.m. and 8:00 am. on Saturday and Sunday. if such activity is is performed within a residential. apartment, or townhouse zoned area, or within three hundred (300) feet of an occupied residence. exeept in cases of urgent necessity or in the interest of public safety and convenience. and then only by permit of the city manager." H:\i'ttOMi 1822211.flN'AL\SP Silo \Ytlrk .lId Uilihy (;.",'o"tn•• The. 􀁲􀁯􀁬􀁬􀀢􀀮􀁩􀁮􀁾􀀠􀁷􀁾IfP Jr Co WOlkers cASlged In site AI t:CHl1Iftll'lron beyond tbf rUI rtfbuIWin,t, (,OlU''t''''' ( Iegl : r.OLJ ,In GRAYSOII II.OCIr.n· 􀁄􀁔􀁾􀁕􀁃􀁔􀁕􀁮􀁴􀀮􀀠a.111 fCttl1 m.llWf.l\ 􀀱􀁃􀁉􀁾􀁴􀀮􀁲􀁾􀀬􀀠STRucrUlfC:J 1.S,SOlIE'AV'r AND ItlGWAY 􀁃􀁴􀀩􀁎􀀨􀁩􀀮􀁔􀁑􀁭􀁾􀁮􀁯.. M\N£(:Tl1 Itf 'YJCHT'tA (!'tUllfTf om.Y. ronn 􀁌􀁉􀁕􀁅􀁮􀀭􀀢􀁾􀁶􀁉􀁈􀀨􀁊􀀠" tunn 1..911 roPt! 􀁓􀀦􀁔􀀧􀁴􀀧􀀢􀀦􀀢􀀢􀀧􀀮􀁾􀁖􀁉􀁉􀁉􀁇􀀠, C:UJtD •. 685'nClUWA,Y CONSnIUC':Tro., Pffo.:rlC1'S onLY l'Oft Rllu"rH1UU' C6utfTI£:!I lntm :c.!:M'Ui IIU.,r.h rhVttllI tRl\III.l:R IIOUIITEO 􀀧􀁏􀁉􀁊􀁬􀁉􀁩􀁜􀁁􀀧􀁬􀀧􀁲� �􀁾􀀠cnt( td. Q"r.IIM'O\( 1 hlle!t( tlflllHTr;lt rOUItOATI011 "RILl. OPlIIJ\TOll ..) . II.tLPBR-1"MUCIC/L>JIAWl.£R 'Ro".r r.HO InADlst a •12: • C.Y, I: I.f.,:! 􀁲􀁒􀁏􀀢􀁾􀀠HNn LoAnER OYklt 􀁾􀀠􀁬􀀯􀁾􀀠c.r. HOIST -bOUBLE bnun JII1LL1UO KAt"l"!: Ol'r.IQUtR K'X&R IOYeR IOYeR 16 C.F.J HIXEM lG c.r. 􀁾􀀠􀁴􀁾􀀸􀁓􀁴􀀠KIXtR -􀁥􀁏􀁾􀁒􀁴􀁔􀁚􀀠PAVINa tto1"On CIlAOIJ\ OJlIUitATOR. rl/tZ QllAon HOTOR GIU\OB OPCIUlTOI! P/Wr.HP.H't HJ\utcll'tG ,IACIIIMP. HCt.t.t.R. S1''EEl.o WU£IU.. Pt;'tfT-HlI 1'l\VEttEHfS RDLL:t:R" 􀁓􀀧􀁬􀀧􀁲􀁾􀁌􀀠wn:U.L OlliE. 􀁲􀁴􀀺􀁁􀁔􀁗􀁊􀁬􀁆􀀮􀁆􀀮􀀧􀁾􀀠OR TM1"'tJff; llm:U:I:t" PH£1ltt1\1'!C, SF.,.r"'l'lUJP"J.I.r:D SCHAJlF."-l7 C.Y. , LElj$ 􀁓􀁃􀁒􀁁􀁲􀁾􀀮􀀭􀁏􀁙􀂣􀁒􀀠11 􀁃􀁾􀁙􀀮􀀠Sto£ BOOM TnACTOR-CflAv....:n TYpr. tSO ltV " Less 'tlU\.(·TOP.-CIIA"I.J:P Tn!: OVEK l.SO tiP TlUI.C1Dp-r"EUKATIC fI1l.VT.LINQ "lXell) TRW!:II;"" "AClIlIIr.-I.IGIIT 􀀢􀀧􀁾􀀢􀀧􀀰􀀰􀀴􀀧􀁴􀀠• 􀀮􀁾􀀠.. '. II .1nl 9.16.(1 1.U) '.4S1 , .'('100 '.041 1.)50 1.8'15 ,.z"Jtn ,. 􀀷􀁾􀁏􀀠',ono 9.000 9.513 lO.i5l1 ; '.$00 11.00. 10 .OtJll U.l lott I.ua t.lll ".Ut t.U? ',SSO"ona 'f.,l)"f;S,fto' .... .. 􀀱􀀰􀁾􀁨􀁃􀀠 , ••􀁾􀁴􀁬􀀠 6 ••(1a I.U' 7.'61 1,.OJ •. llI 8.10' 1.11)1 8.4140 •.C·" 1.1)$ 1.61$ '.UI J 1'RP.'IlC I(tUG )(ACII HI£-11t::.WY reST nnt.E DIU LLf'::ft ort.AA'l'on WAGOH··I\ut 􀁴􀁾􀁌􀀮􀀠IIOlll"tl f(ACntJfE 􀁾􀁅􀁬􀁴􀁦􀁲􀁯􀁾􀁣􀁬􀁴􀁦􀁇􀀠U'r:r .•. Sf,1"fCP. I'l\vnr.: flE:!1U·ORC.lJlG Sl"&kl. SETTEk STnue-ttJftES 'SfuttFonCUfAJ !''Tr:t"L SET'n':" HtLPtH S'l'.f.lit, WORKr.lt-st'RUf'TURAL s lau I:Rf:CToll SIGN rllBCrOR 􀁉􀁴􀂣􀁌􀁾􀀧􀁍􀀮􀀠$t:'R EAut:'tt DOlt Or&MTOJt W.l'UICl\OI': sI;nvICER 7.0101£ tIOttK tcOUWtI!n. SJGN JuwrM.tCR 􀁲􀁾􀁍􀁁􀁴􀁦􀁕􀁦􀁔􀀠GltliutlO 'rilOCK 􀁵􀀩􀁕􀁖􀁴􀀺􀀺􀁒􀀭􀁳􀁮􀁉􀁃􀁈􀀮􀁾􀀠'dO.r. 1.1C1l1" fRocK HutV):R...s 􀁮􀁬􀁲􀁾􀀨􀀮􀁅􀀠A.I'Lt IIcAVY 􀀢􀁬􀀧􀀱􀁾􀀧􀁊􀁃􀀱􀁻􀀠I1RJVt:It··TA.,fl.,'" ",xt.r. stIlt TItAII,·" 1'"Uck 􀁢􀁮􀁲􀁶􀁴􀀺􀁒􀁾l.ntIlJoYIrJ»1I.1' 'uller. orUVl:ll-TlfMISI't tUX TftU.: t¢ fI'I.1Y Eft -WltlCU V H\,JII.',(I!' OI'r.PA'ton WIJ(ltn WIlI.I)!;)! I1tl.1·t.1t ....... __ .. __ .... _ ..... __.... __ ..___ 􀁾􀀠._... __._ ..... _ .... -......-------􀁾􀀧􀀢􀀧􀁾􀀠..,'" -...._-... _.................._.. -􀁾􀀠12.,;98 9:.000 9:.000 7.'18 1). 548 8.665 12 , 060t' • .(·Ut It.HIS 6 .. '01 6.946 6."02 £.402 7. "'! 6.0&' 1. t0,'!'\013C)(XXU\speC$\AMEr, 'DMTS.COG.doc the CONTRACTOR and CONTRACTOR's engineer. These drawings must meet accepted engineering requiremenrs and standards as well as all applicable OSHA standards and regulations. (4) Inspection: (A) OWNER: Ifquestions arise concerning interpretation of subsurface conditions, test excavations may be performed to familiarize the CONTRACTOR andlor his representative with soil types and stratification. (B) Contractor: (I) The CONTRACTOR is responsible for familiarizing on-site personnel with soil conditions shown so that changed conditions can be identified. (2) The designated on-site safety person (as identified in Section 3.02B) must perform daily inspections of the trench faces and bottom andlor any structural systems utilized for supporting the trench walls prior to personnel entering into the excavation. (3) Any variations in soil or groundwater conditions must be reported verbally immediately to the OWNER and in writing within three (3) working days. The OWNER Or his representative will review the conditions with the CONTRACTOR for the purpose of evaluating changed conditions with respect to contract. (5) Trench Excavation Requirements: (A) Prior to Trench Excavation: Known underground installations are shown on the plans. It is the CONTRACTOR's responsibility to verify locations in the field. (B) During Excavation (1) During excavation, the exact location of existing underground installations shall be determined by the CONTRACTOR and when uncovered, proper precautions and supports provided so as not to interrupt existing service. (2) Before any individual enters the bottom of the trench excavation, the trench will be inspected by the CONTRACTOR's on-site safety person as identified in Section 3.02B. to assure that trench excavation has been performed according to the design standard and OSHA Regulations and that no anomalies are observed that may affect the safety of the trench or project. (3) Adequate inspections of excavation shall be made and an inspection log prepared by the CONTRACTOR's designated safety person as identified in Section 3.02B. If there is evidence of soil movement H;\Proj\0130Cl001\speu\AMENDMTS,CQO,doc (4) (5) (6) (7) (8) (9) (l0) (11) (12) creating the possibility of cave-ins or slides, all work in the excavation shall cease until the necessary precautions have been taken to assure the safety of the trench. Inspection of shoring. bracing. underpinning or other trench shoring systems shall include checking all shim plates. braces and stringers for tightness. Excavations shall be inspected by the CONTRACfOR's designated safety person after every rainstonn Or other hazard-increasing occurrence to assure the safety of the rrench. Protection against slides and cave-ins shall be increased as necessary to protect against changed conditions. Excavated material shall be stockpiled a distance away from the rrench so as not to affect the trench stability. The CONTRACTOR's registered professional engineer shall determine the allowable surcharge. As a minimum to protect workers from falling debris. the toe of the stockpiled soil shall not be closer than five (5) feet to the top of the excavation. All precautions must must be made to prevent surface water from entering the rrench excavation. Adequate drainage must be provided in the area adjacent to the excavation. Operation of heavy equipment adjacent to the edge of the trench excavation may cause instability. The CONTRACTOR is responsible for the means and methods of excavation. and therefore, for loads imposed on the trench excavation and for shoring design to contain imposed live loads or surcharge. When mobile equipment is utilized or allowed adjacent to excavations. substantial stop logs or barricades shall be installed. If possible, the grade shall be away from the excavation. The CONTRACfOR must take precautions to protect the face of the excavation from exposure to excessive drying, water. or freezing when excavations are to remain open for more than two (2) calendar weeks. Materials used for sheeting, sheet piling, cribbing, bracing, shoring, and underpinning shall be in good serviceable condition and of adequate dimensions. Timbers shall be sound and free of large or loose knots. When installing a support system, shoring will be applied by starting from the top of the rrench excavation and working down. All cross beams Or trench jacks will be placed in true horizontal positions. If shoring is utilized in trench excavations, installation will closely follow the excavation work. Trenches will not be left unsupported for a period longer than two (2) calendar days. }t\Proj\O{:'5('J(XXl]\specs\AMENDMTS.COG.doc (13) When employees are required to be in trenches four (4) feet deep or more, an adequate means of exit such as a ladder or steps, shall be provided and located so as to require no more than 2.5 feet of lateral traveL (14) Adequate physical barrier protection, such as guardrails, fences, or barricades shall be provided at all locations where animal or human life may inadvertently enter the trench excavation. In addition, warning lights shall be maintained from sunset to sunrise to further provide protection from the dangers of the open trench. (15) Walkways or bridges with guardrails shall be provided where people or equipment are required or permitted to cross over trench excavations. (6) Special Considerations: (A) Precautions shall be taken by decreasing the slope or increased shoring of the sides of trench excavations adjacent to a previously backfilled excavation or fill area. This includes areas where the separation between the fill and the excavation is less than the depth of the excavation. (B) Ifgroundwater is encountered, it shalt be adequately controlled to a point such that no water seepage occurs on the excavation slopes or bottom. The use of tight sheeting. pumping, drainage or similar control measures shall be planned and directed by the CON1RACTOR. Consideration shall be given by the CON1RACTOR to the existing moisture balances in surrounding soils and the effects On foundations and structures if it is disturbed. (C) In rock excavations, the face and slope of the excavation shall be inspected by the CON1RACTOR's safety person for jOints and seams or other discontinuities that may cause block failures. Vertical slopes (90°), without bracing or use of a trench box, will not be allowed in any rock material except as shown. (1) Defmitions: Reference: OSHA Safety and Health Regulations, Part 1926, Subpart P, Paragraph 1926.653.) "Braces" -The horizontal members of the shoring system whose ends bear against the uprights or stringers, "Changed conditions" -Where soil conditions such as moisture content, groundwater, development of desiccation cracks or joints, or soil stratigraphy change from those originally designated in the boring logs or following initial excavation. "Dewatering System" -A mechanical system which artificially lowers the static groundwater to a level which prevents groundwater seepage into the excavation. These H:\ProJIDJ3CQOOI\specs\AMENDMTS.COO. doc include well·points, sumps, pumping wells, or cut-off walls. "Groundwater" -Water that is present in the soil in sufficient quantities that it will flow and collect at a point. This includes a natural aquifer water level or a perched groundwater on top of an impervious layer. "Lagging" -Horizontal boards supported by the flanges of two H-piles that are used to separate the natural soil from the excavation. "Rock" -A mass of soil particles that cannot be excavated by hand. This includes any weathered rock that contains soil seams. Shale is to be considered a rock material. "Running Soil" • Soils that possess a fluid behavior generally brought about by excess moisture or imbalanced hydrostatic (water) conditions. "Sheet Pile"· A pile or sheeting that may form one of a continuous interlocking line, or a row of timber, concrete, or steel pile, driven in close contact to provide a tight wall to resist the lateral pressure of water, adjacent earth or other materials. "Sides" -Also referred to as "Walls" or "Faces". The vertical or inclined earth surfaces formed as a result ofexcavation work. "Slope" • The angle with the horizontal at which a particular earth material will stand indelmitely without movement. "Stringers" -Also referred to as "Wales". The hOrizontal members of a shoring system whose sides bear against the uprights or earth. "Trench" -An Excavation made below the surface of the ground whereby the depth is greater than the width, but the width is less than 15 feet. A trench may consist of the void between unsupported earth and the wall of a structure if the waH is within 15 feet of the unsupported earth. "Trench Shield" -A shoring system composed of steel plates and bracing, welded or bolted together, which support the walls of a trench from the ground level to the trench bottom and which can be moved along the trench bottom as worle progresses. "Uprights" -Vertical members of a shoring system. 1.26·INSURANCE: Add the following new paragraph: "ITEM 1.26.6-0WNER DEFINED: For purposes of this Item 1.26 'Owner'shall mean and include the Town of Addison, Texas, Post Properties, Inc., and Gaylord Properties, Inc." 1.27-MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES, 1.27.4-SPECIAL WARRANTY: Change the word "one" in the first sentence to the word "two". 1.48·CLAlMS AGAINST OWNER AND ACTION TIIEREON: Amend the first line of the section to read as follows: "No claim against the Owner (including the Town of Addison, Texas) under the contract or for breach of H:\Pmj\OlJOIXXil\spec:s\AMENDMTS.COG.doc the ... " The remainder of the section remains unchanged. 1.49·0WNER'S OFFICERS, EMPLOYEES OR AGENTS, 1.49.I-CLAIM AGAINST OFFICERS, EMPLOYEES OR AGENT OF TIlE OWNER: Delete the paragraph comprising the section and replace with the following: "No claim whatsoever shall be made by the Contractor against any officer, employee or agent of the Owner (including the Town of Addison, Texas) for, or on account of, anything done or omitted to be done in connection with this contract." l.51-MONTHLY ESTIMATE, PARTIAL PAYMENTS, RETAINAGE, FINAL INSPECTION, ACCEPTANCE AND FINAL PAYMENT, 1.5 J.4-FINAL PAYMENT: Delete the second paragraph and replace with the following: "The acceptance of the Contractor of the final payment as aforesaid shall operate as and shall be a release to the Owner (including the Town of Addison, Texas, its' officers, employees and agents) from all claims or liabilities under the contract, inclUding all subcontractor claims, for anything done or furnished or relating to the work under the contract or for any act or neglect of said Owner relating to or connected with the contract." 2.2 PORTLAND CEMENT CONCRETE AND RELATED MATERIALS 2.2.10 Replace this entire section with the following: (a) Description of Work: This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in pavements. (b) Products: (I) loint Sealers: The sealant shall have a minimum of 75 percent extensibility at a temperature range of minus 50 degrees F. to 200 degrees F. The sealants shall be Dow Coming 888 or Dow Coming 890-SL silicone highway joint sealant as manufactured by Dow Coming Corp., Midland, Michigan 48647. Before installation of either of these materials, the Contractor must supply certification by an independent testing laboratory that the material meets the requirements of Table I. (2) The backer rod shall he a joint filler stop of closed cell polyethylene foam of sufficient size to provide a tight seal, The backer rod shall be sized such that when installed in a saw cut joint it shall prevent the sealant from flowing to the bottom. The backer rod shall he compatible with the joint sealant to act as a bond breaker, and sized according to the 􀁭􀁡􀁮􀁵􀁦􀁡􀁣􀁴􀁵􀁲􀁥􀁲􀁾􀀠recommendations. A bond breaking polyethylene tape will be required on top of all expansion joint fillers, cork or redwood to prevent the sealer from bonding to the expansion joint filler. The H:\ProJICI130c00I\specs\AMENDMTS.COG,doc tape shall be of sufficient width to completely cover the expansion joint filler. The tape shall be compatible with the joint sealant to act as a bond breaker and installed per the manufacturer's recommendations. (3) Expansion joint filler shall be either cork meeting the requirements of AASHTO M153, Type II or redwood boards meeting the requirements of NCfCOG. The filler for each joint shall be furnished in a single piece for full depth and width required for joint, unless otherwise specified by the City. When tbe use of more than one piece is authorized for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the City. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturers original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. (c) Execution (I) Time of Application: The joints shall be sealed immediately following the curing period of the concrete, weather permitting, and prior to opening to traffic. During application of joint sealant, the weather shall not be rainy or foggy and the temperature shall be above 40 degrees F. (2) Equipment: Equipment necessary for construction of this work shall be in first-class working condition and approved by the City prior to beginning work. The equipment shall be as recommended by the joint sealant manufacturer. The joint sealant equipment shall consist of power-driven apparatus capable of extruding the material at a continuous feed. The extruding nozzle tip of the machine shall be designed to fill the joint uniformly. The equipment for cleaning jOint openings shall consist of plows, powered brooms or wire brushes, air compressors, and joint cleaning and grooving machines necessary to produce a clean and dry joint. H;\ProJ\O13Cl(O13Cl(l(X)1 \spet;S\AMENDMTS.COG.doe TABLE I -SIT.lCONE SPECIFICATIONS Material Test Method As Supplied MIL-S-8802 MIL-S-8802 MlL-S-8802 ASTMD 1475 Upon Complete Cure ASTMD2240 ASTM D 412, Die C ASTMD412 ASTMD35832 (Modified) Perfonnance ASTMC719 ASTM C 793-75 Flow, maximum, inches Extrusion Rate, grams per minute Tack-Free Time, minutes Specific Gravity Durometerl, Shore A Modulus, at 150% elongationl, psi maximum Elongation', % minimum Adhesion to Concrete', minimum % elongation Movement, 10 cycles @+1001-50% Accelerated Weathering, at 5,000 hours Requirement 0.2 90 to 250 35 to 75 1.450 to 1.515 15 to 25 45 1200 500 No Failure No Cracks, Blisters Or Bond Loss 'Sample cured 7 days at 25° +1-I" C(77°+1-2"F) and 50 +1-5% relative humidity. Proper joint design and proper joint preparation are necessary for maximum performance. 2Joint design Uses 112 inch X 112 􀁩􀁾􀁣􀁨􀀠x 2 inch configuration. H:\Proj\0130C0ll\ 10 disturbed acres, a sediment basin with a volume of 3,600 cubic feet per acre drained, or equivalent control measures, shall be provided until final stabilization of the site. Where a basin is not attainable, smaller basins andlor sediment !raps should be used. At a minimum, silt fences or equivalent sediment controls are required for all sideslope and downslope boundaries of the construction area. These minimum controls shan also apply to drainage locations serving < 10 acres unless a sediment basin with a slorage volume of 3,600 cubic feel per acre drained is provided. Stabilization Measures: Stabilization practices may include temporary seeding, permanent seeding, mUlching, geoleKnles, sad stabilization, vegetative buffer strips, protection of trees, preservation of mature vegetation. and other appropriate measures. Stabilization measures will be initiated as soon as practicable where construction activities have temporarily or permanently ceased. The measures will be initiated no more than 14 days after activity has temporarily or permanently ceased except where construction activity will resume on that portion of the site within 21 days or initiation of stabilization measures is precluded by snow or seasonal arid conditions. Arid conditions may occur in areas where the average rainfall is less than 20 inches. Storm Water Management: Practices include weI ponds, retention structures, flow attenuation using vegetated swales and natural depressions, infiltration and sequential systems using one Or more of these practices. APPENDIX This appendix contains: • Inspection forms and reports • Notice ofIn!en! Forms (copies) • Certification of Contractors (forms) • Notice of Termination Forms (copies) • Record of major soil disturbing activities • Record of RevisionsIModifications Storm Waler Pollution Prevention Plan CONTRACTOR CERTIFICATION Constmction Site: MORRIS AVENUE EXTENSION Addison, Texas 75001 Latitude: 32°5700": Longitude: 96°5000" (As identified in the Storm Water Pollution Prevention Plan and NO/,) The Stonn Water Pollution Prevention Plan (SWPPP) for the referenced project identifies each pollution prevention measure and the contractor(s) responsible for the implementation and maintenance of the measure. All contractors and subcontractors shall be identified in the SWPPP and must sign a copy of the certificalion slatement given below before conducting any professional service at the site identified in the SWPPP. Contractor information: (Name, address, telephone no.) Description of responsibilities: "I certify under penalty of law that I understand the lerms and condilinns of the general National Pollutant Discharge Elimination System (NPDES) permil thai authorizes the storm waler discharges associated with induslrial activity from the conslruction site identified as part of this certification." Controctor's Signature Date Name of Prime Contractor: (if applicable) This certification is to be filed in the Storm Water Pollution Prevention Plan. Do not submit to EPA. Storm Water Pollution Prevention Plan CONTRACTOR CERTIFICATION ConslrUction Site: MORRIS AVENUE EXTENSION Addison. Texas 75001 Longiwde: 96°50'00" (As identified in the Storm Waler Pol/ution Prevention Pian and NOI.) The Storm Water Pollution Prevention Plan (SWPPP) for the referenced project identifies each pollution prevention measure and !he contractor(s) responsible for !he implementation and mainrenance of the measure. All contractors and subcontractors shall be identified in the SWPPP and must sign a copy of the certification statement given below before conducting any professional service at the site identified in the SWPPP. Contractor infonnation: (Name, address, lelephone no.) Description of responsibilities: "I certify under penalty of law that I understand tbe tentlS and conditions of tile general National Pollutant Discbarge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification." 􀁃􀁯􀁮􀁴􀀬􀁡􀁣􀁴􀁯􀁲􀁾􀀠Signature Date Name of Prime Contractor: (if applicable) 'This certification is to be filed in the Storm Water Pollution Prevention Plan. Do not submit 10 EPA. H;\Proj\01300001\specslSwppi.doc Storm Water Pollution Prevention Plan CONTRACTOR CERTIFICATION Construction Site: MORRIS AVENUE EXTENSION Addison, Texas 75001 Latitude: 32°5700" Longitude: 96°5000" (As identified in the Storm Water Pollution Prevention Plan and NO!.) The Storm Water Pollution Prevention Plan (SwPPP) for the referenced project identifies each pollution prevention measure and the contractor(s) responsible for the implementation and maintenance of the measure. All contractors and subcontractors shall be identified in the SWPPP and must sign a copy of the certification statement given below before conducting any professional service at the site identified in the SWPPP. Contractor information: (Name, address, telephone no.) Description of responsibilities: "I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification." Contractor's Signature Date Name of Prime Contractor: (if applicable) This certification is to he filed in the Storm Water Pollution Prevention Plan. Do not submitto EPA. EROSION CONTROL & POLLUTION PREVENTION INSPECTION REPORT Project: MORRIS AVENUE EXTENSION Huitt-Zollars Project No.: -'0"""'-1"'8""22"'-""50"-_______ Date: _________ Time: _______________ mn/pm Has rainfall occurred since the last inspection? _ Yes _ No; If yes, Volume =___inches This inspection indicates compliance or noncompliance with the Storm Water Ponutlon Prevention Plan for this project and identifies evidence of Or the potential for pollutants entering the drainage system or waters of the United States. Inspection is to be made of disturbed areas, storage areas, discharge Joeations, erosion & sediment control measures, and points of entrance and exit to the site. Is this project in compliance with the SWPPP? ___ Yes ___ No If No, has a copy of this report been given to the Contractor requesting corrective actions? __ Yes __ No Summary oflnspection: (Include observations of any evidence of non-compliance or of pollutant sources not identified in the plan. Attach additional sheet, if necessary.) Summary ofCorr.Clive Actions Requested: (Attach additional sheets if necessary.) Will the results of this inspection require modification of the SWPPP? Yes No [nspector's Signature Date H:\Pmj\Ot3{xxx)J\specs\swppj,doc Project: MORRIS AVENUE EXTENSION 􀁄􀁡􀁾􀀺􀀠__________________________________________ Page of_ Initials _____ INSPECTION REPORT Erosion Control -Pollution Prevention Erosion Control Measures: General comments: pollutant sources not identified in the plan: evidence of non-compliance: H:\Proj'll.H ]!'XXXH\sptcs\SwppLdoc Project: MORRIS AVENUE EXTENSION Date: ______________________ Page_of_ Initials ____ INSPECTION REPORT Erosion Control -Pollution Prevention Erosion Control Measures: General comments; pollutant sources not identified in the plan; evidence of non-comptiance: Storm Water Pollution Prevention Plan Record ofRevisionsIModifications Date Plan Date Drawings Rev Revision No. Section(s) affected Modified Implemented modified? ];>y Stonn Water PoUution Prevention Plan Record of Major Soil Disturbing Activities Date: Activity: H:\PtoJ\013iXXlOl \specs\Swppi,d(.')oC Vill. BRICK PAVER INSTAILATIONS IN VEHICULAR AREA BRICK PAVER INSTALLA nON IN VEHICULAR AREAS PART I -GENERAL 1.01 Conformity Confonn to the requirements of the general conditions of the contract. 1.02 Work Included I. Supply and place bituminous setting bed. 2. Supply and install brick pavers in quality, shape, thickness and color as specified. 3. Supply and place all accessory items as required by the contract. 1.03 Product Handling Brick pavers shall be delivered and unloaded at jobsite on pallets and bound in such a manner that no damage occurs to the product during handling, hauling and unloading. 1.04 Project Conditions Environmental requirements: Ambient and surface temperatures: Minimum 35 degrees F for minimum 48 hours prior to and during construction. 1. Area to receive bituminous base must be dry. PART 2 -MATERIALS 2.01 Asphalt adhesive will consist of 2 percent neoprene (grade WM), oxidized asphalt 80 penetration. 2.02 Joint and filler to be pigmented Portland Cement (ASTM C-50). Sand to confonn to ASTM C33. 2.03 Mixes: a. Bituminous Setting Bed: The fine aggregate to be used in the bituminous setting bed shall be clean, hard sand with durable particles and free from adherent coatings, lumps ofclay, alkali salts and organic matter. It shall be uniformly graded from "coarse" to "fine" and all passing the number 4 sieve and meet the gradation requirements when tested in accordance with the standard method of test for sieve or screen analysis for fine and course aggregates ASTM Designation C-36. The dried fine aggregate shall be combined with hot asphalt and cement, and the mix shaD be heated to approximately 300 degrees F at an asphalt plant. The proportion of materials shall be seven (7) percent cement and ninety three (93) percent fine aggregate, Each ton shall be apportioned by weight in the approximate ratio, 45 pounds (Ibs.) asphalt to 855 pounds (lbs.) sand. b. Neoprene: Modified Asphalt Adhesive: Consist of two (2) percent neoprene (grade WM) oxidized asphalt with a 55 degree softening point. (80 penetration) and ten (10) percent long fibers. Solids (Base) 75+% Lbs/Gal 8 -8.5Ibs. Solvents Varsol (over 100 F flash) Base (2% neoprene, 0% fibers, 88% asphalt). Melting Point ASTM D-36 -22 f Min. Penetration 77 F 100 gram load 5 second (.lmm) 23-27 Ductility ASTM D-3-44 @25 5 ems/per minute -.125 em minimum PART 3 -EXECUTION 3.0I Examine surfaces to receive Bituminous setting bed to assure that: a. Surfaces are free from structural defects. b. Elevation is such that when setting bed and brick paver are placed, the top surface of the pavers will be the required finished grade. c. Paver surface shall be completed to established elevations without ridges, voids, or other obstructions that would interfere with installation of brick pavers or asphalt. 3.02 Edge Restraint: a. Vehicular Paver: Pavers in vehicular areas will be restrained in all directions by the depression in street pavement provided by the paving contractor per details on plans, requiring no special work when pavers are installed. b. Check all restraint systems for proper location and elevation per plans and specifications. 3.03 Preparation: a. Prime concrete slab with rapid curing cut back asphalt (m-81), at a rate of.l gal/square yard. 3.04 Application: a. To install the setting bed over the base, place 3/4 inch deep control bars directly over the base. If grades must be adjusted, set wood chocks under depth control bars to proper grade. Set two bars parallel to other, approximately eleven (11) feet apart to serve as guides for the striking board (2 foot long, 2 inch by 6 inch board). The depth control bars must be set carefully, to bring the pavers, when laid, to proper grade. Place some bituminous bed between the parallel depth control bars. Pull this bed with the striking board over these bars several times. After each passage, low porous spots must be showered with fresh bituminous material to produce smooth, firm and even setting bed, As soon as this initial panel is completed, advance the first bar to the next position in readiness for striking the next panel. Carefully fill any depressions that remain after removing the depth control bars and wood chocks. The setting bed shall be rolled while hot with a power roller to nominal depth of 3/4 inch for vehicular areas. The elevation will be adjusted so that when the brick pavers are placed, the top surface of the pavers will be required finished grade. b. A coating of two (2) percent neoprene -modified asphalt adhesive shall be applied by mopping or squeezing or toweling over the top surface of the bituminous setting bed so as to provide a bond under the pavers. If it is troweled, the trowel shall be serrated with serrations not to exceed one-sixteenth (1116) of an inch. c, Installation of brick pavers shall begin when the modified asphalt adhesive is dry to the touch, carefully place pavers by hand in straight courses with hand tight joints and uniform top surface. Good alignment must be kept, and the pattern shall be that shown ont he drawings. d If additional leveling of the pavers is required, and before sweeping in joint filler, roll with a power roller after sufficient hear has built up in the surface of the brick from several days of hot weather. e. loint Treatment: Hand tight joints (shall read from 0 inch to maximum 114 inch), Sweep a dry mixture of one part colored portland cement to match color of brick pavers and . three partS sand until joints are completely filled. Fog lightly lightly with water. Cement stains that remain shall be cleaned with a 10 percent solution of muratic acid or monar cleaner. 3.05 Protection a. Newly laid pavers must be protected at all times by panels of plywood on which the installer stands. These panels of plywood can be advanced as work progresses. However, the plywood protection must be kept in areas which will be subjected to continued movements of materials and equipment. These precautions must be taken in ortler to avoid depressions and protect paver alignment. ***END OF SECTION'" 􀁾􀁴Designation; C.1272 -94 Standard Specification for Heavy Vehicular Paving Brick1 J 1. Scope 1.1 Tbis specification covers brick intended for use lIS a paving material in areas with a high volume of heavy vehicular traffic. The units are designed for use in suc:h places lIS streets, commercial driveways, and ain:raft IUiwa)'$. These units are not intended for applicatinns covered by Specifications C 410 or C 901. J.2 Units are manufactured from day. sbaIe, or similar naturally occurring earthy substances and subjected to a heat treatment at elevated temperatures (firing). The heat treat· 'ment must develop sufficient futd bond between the partic· ulate constituents to provide the strength and durability requirements of this specification (see firing, futd bond, and incipient fusion in Terminology C 43). 1.3 Brick may be shaped during manufacture by ex· truding, molding, or pressing. Brick may have spacing Jugs, chamfered edges, or both. . 1.4 The values stated in inch·pound units are to be regarded as the standard. The values given in parentheses are for information only. Z. Referenced Documents 2.1 ASTM Standards: , /' C 43 Terminology of Structural Clay Products2," ,. C 67 Test Methods for Sampling and Testing Brick and Structural Oay Tile" • C 88 Test Method for Soundness of AggregateS by Use of Sodium Sulfate or Magnesium Sulfate" C 410 Specification for Industrial Floor Brick' C 418 Test Method for Abrasion Resistance of Cnnciete by Sandblastingl C 902 Specification for Pedestrian and Ught Traffic Paving Brick2 ' E 303 Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester' 3. Terminology 3.1 De[mitions-Terms used in this specification are defined in Terminology C 43•. 4. Classification 4.1 l)pes-Heavy vehicular paving brick are classified by type according to their intended installation: 1 This specification iJ under the jurisdiC'don of ASTM Committee c.. u OQ ManufacturW Masonry Units and is the direet n::q::IOnsibility of Subcommittee CIS,02 "" Cloy Bock and SIM:IIIT.Il Cloy 􀁲􀁤􀁾􀀠CumnI edition IPP:ravcd June 13, 1994. PublisMd Auput 􀁩􀁾􀀮􀀠:z AnnUDi Book of􀀮􀀬􀁦􀀤􀁔􀀮􀁾􀀱􀀠SIlU1dardJ. Vol 04.05. 1 ,in"uaJ Book. 0/Ast.\{ Standards, Vol 04.02. • Ann"'" &cJ.; ofAsrM Standards. Vol 04,03, 4.1.1 Type R-Brick intended to be set in a mortar setting bed supported by an adequate con= base; or an asphalt setting bed supported by an adequate asphalt or concrete base. 4.1.2 Type F-Brick intended to be set in a sand setting bed, with sand joints, and supported by an adequate base, 4.2 Applications-Heavy vehicular paving brick are classified by application according to their dimensional toler· ances, distortion, and extenl of chips. 4.2.1 App/icotion PS-Pavrn intended for general use. 4.2,2 AIJplicotion PX-Pavrn intended for use where dimensional tolerances, warpage, and chippage are limited. 4.2.3 Application PA-PavetS intended to produce char. acteristic architectural effects resulting from non uniformity in size, color, and texture. ' S. Physical RequiremelltS 5.1 DurabiliJy-The brick shall confonn to the physical requirements for the type spocified lIS prescribed in Table I. 5.1.1 Frening and Thawing Alternate-The cold water absorption requirements specified in 5.1 shall not be re· quired provided a sample of five brick, meeting all other requirements, passes the 50 cycle fn:ering-and.thawing teSt in Test Methods C 67 with not greater than 0.5 % loss in dry 􀁷􀁾􀁧􀁨􀁴􀀠of any individual unit. NOtt I-The provisions ofS,U ."""etiDed only .san alu:ro.ative "'hen the sample does Dot conform to the requiromenl$ for c:oId 􀁷􀁡􀁾􀀠absorption pn::o<;nbcd in Table L 5.1.2 Su/fote Sowuiness Test Alternate-The cold water absorption requirements specified in 5.1 shall not be required if a representative sample of five brick survives 15 cycles of the sulfate soundness test in accordance with Sections 4, 5, and 8 of Test Method C 88 with no visible damage. NOTE 2-The sulfate SOUIldness test is an optional substitute test for the frcczjng.and.thawing test 􀀨􀁬􀀬􀁬􀀮􀁬􀁾􀀠5.2 Per/omumce-If information on the performance over time of similar units in a similar application with similar exposure and traffic is furnished by the manufacturer or the manufactW'er's agent and is found a::ccptable to the specifier ofthe pavement material or the specifier's agent, the physical requirements in 5.1 or the size reql!irements in 7.2 shall not be required, -. 5.3 Abrasion Resistance-Each individual brick teSted shall meet the requirements of either the Abrasion Index column or the Volume Abrasion Loss column of Table 2. 5.3.1 Abrasion Index-The abrasion inLla is calculated from the cold absorption in pen:cnt and the compressive strength in pounds per square inch a.s follows: 817 It C 1272 TABU 1 􀁰􀁾Requi_ Mnm!.m ecm..-.. strengU!. _ ...... ""(MPa•• A'9. a/5 _ IndMduaI A'9. 0/5 Brid< __ "'9.0/5 Brid< __ R 8000 (55.z) 7000 (48..3) 1 200 (8..3) 1 OQO (6.9) 6 7 ____􀁾􀁆________􀁾􀀱􀀰􀁾􀀰􀀰􀀰􀁾􀀨􀁾􀁾􀀽􀀮􀀰􀁾􀀩__􀁾􀀸􀁾􀀸􀀰􀀰􀁾􀀨􀁾􀁾􀀽􀀮􀁮􀁾_______􀀧􀁾􀀸􀀰􀀰􀁾􀀨􀁾􀁉􀁏􀁾􀀧􀁾􀀭􀀭􀁾6 _____􀁬􀁖􀁾􀀵􀁾􀁾􀁾__________________􀁾􀀷􀀠Typo RIIIldF 0.11 1.7 b • .nd 1()() X absorption a ras20n. 1 ex 'X compressive strength 5.3.1.1 The compressive strength sbaIl be determined on balf-brick, which 3Ie the full height (no less than 2 'I. in. (57 mm» and width of the unit, and with a length equal to one half the fulIleogth of the unit (:'1. in. (±6 mm) for each dimension). For abrasion index testing purposes, the brick shall be without core holes, frogs or other perforations. Other shaped specimens may be used provided that a correlation is established with the results of the specified shape and the results 3Ie converted to be equivalent to those that would be obtained with the specified shape. 5.3.1.2 In In those cases wbere the height n:quiremenlS for determining compressive strength C3.Dnot be met, the abrasion resistance should. be determined according to the volume abrasion kls:I methoa. . 5.3.2 Volume Abrasion Loss-The volume abrasion loss sbould be determined' in accordance with Test MethOd C 418. with the following changes in-procedure: 5.3.2.1 The sand shall be a .natural silica sand from Ottawa, IL, graded to pass a.No. 50 (3OO-p.m) sieve aild retained on a No. 100 (I,SO-jI.m) geve. 5,3.2.2 The test sball be run on dry brick. 5.3.2.3 The duration of the test shall be 2 min. 5.3.2.4 The rate of sand flow shall be 400 gfmm. 5.3.2.05 The volume loss sbaIl be determined by 6.lling the abraded depn::ssion with modeling clay. strildng offlevci with the original surface of the brick, and removing and weighing the modeling clay. The volume loss shall be calcDlated from the bUlk density of the modeling clay. The bulk density should be detemiined on each lot of modeling clay. An alternative method of determining the weight ofclay used in filling the sandblast cavity is to detertoine the weight of the modeling clay sample before and after filling the cavity. 5.4 Skid Resisuvu:e-When specified, the units sbalJ be tested for skid resistance in accordance with Test MethOd E303: 5.S Coring-The brick shall be without con: boles or other perforations. 5.6 Chips or Cracks-The brick sball be free of chips or cracks larger than those listed in this specification that would significantly impair the performance ofthe system. .'j', DimensiollS SlId Perm.issibleVariatfol15.. 7.! The size of the brick shall be as specified by the pun:haser. 7.2 The nrinimum thlckness of the unit shal! depend upoo the classification: 7.2.1 Type R-2'1. in. (57.2 mm). 7.2.2 Type F-2'1. in. (66.7 mm). 7.3 When chamfers are specified by the purchaser. the dimensions n:qWted in 7.2 3Ie exclusive of chamfexs. Wheo lugs are speciJied by the pun:haser, the size of the brick and its associated dimensional toleraoCCll shall incl.ude the lugs. The lugs sbaIl project no greater than 'I, in. (3.2 mm). ualess otherwise specified. 7.4 In the sample of units. no unit shal! depart from the specified size by more than the individual toletaDCC for the application specified as prescribed in Table 3. Type F paving brick sball conform to Application PX only. . 7.S Tolerances for distortion or w:upage of 􀁾or edges intended to be exposed in use from a plane surface and from a straigbt line, respectively. shall not exceed the maximum for the application specified as prescribed in Table 4. Type F paving brick sball conform to Application PXoDly. 8. VISual Inspection 8.1 Other than chips, the brick shall be free of =cks or other imperfections detracting from the appearance of a designated sample when viewed :from a distance of 20 ft (6 m). 8,2 The partS of the brick that will be exposed in place A;>pblion PS 􀁁􀁾PX 􀁾PA 3 (76) IIIld 􀁾􀀠o..r 310 5 (7610 127) o..r 510 S (IV 10 2IX!j 'It (:!.z) v., ('.n v. (6.4) 'IA. (1.6) 􀁾[2.4) '" {3.2) no iri! no iri! no tIM TABU' 4 TaI"",_ on Distcrtion AppIicaIionPS 􀁾􀁐􀁘􀀠􀁾􀁐􀁁􀀠8 (203) and ...... (2"') 'A. (1.5) ... iri! o..r S(2031 !O 12 (305) 'It 13.2) '¥.o. {2.4) '" iri! o..r 12 (305) to 16 (0061 .... (',0) 'It (3.2) "'.... _ TABU 5 Maximum P1Km;ulbie E:mtnt of Cbippagt !ram 􀁅􀁤􀁾􀀧􀀠.nc! CIlIMIS 􀁾􀀮n. (rrm) n 110m 6. EJr.norescence 6.1 When specified, the units sball be tested for dIIoresPS."., PX '1'.. 􀀨􀀷􀀮􀁾􀀠';, (12.ncence in accordance with Test Methods C 67. The units shall __􀁾􀁐􀁾􀁁____________􀁾􀀢􀀧􀁾􀁍􀁍􀁾􀀧􀁾____--__􀀭􀀢􀀧􀀭􀁾􀀭􀀭􀀧__---be sampled at the place of manufacture, 818 I • C1272 ail be free ofcbips that exceed the limits given in Table S. thau S 'lIi brick that do not meet the COIllbincd reqllimnents tC cumulative length of cbips 011 the exposed face of a of Tables J, 4, and S, includillg brokcll bride. Ilile unit shall not exceed 10 'lIi of the perimeter of the ., . posed face ofthe brick. 9. KeywordsJ.3 Unless otherwise agn:ed upon in writing by the in:haser and the seller, a delivexy shall COlitain not more 9.1 brick; !ired masolUj" units; pavement surfaces TIIo_ScciCyforT...mg",, __noparllon.: ·,oIIIo.-y...any_..._ ...... U I _any _ n_wod.. rIlit_ LIon ...._ .........",_"..__.../IIIt.-ydany_,. : JIIIIrtIt tIfPJ/:l, ..., /lilt * ...iil£........... -1If/ID. _ -.Jy__.; tiIJi· T1riII_ill..tI/fctto_.any-1Ir /lilt •____......""_110--r"""""" IIno( rwiNd. fiIhrtIr lMI' "Viti or .......,. yow.............. t'NItdfIIlJWtott'tWilii:rt _fIR.."".􀁯􀁲􀁟􀁡􀀶􀁤􀁉􀁉􀁯􀁮􀁩􀁉􀁉􀁾 ...,_110_ .....,_a...__...'id􀀮􀁴􀁯􀁟 􀁾􀁟􀀠_, ••􀁾􀁤􀁬􀁬􀁬􀁯􀀮􀀠; _ _ .....,III!N,..-l"'IIMT_II)Qi/MI/llOl _"",_a _ ...-•.1"-*'11 l"'I __'loll __'" /lilt ASTlI_...-...111._ St. PI 1 ' 􀁾􀁟􀁉􀀧􀁁􀀠1111/1 􀁾􀀺􀁾􀀠'.:0."",.. 􀁾􀀺􀀮􀀠:n,:,.. ti. .if:. 􀁬􀀡􀀧􀀻􀀧􀁾􀀮􀀺1: , .. r􀁲􀀻-""·:'·: 􀁾􀀧􀀠. !I. 􀁾􀀭e,r .: > 􀁾􀀺􀁾􀀠it; 􀀮􀁾􀀭.."": '., I .. " ';"1. ... -, " 8J9 IX. MISCELLANEOUS DETAILS TOlIN OF ADDISON 'l""..sxmG 􀁒􀁅􀁑􀁾􀀠'., Trench Saietlr Er.glneered trench safety plans required SanitarY Sewer Air t:e3t:, 4 psi -110 loss 􀁐􀁩􀁾􀁥􀀠size Time six inches four minuces eight inches six rnint.'t:eS ten inches eight mir:l.:t:es T'I Tape -VP.5 fer::at: Water Hycircst:acic -2eO 9Si for four 􀁨􀁯􀁾􀀠 􀁾􀁾􀁾􀁩􀁭􀁵􀁭􀀠allowable less =Oiamet:er oiee X 25 X 􀁬􀁥􀁾􀁾􀀠• 5280 , , . . a C,:,l if:r::n tast: Stcr:n Sever Vis1'I'=-i only 􀁔􀁲􀁥􀁮􀁾􀁾􀀠􀁃􀁣􀁾􀁣􀁴􀀺􀁩􀁯􀁮􀀠Test: ever'! three ncr:dred feet: of 􀁴􀀽􀁥􀁲􀀮􀁣􀀺􀁾􀀯􀁬􀁩􀀺􀀺􀁴􀀺􀀠(a" leese I 1:0 95'S 􀁣􀁾􀁣􀁣􀁴􀀺􀁩􀁣􀁮􀀺􀀠0 􀁴􀁃􀁔􀁊􀁾􀀠􀁭􀁯􀁩􀀡􀀡􀁾􀀺􀀺􀀺􀀺􀁡􀀠(