Loading...
JB & CO, LLC-Southwestern Water Tower Fence-CN 2021-06-07T H E- C I T Y- O R COPPELL CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CITY OF COPPELL Southwestern Water Tower Site Improvements Bid No. Q-1021-01 Project WA 20-01 MARK C. SPEAR ............................., 56893 Prepared by rffilPAPE-DAWSON ENGINEERS TBPE Firm Registration No. 470 6500 West Freeway, Ste. 700 Fort Worth, TX 76116 ( r September 2020 TABLE OF CONTENTS Section 2 - Contract Documents Standard Form of Agreement (Contract) Page # Section 1 - Bidding Documents 2-7 Notice to Bidders 1-1 Instructions to Bidders 1-3 Bid Form 1-15 Proposal/Bid Schedule 1-18 Bid Summary 1-20 Proposal Guaranty 1-21 Prevailing Wage Rates 1-22 Bid Affidavit 1-23 Conflict of Interest 1-25 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2-1 Certificate of Insurance 2-7 Instructions for Bonds 2-8 Performance Bond 2-9 Payment Bond 2-11 Maintenance Bond 2-13 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3-1 to the NCTCOG General Provisions Section 4 - Specific Project Requirements 4-1 Section 5 - Description of Pay Items 5-1 Section 6 - Technical Specifications City of Coppell Project Sign 6-1 Section 7 - Geotechnical Report 7-1 SECTION 1 BIDDING DOCUMENTS NOTICE TO BIDDERS The City of Coppell is accepting bids for the Southwestern Water Tower Site Improvements (Project No. WA 20-01). This work shall consist of unclassified excavation, demolition, the construction of new concrete pavement and sidewalk, the installation and/or adjustment of drainage facilities, site security fencing with one manual gate and one automatic gate, and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turnkey" construction of the driveway and related improvements as shown in the plans for Project No. WA 20-01. Digital copies of the bidding documents can be downloaded at www.BidSvnc.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. To ensure proper notification of Addendums, make sure that you are a registered plan holder on the plan holder's list. Sealed bids addressed to the Purchasing Manager, City of Coppell, Texas, for the construction of Southwestern Water Tower Site Improvements (Project No. WA 20-01) will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., Thursday, October 8, 2020, and read aloud via a Zoom meeting. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-1021-01 designated clearly on the exterior of the bid envelope. A non -mandatory Pre -Bid Conference has been scheduled for this project at the Coppell City Hall (255 E. Parkway Boulevard, Coppell TX 75019) at 2:00 p.m. on Thursday, October 1, 2020. Attendance at the Pre -Bid Conference is not mandatory but strongly encouraged. The city is following social distancing protocols, and face masks are required to be worn in the building. Virtual attendance of the Pre -Bid Conference will be available via a Zoom meeting. Please contact Charles Ellis, Procurement Services, at cell is(cbcoppeIItx.gov to receive a Zoom meeting invitation for the Pre -Bid. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 1-1 Bidding Documents NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-2 Bidding Documents INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "Owner" or "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" or "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Pape -Dawson Engineers, 6500 West Freeway, Suite 700, Fort Worth, TX, 76116. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of removing and disposing of 78 LF of existing curb and 288 SY of existing concrete pavement; installation of approximately 582 SY of 6" concrete pavement and lime stabilized subgrade and 133 SY of 4" concrete sidewalk around the water tower; installation of approximately 37 LF of brick and mortar screen wall; installation of a chemical containment structure; 178 LF of wrought iron fencing including pilasters; one automatic gate system; two manual gate systems; relocation of an existing generator and utility connections; resetting an Oncor Electric meter; adjusting the existing water vault top slab; adjusting one cleanout to finish grade; erosion control and miscellaneous work in accordance with the construction plans. 1-3 Bidding Documents The overall scope of work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the Southwestern Water Tower Site Improvements (Project No. WA 20-01). The Contractor for this project shall be responsible for coordinating with the City of Coppell Animal Control Shelter, and Water Department representatives regarding driveway access, mail/trash pickup (as applicable) and available parking within the project. 3. Copies of Bidding Documents 3.1 Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. After award of the Contract, the successful Bidder will be furnished two (2) full-size sets and three (3) half-size sets of Contract Documents at no charge. Additional sets will be furnished for an additional fee per set. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Submissions will be made to City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (must be submitted within five (5) days if requested): A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (must be submitted within five (5) days if requested): A list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (must be submitted within five (5) days if requested): A list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and 1-4 Bidding Documents expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial (must be submitted within five (5) days if requested): Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience (must be submitted within five (5) days if requested): The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest (direct or indirect) in any contract with the City, nor shall be financially interested (directly or indirectly) in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site will be available on the day of the pre-bid meeting. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and 1-5 Bidding Documents data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Design Engineer. Interpretations or clarifications considered necessary by the Design Engineer in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding 1-6 Bidding Documents Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. 8.1 The time of completion of the project will be 150 calendar days. 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 108.8 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in NCTCOG Section 108.8.1. 10. Substitute or "Or -Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or -equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased 1-7 Bidding Documents (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15 of these Instructions to Bidders. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By " If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required 1-8 Bidding Documents for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 for the Southwestern Water Tower Site Improvements (Project No. WA 20-01) until 2:00 p.m., Thursday, October 8, 2020, and then publicly opened and read aloud remotely via a Zoom meeting. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Southwestern Water Tower Site Improvements and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED Construction of: on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is 1-9 Bidding Documents interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. Bids with more than 150 Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of: Base Bid = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 1-10 Bidding Documents 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20. innentoye Dicinnentiye. The twtal inventive s payment hall not evneed the mount listed below. 7 � v However, there shall he nw maximum disc +..entiye 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count for the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 1-11 Bidding Documents 25. 26. 27. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of: a) materials incorporated into the project; and b) labor, equipment, supervision and materials not incorporated into the project. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. 28. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 29. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 30. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 1-12 Bidding Documents 31. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or re -inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. 32. Overtime. Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell with Seventy-two (72) hours advance -notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. The pay rate for Inspector overtime charges will be $54.00/HR. 33. Payment. Contractor shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by Engineer as provided in the General Provisions. 34. Documentation of Existing Conditions. Contractor must prepare a video and provide a copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to the pay item for Right-of-way Preparation. Contractor must mark each resident's sprinkler heads, obtain permission to run their irrigation system, and video the sprinkler system condition prior to the start of construction. 35. Bid Security. Contractor must submit a bid security in the amount of five (5%) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: a) Certified or cashier's check made payable to the Owner. b) An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 1-13 Bidding Documents 36. Bonds. Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1-14 Bidding Documents BID FORM PROJECT IDENTIFICATION: Southwestern Water Tower Site Improvements Project No. WA 20-01 Coppell, Texas BID OF J.B. & Co. LLC DATE 11/24/20 (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Manager 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-1121-01 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: 11/23/20 Recd: 1-16 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports of exploration and tests of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-16 Bidding Documents (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. Q) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that the work for these improvements will be completed in one phase. Plans for phasing or move -ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to and from adjacent streets, neighborhoods and properties, which could affect productivity. 7. BIDDER will complete the Work for the following price(s): 1-17 Bidding Documents Proposal/Bid Schedule Southwestern Water Tower Site Improvements Project No. Q-1021-01 City of Comell ITEM EST, DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID Clearing and Grubbing complete in place, for the sum of 1 1 LS Three Thousand Five Hundred Dollars and No Cents per lump sum $ 3,500.00 $ 3,500.00 Excavation complete in place, for the sum of 2 1 LS Two Thousand Five Hundred Dollars and No Cents per lump sum $ 2,500.00 $ 2,500.00 Remove Existing Concrete Grub complete in place, for the sum of 3 78 LF Fifty Dollars and No Cents per lump sum $ 50.00 $ 3,900.00 Remove & Dispose Exisiting Concrete complete in place, for the sum of 4 288 SY Three Dollars and No Cents per lump sum $ 3.00 $ 864.00 Remove & Re -Install Flood Light complete in place, for the sum of 5 1 EA One Thousand Four Hundred Ninety Five Dollars and No Cents per lump sum $ 1,495.00 $ 1,495.00 Relocate Existing Utilities Below Sidewalk complete in place, for the sum of 6 1 LS Two Thousand Seven Hundred Sixty Dollars and No Cents per lump sum $ 2,760.00 $ 2,760.00 Relocate Existing Generator - Including gas, elec, and grounding complete in place, for the sum of 7 1 LS Seventeen Thousand Two Hundred Fifty Dollars and No Cents per lump sum $ 17,250.00 $ 17,250.00 Reset Electric Meter Pole complete in place, for the sum of 8 1 EA Six Hundred Fifty Dollars and No Cents per lump sum $ 650.001 $ 650.00 Adjust Top of Existing Concrete Vault complete in place, for the sum of 9 1 EA One Thousand Five Hundred Dollars and No Cents per lump sum $ 1,500.00 $ 1,500.00 Adjust Existing Cleanout to Finished Grade complete in place, for the sum of 10 1 EA One Thousand Five Hundred Dollars and No Cents per lump sum $ 1,500.00 $ 1,500.00 6" Reinforced Concrete Pavement complete in place, for the sum of 11 582 SY Fifty Eight Dollars and Sixty Five Cents per lump sum $ 58.65 $ 34,134.30 4" Concrete Sidewalk complete in place, for the sum of 12 133 SY Forty Seven Dollars and Fifteen Cents per lump sum 1$ 47.151$ 6,270.95 J- l 8 Bidding Documents Proposal/Bid Schedule Southwestern Water Tower Site Improvements Project No. Q-1021-01 City of Coppell Bidding Documents 1-' 11 6" Lime Stabilized Subgrade 13 637 SY complete in place, for the sum of Twenty Dollars and No Cents per lump sum $ 20.00 $ 12,740.00 Hydrated Lime for Stabilized Subgrade (30LB/SY) 14 8.8 TN complete in place, for the sum of One Hundred Dollars and No Cents per lump sum $ 100.00 $ 880.00 2" PVC Sch 40 Conduit (connection to tower wall) 15 10 LF complete in place, for the sum of Fifty Dollars and No Cents per lump sum $ 50.00 $ 500.00 Install Chemical Containment Walls w/Grate 16 1 LS complete in place, for the sum of Thirty One Thousand Five Hundred Sixty Eight Dollars and No Cents per lump sum $ 31,568.00 $ 31,568.00 6' Tall Black Vinyl Coated Chain Link Fence 17 180 LF complete In place, for the sum of Fifty Dollars and No Cents per lump sum $ 50.00 $ 9,000.00 8' Wide Black Vinyl Coated Chain Link Swing Gate 18 1 EA complete in place, for the sum of One Thousand Five Hundred Dollars and No Cents per lump sum $ 1,500.00 $ 1,500.00 18' Wide Black Vinyl Coated Chain Link Double Swing Gate 19 1 EA complete in place, for the sum of Three Thousand Five Hundred Dollars and No Cents per lump sum $ 3,500.00 $ 3,500.00 26' Wide Black Vinyl Coated Chain Link Automatic Roll Gate 20 1 EA complete in place, for the sum of Four Thousand Five Hundred Dollars and No Cents per lump sum $ 4,500.00 $ 4,500.00 Control 21 1 IlEroslon LS complete in place, for the sum of One Thousand Five Hundred Dollars and No Cents per lump sum $ 1,500.00 $ 1,500.00 10' x 20' Shade Structure 22 1 EA complete in place, for the sum of Seventeen Thousand Nine Hundred Dollars and No Cents per lump sum $ 17,900.00 $ 17,900.00 Block Sodding 23 530 SY complete in place, for the sum of Seven Dollars and Seventy Five Cents per lump sum $ 7.75 $ 4,107.50 Brick Screen Wall complete in place, for the sum of 24 35 LF One Thousand Five Hundred Dollars and No Cents per lump sum $ 1,500.00 $ 52,500.00 Bidding Documents 1-' 11 Proposal/Bid Schedule BID SUMMARY Southwestern Water Tower Site Improvements BID NO. Q-1121-01 Coppell, TX TOTAL BASE BID ITEMS $ 216,519.75 The awarded contract amount will be on the basis of the Base Bid only. 1 Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 2 BIDDER understands that the Owner is exempt from State Limited Sales 3 The terms used in this Bid which are defined in the General Conditions of The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. VLD Bidding Documents PROPOSAL GUARANTY A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON Signature: 1-21 Bidding Documents PREVAILING WAGE RATES Classification Hourly Rate CONCRETE FINISHER (Paving & Structures) .....................................................................14.12 ELECTRICIAN.............................................19.80 FORM BUILDER / FORM SETTER Paving & Curb..............................................13.16 Structures .....................................................13.84 LABORER Asphalt Raker...............................................12.69 Flagger.........................................................10.06 Laborer, Common ........................................10.72 Laborer, Utility..............................................12.32 Pipelayer......................................................13.24 Work Zone Barricade Servicer .....................11.68 POWER EQUIPMENT OPERATOR Asphalt Distributor........................................15.32 16.24 Asphalt Paving Machine ..............................13.99 12.25 Broom or Sweeper.......................................11.74 12.31 Concrete Pavement Finishing Machine....... 16.05 Concrete Saw...............................................14.48 12.86 Crane Operator, Lattice Boom ....................17.27 14.14 80 Tons or Less Crane Operator, Lattice Boom over.............20.52 80 Tons Crane, Hydraulic 80 Tons or Less ...............18.12 Crawler Tractor ............................................14.07 Excavator, 50,000 pounds or less................17.19 Excavator, over 50,000 pounds ...................16.99 Foundation Drill, Truck Mounted..................21.07 Foundation Drill, Crawler Mounted ..............17.99 Front End Loader 3 CY or Less ...................13.69 Front End Loader, over 3 CY.......................14.72 Loader/ Backhoe.........................................15.18 Mechanic ......................................................17.68 Milling Machine ............................................14.32 Motor Grader, Fine Grade............................17.19 Motor Grader, Rough ...................................16.02 Pavement Marking Machine ........................13.63 Reclaimer/Pulverizer....................................11.01 Roller, Asphalt..............................................13.08 Roller, Other.................................................11.51 Scraper.........................................................12.96 Small Slipform Machine ...............................15.96 Spreader Box ...............................................14.73 Servicer........................................................14.58 Steel Worker (Reinforcing)...........................16.18 Classification Hourly Rate i�Zili1�7al�l� Lowboy -Float ............................................... 16.24 Off Road Hauler ........................................... 12.25 Single Axle ................................................... 12.31 Single or Tandem Axle Dump Truck............ 12.62 Tandem Axle Tractor with Semi Trailer ....... 12.86 Transit -Mix ................................................... 14.14 WELDER. ...................... 14.84 1-22 Bidding Documents BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF Texas COUNTY OF Dallas BEFORE ME, the undersigned authority, a Notary Public in and for the State of TX , on this day personally appeared Joel Brown duly sworn, did depose and say: Joel Brown Name J.B. & Co. LLC Name of Firm foregoing on behalf of the said Name who after being by me am a duly authorized office/agent for and have been duly authorized to execute the J.B. & Co. LLC Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: Joel Brown & Co. LLC DBA J.B. & Co. LLC 3131 McKinney Ave. Su.#600, Dallas TX 75204 Telephone:( 972)515-3646 by: Joel Br Title: Manager Signature: SUBSCRIBED AND SWORN to before me by the above named on this the 1 ` day of1 L: l i ? I i 20 20 Notary Public in and for the State of Texas . �1�."•1,�y;/�. CYNTHIABENTLEY ; `, • i+ My Notary ID # 132204443 " October 9 2023 1-23 Bidding Documents If BIDDER IS: An Individual N/A By (Individual's Name) doing business as Business address Phone No. N/A A Partnership By (Firm Name) (General Partner) Business address Phone No. A Corporation By Joel Brown & Co. LLC DBA J.B. & Co. LLC (Corporation Name) Texas (State of Incorporation) By Joel Brown (Name of person authorized to sign) Manager (Title) (Corporate SAal) eal) (Secretary) Business address 3131 McKinney Ave Su#600 Dallas, TX 75204 Phone No. 972-515-3646 A Joint Venture N/A By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-24 Bidding Documents Bid HQ -1 121-01 Southwestern Writer Tower Site Improvements TRANSMITTAL OF ADDENDUM 1 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME: Southwestern Water Tower Site Improvements November 23, 2020 CHARLES ELLIS PROCUREMENT SERVICES DEPARTMENT (972) 304-3643 Crry or COPPGI.I, • 255 PARKWAY BOULEVARD 0 COPP1.1.1„ rr.\AS 75019 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense it the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1J Name of vendor who has a business relationship with local governmental entity. J.B. & Co. LLC 2j ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. City of Coppell Name of Officer 4J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F-1 Yes Fx-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F-1 Yes X] No JJ Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. None s ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described ' Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 11/24120 Signature of v ndor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 KNOW ALL MEN BY THESE PRESENTS, that we, J.B. & Co. LLC as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of Ohio, having its Administrative Office at 301 E. Fourth Street, Cincinnati, Ohio 45202, as surety, are held and firmly bound unto city of Coppell 255 Parkway Blvd, Coppell, Tx 75019 as obligee, in the penal sum of st Dollars ($ st ) , lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrator, successors and assigns, Jointly and severally, firmly by these presents. SIGNED, sealed and dated this 24th day of November WHEREAS, the said principal J. B. & Co. LLC herewith submitting i proposal for Southwestern Water Tower Site Improvements 2020 NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be awarded the said contract, and shall within ( (p ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for which the obligee may legally contract with another party to perform the work, if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. J.B. & lo. �LLLC 4 v , PrincillaW F.9116 (3/11) GREAT AMERICAN INSURANCE COMPANY Mon Oa 6ernande,716.rney-in-Fact GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No. 0 21461 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power T. GEORGE CHASE ALL OF ALL EVERETT PHIPPS WACO, $100,000,000 LISA NANNINGA TEXAS MONICA HERNANDEZ This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-Tact named above. IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 6th day of AUGUST 1 2020 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK �SflAL � `I7' v ~~ Dlrisional Senior I rce Prrsldent Assislanl Secrelaq MARK VICARIO (077-377-2405) STATE OF OHIO, COUNTY OF HAMILTON -ss: On this 8th day of AUGUST 2020 , before me personally appeared MARK VICARIO, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York, the Company described In and which executed the above Instrument; that he knows the seal; that It was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. SUSAN A KOHORST 4 Notary Public State of Ohio My Comm. Expires May 18, 2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14, 2009. RESOLVED: That the Divisional President; the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attomeys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of elthergiven for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. �4th Signed and sealed this day of4bQ/� y♦'toutay`. "fir Ass 51105N (03/20) SECTION 2 CONTRACT DOCUMENTS T H E C I T Y - O F STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of January in the year 2021 1 and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and JB&CO, LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of removing and disposing of 78 LF of existing curb and 288 SY of existing concrete pavement; installation of approximately 582 SY of 6" concrete pavement and lime stabilized subgrade and 133 SY of 4" concrete sidewalk around the water tower; installation of approximately 37 LF of brick and mortar screen wall; installation of a chemical containment structure; 178 LF of wrought iron fencing including pilasters; one automatic gate system; two manual gate systems; relocation of an existing generator and utility connections; resetting an Oncor Electric meter; adjusting the existing water vault top slab; adjusting one cleanout to finish grade; erosion control and miscellaneous work in accordance with the construction plans. The overall scope of work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the Southwestern Water Tower Site Improvements (Project No. WA 20-01). The Contractor for this project shall be responsible for coordinating with the City of Coppell Animal Control Shelter, Fire Department, and Water Department representatives regarding driveway access, mail/trash pickup (as applicable) and available parking within the Coppell City property located in the northwest quadrant of the intersection of Southwestern Boulevard and Coppell Road, Coppell, Texas. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of: Southwestern Water Tower Site Improvements Project No. WA 20-01 Bid No. Q-1021-01 2-1 Contract Documents Article 2. ENGINEER. The Project has been designed by Pape -Dawson Engineers, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. The Work will be completed within 150 calendar days. The Contract time commences to run as provided in Item 103.2 of the General Provisions, and the work shall be completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. As stated in Item 20 of the Instructions to Bidders, the OWNER desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. Therefore, for the purposes of this project, an incentive/disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive/disincentive as set forth in Item 20 of the Instructions to Bidders, Section 1 of these contract documents. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in the Proposal and Bid Schedule, Section 1 of these contract documents. $216,519.75 The total contract sum shall be the amount of: $ The total tangible personal property cost included in the contract sum is: $ Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in 2-2 Contract Documents the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC -105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said 2-3 Contract Documents Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2-2 thru 2-7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive), including Performance Bond, Payment Bond and Maintenance Bond. 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. 8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions (pages 3-2 thru 3-10, inclusive). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the City of Coppell "Southwestern Water Tower Site Improvements (Project No. WA 20-01)". 8.8. Drawings (Construction Plans) entitled: "Southwestern Water Tower Site Improvements (Project No. WA 20-01), Coppell, Dallas County, Texas". 8.9. The following listed and numbered addenda: 2-4 Contract Documents 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 104.2 and 109.3 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101. of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2-5 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on January 28 21 2020. OWNER: City of Cop I CONTRACTOR: .1_B_ & Cn_ C: 255 Par y oulevard 2626 Cole Ave. Su.#300 Co ell, X 5019 Dallas, TX 75204 BY: .-' > BY: Joel Brown er g4.eu-" L TITLE: TITLE: Manager ATTESTj�&�'- ATTEST: Jared Pickett Address for giving notices: P.O. Box 9478 Coppell, Texas 75019 Attn: Michael Garza, P.E. Asst. Dir. of Engineering/Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) Address for giving notices: Dallas, TX 75204 (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2-6 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner with Certificate of Insurance, which will be executed and bound here with final documents. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required. Contractor's Insurance o Worker's Compensation — As set forth in the Workers Compensation Act o Commercial General Liability - $1,000,000 Accident/Occurrence o Automobiles - $500,000 Combined single limit per occurrence o Owner's Protective Liability - $600,000 per occurrence; 1,000,000 aggregate o "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate ■ Additional insured — The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. Please see the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2-7 Contract Documents Instructions for Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2-8 Contract Documents BID Q-1121-01 SOUTHWESTERN WATER TOWER SITE IMPROVEMENTS PERFORMANCE BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That J s& co„ 1-1-C whose address is 2626 Cole Ave Ste 300 Mckinney, Tx 75204 hereinafter c Principal, and Great American Insurance Com an , a corporation organized and existing under the laws ofthe State of Ohio ----anTMy licensed to transact business in the State of Texas, as Surety, are held and firmly bounFunto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner", in the penal sum of two hundred sixteen thousand five hundred nineteen seventy five cents dollars (S 210519.75, in Inw money o F the Umted States, to be paid in Vallas County, exas, for the payment or which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Owner, dated the day of ,20 which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: Southwestern Water Tower Site Improvements Bid No. Q-1121-01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety beimg hereby waived• and, if the Principal shall repair and/or replace all defects due to faulty materials and workmans�iip that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in Making good any default of deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. CITY OF COPPELL • PROCUREMENT SVCS. DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 23 BID Q-1121-01 SOUTHWESTERN WATER TOWER SITE IMPROVEMENTS AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this, the 1st day of February ., 20 21. PRINCIPAL J.B. & Co.. LLC By: Joel Brown Title Manager ATTEST: Gd gwmHp SURETY (',creat American Insurance Company By: /Mor, I M! Lb J j I 1.412k Title: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: ADDRESS 2435 North Central Exnwv, Ste 600. Richardson. Tx 75080 NOTE. Date of Performance Bond must be date of Contract IfResident Agent is not a corporation, give a person's name. CITY OF COPPELL • PROCUREMENT SVCS. DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 24 BID Q-1121-01 SOUTHWESTERN WATER TOWER SITE IMPROVEMENTS PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: That J.B. & Co. LLC whose address is 2626 Cole Ave Ste 300 Mckinnev, Tx 75204 erema er called Principal, an Great American Insurance Company a corporation organized and existing under the laws of the State of Ohio and fully licensed to transact business in the State of Texas, as Surety, are held and y bounTunto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner", in the penal sum of two hundred sixteen thou and five gag, (X cenq dollars19.75) in lawlu money o e rote States, to a paid m Dallas ounty, Texas, for t e payment t of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Owner, dated the day of ,20 , which is made apart hereof by reference, for the constructions certain public improvements that are generally described as follows: Construction of the: Southwestern Water Tower Site Improvements Bid No. Q-1121-01 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill its duties and make prompt payment to all persons: firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made. notice of which modification to the Surety is hereby expressly waived; the this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or �dition to Contract or to the Work performed thereunder, or the Plans, Specifications, Drawingtc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. CITY OF COPPELL • PROCUREMENT SVCS. DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 25 BID Q-1121-01 SOUTHWESTERN WATER TOWER SITE IMPROVEMENTS The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service ofprocess maybe had in matters ansing out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this, the 1st day of February ., 20 21. PRINCIPAL J.B. & Co., LLC By: Joel Brown Title Manager ATTEST: The Resident Agent of the Surety in Dallas or service of the process is: NAME: Great American Insurance Company SURETY Great American Insurance Company By: qr61AAA.4 Q6f:2�// Title: Attome -in- c ATTEST' M-, 'X3 Denton County, Texas, for delivery of notice and ADDRESS 2435 North Central Expwy, Ste 600. Richardson, TQC 75080 NOTE: Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name. CITY OF COPPELL • PROCUREMENT SVCS. DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 26 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-380-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No. 0 21461 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or persons named below Its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power T. GEORGE CHASE ALL OF ALL EVERETT PHIPPS WACO, $100,000,000 LISA NANNINGA TEXAS MONICA HERNANDEZ This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF, the GREATAMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate offloers and Its corporate seal hereunto affixed this 6th day of AUGUST 9 2020 . Attest .�:44-- Assistant Secretary GREAT AMERICAN INSURANCE COMPANY OF NEW YORK Divisional Senior Vice President MARK VICARIO (877-977-2406) STATE OF OHIO, COUNTY OF HAMILTON -ss: On this 6th day of AUGUST 2020 , before me personally appeared MARK VICARIO, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York, the Company described In and which executed the above Instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. SUSAN A KOHORST /J Notary Public � -State of Ohio My comm. Expires May 15, 2029 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14, 2009. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attomeys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations In the nature thereof; to prescribe their respective duties and the respective limits of their authority, and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary orAssistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of elthergiven for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. I Signed and sealed this l �� day of �,e,�Yu ryf/ �pZ i ¢seal e Assistant Secretary 81186N (03120) WILL BE FILED AT THE END OF THE PROJECT MAINTENANCE BOND STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS: THAT a corporatio n a organized s sureties, as Principal, and under the laws of do hereby expressly acknowledge themselves to be held and bound to pay unto the CITY OF COPPELL , a Municipal Corporation, Texas, the sum of , for the payment of which sum will and truly be made unto said CITY OF COPPELL , 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, the said CITY OF COPPELL has this day entered into a written contract with the said to build and construct Southwestern Water Tower Site Improvements, which contract and the plans and specifications therein mentioned, adopted by the CITY OF COPPELL are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the 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 the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. 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 these presents shall be null and void, and have no further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said CITY OF COPPELL shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, 2-13 Contract Documents 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 caused these presents to be executed by its Attorney in fact and the said Attorney in fact , has hereunto set his hand, the day of , 2020. PRINCIPAL By: Title: WITNESS: SURETY By: Title: ATTEST: NOTE: Date of Maintenance Bond must not be prior to date of Contract. 2-14 Contract Documents SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H E - C I T Y - O F CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. — DEFINITIONS & ABBREVIATIONS SC -101.1 Engineer: The word "Engineer" or "ENGINEER" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. Owner: The word "Owner" or "OWNER" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Pape -Dawson Engineers, Inc., 6500 West Freeway, Ste. 700, Fort Worth, Texas 76116. Working Day: Add the following sentence to the end of the "Working Day" definition: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours' advance -notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments." All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3-1 Standard Specifications Supplementary Conditions ITEM 103.3 — SURETY BONDS SC -103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 -year period." ITEM 103.4 - INSURANCE SC -103.4.6 Add the following new item: 103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR." SC -103.4.7 Add the following new item: 103.4.7 CONTRACTOR intends that any policies provided in response to Item 103.4 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." SC -103.4.7.1 Add the following new item: "103.4.7.1 Pape -Dawson Engineers, Inc. shall be included as an "Additional Insured" on all project liability insurance." 3-2 Standard Specifications Supplementary Conditions ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC -103.6 Add following sentence to end of Item 103.6. "Before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC -104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase: "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1: "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions:" ITEM 105.1 — CONTRACT DOCUMENTS SC -105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC -105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies". Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, the Design Engineer has established and relied upon the following reports of exploration and tests of subgrade conditions for the Animal Shelter, adjacent to the work site: Geotechnical Investigation — Proposed Building Addition, Animal Shelter, Coppell Texas, by Alliance Geotechnical Group, AGG Report E17-0311, dated May 31, 2017. Copies of these reports are available upon request. 3-3 Standard Specifications Supplementary Conditions The CONTRACTOR may also take borings at the site to satisfy himself as to subsurface conditions." ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES SC -105.2.2 Amend the first sentence of Item 105.2.2 to change the words 'one year" to "two years". ITEM 105.4 — CONSTRUCTION STAKES SC -105.4 Delete the first paragraph of Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The CONTRACTOR shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the CONTRACTOR to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the ENGINEER shall not relieve the CONTRACTOR of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC -107.3.2 Replace Item 107.3.2 with the following new paragraph: "107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The CONTRACTOR 3-4 Standard Specifications Supplementary Conditions represents that no employee or officer of the City has an interest in the CONTRACTOR." ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC -107.14 Delete the language in Item 107.14 in its entirety and substitute the following in lieu thereof: "Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City -owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the CONTRACTOR shall furnish a breakdown (per item) of: 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC -107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: "107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate contractor at the site, or should any claim arise out of CONTRACTOR's, OWNER's, ENGINEER's, Consulting Engineer's or any other person's actions, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise 3-5 Standard Specifications Supplementary Conditions resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 108.8. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate contractor." ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC -107.23.2.1 Add the following new Item 107.23.2.1 immediately after Item 107.23.2: "107.23.2.1 Existing Utilities and Sewer Lines: The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. 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. This includes any and all irrigation systems, whether or not they are identified on the plans. The CONTRACTOR shall coordinate a time to video existing sprinklering systems with City of Coppell representatives to determine if functioning properly in accordance with the Contract Documents. 3-6 Standard Specifications Supplementary Conditions If 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 ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." ITEM 108.1 — PROGRESS SCHEDULE SC -108.1 Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If requested by OWNER or ENGINEER". ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -108.3 Delete the last sentence of the second paragraph of Item 108.3 and substitute the following in lieu thereof: "In such event, CONTRACTOR shall be entitled to an extension of working time only for unavoidable delays verified by the ENGINEER, as provided in Item 108.8; however, no increase in the contract price shall be due the CONTRACTOR." Insert the following sentence at the end of the second paragraph of Item 108.3: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC -108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 - SITE PREPADATI0N 3-7 Standard Specifications Supplementary Conditions ITEM 203.7 - EMBANKMENT: 203.7.3. Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." DIVISION 300: ROADWAY CONSTRUCTION ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT: 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the ENGINEER. ITEM 303.5 - CONSTRUCTION METHODS: Under Item 303.5.4 Joints: Replace Item 303.5.4.2 — Expansion Joints, with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the ENGINEER. Add the following to the end of the sentence in Item 303.5.4.2.3 Proximity to Existing Structures: "or as directed by the ENGINEER". Delete the first sentence of the first paragraph of Item 303.5.4.3 Contraction Joints, and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the ENGINEER." 3-8 Standard Specifications Supplementary Conditions Under Item 303.5.6 Finishing: Add the following paragraph at the end of Item 303.5.6.1 Machine: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." Add a new paragraph after the first paragraph of Item 303.5.6.2 Hand, which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. — OPEN CUT - BACKFILL: Under Item 504.2.3.3 Type "B" Backfill: Insert the following paragraph after the first sentence of Item 504.2.3.3.3 Additional Requirements: "Additional Requirements for Type "B" backfill when used in streets - All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the ENGINEER." ITEM 504.5 - EMBEDMENT: Under Item 504.5.3.2 Compaction: Amend the second sentence of Item 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic, by striking the words: "to a density comparable with adjacent undisturbed material' and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the ENGINEER." 3-9 Standard Specifications Supplementary Conditions DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS ITEM 803 — SLOPE AND CHANNEL PROTECTION: Under Item 803.3.3 Riprap Construction Methods: Add the following sentence to Item 803.3.3.6 Mortar Riprap: "Mortar or concrete type shall be approved by the ENGINEER and shall conform to A.S.T.M. C 387-83." 3-10 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E - C I T Y- O F SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C. F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4-1 Specific Project Requirements 1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. 1.3 CONSULTING ENGINEER: Wherever the word "Consulting Engineer" or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Pape -Dawson Engineers, Inc., 6500 West Freeway, Suite 700, Fort Worth, Texas 76116, telephone (817) 870-3668. 1.4 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord.#2006- 1129), and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall apply. 1.5 SITE: The CONTRACTOR shall limit his work to the area shown in the plans. The CONTRACTOR will need to coordinate parking with representatives from the City of Coppell Public Works, Fire, and Water Departments, and the Coppell Animal Control Shelter to not impede access to the work site. 1.6 PROJECT DESCRIPTION: This work shall consist of removing and disposing of 78 LF of existing curb and 288 SY of existing concrete pavement; installation of approximately 582 SY of 6" concrete pavement and lime stabilized subgrade and 133 SY of 4" concrete sidewalk around the water tower; installation of approximately 37 LF of brick and mortar screen wall; installation of a chemical containment structure; 178 LF of wrought iron fencing including pilasters; one automatic gate system; two manual gate systems; relocation of an existing generator and utility connections; resetting an Oncor Electric meter; adjusting the existing water vault top slab; adjusting one cleanout to finish grade; erosion control and miscellaneous work in accordance with the construction plans.. The overall scope of work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the Southwestern Water Tower Site Improvements (Project No. WA 20-01). The Contractor for this project shall be responsible for coordinating with the City of Coppell Animal Control Shelter, and Water Department representatives regarding driveway access, mail/trash pickup (as applicable) and available parking within the project. Work shall include all components necessary for the "turn -key" construction of the site improvements as shown in the construction plans for Project No. WA 20-01. 4-2 Specific Project Requirements 1.8 SAFETY PRECAUTIONS: The CONTRACTOR shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.9 SOIL INVESTIGATION: A geotechnical investigation report has been referenced for this project from the site immediately adjacent to this work, and will be made available to the CONTRACTOR upon request. The CONTRACTOR shall also visit the site and acquaint himself with the site conditions. 1.10 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the OWNER as shown on the plans. The CONTRACTOR shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The CONTRACTOR shall preserve all stakes or markings until authorized by the ENGINEER to remove same. The CONTRACTOR shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the CONTRACTOR for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.11 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the ENGINEER and authorized by him in writing. 1.12 TESTING LABORATORY SERVICE: The OWNER shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The CONTRACTOR shall bear all related costs 4-5 Specific Project Requirements of retests, or re -inspections. The CONTRACTOR shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the CONTRACTOR of all reports and laboratory test results. Testing by the OWNER does not alleviate the CONTRACTOR's responsibility for his own quality assurance/quality control testing. CONTRACTOR shall replace any deficient construction items. 1.13 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the OWNER may at any time during suspension upon seven days' written notice to the CONTRACTOR, terminate the Contract. In such an event, the OWNER shall be liable onlyfor payment for all work completed. 1.14 PRESERVATION OF TREES: Permission of the ENGINEER must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the ENGINEER shall be $500.00 per caliper inch payable to the OWNER. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the ENGINEER at the CONTRACTOR's expense. 1.15 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the CONTRACTOR shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.16 WARNING DEVICES: The CONTRACTOR shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to "Furnish, Install and Maintain Traffic Control Devices". The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-way or public place, the CONTRACTOR shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the 4-6 Specific Project Requirements protection of persons or property as are required by law If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. MUM Me'Z.,z 1-ni, M dr - 1-e - .2.2 ....... If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. 1.17 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the CONTRACTOR understands and accepts the following conditions: a. Prior to any excavation, the CONTRACTOR shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the CONTRACTOR will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The CONTRACTOR shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. 4-7 Specific Project Requirements M dr - - - - - -RIMS. 1.17 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the CONTRACTOR understands and accepts the following conditions: a. Prior to any excavation, the CONTRACTOR shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the CONTRACTOR will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The CONTRACTOR shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. 4-7 Specific Project Requirements d. The CONTRACTOR shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the CONTRACTOR shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.18 DRAINAGE: The CONTRACTOR shall maintain adequate drainage along the project and provide for positive drainage from adjoining properties, at all times. 1.19 PROJECT MAINTENANCE: The CONTRACTOR shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.20 CLEANUP: During Construction. The CONTRACTOR shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the OWNER. Final. Upon completion of the work, the CONTRACTOR shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the ENGINEER and the OWNER. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new -appearing condition. 1.21 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an OWNER's agent will observe the construction on behalf of the OWNER. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the CONTRACTOR's performance. 1.22 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the CONTRACTOR. Any required burning and/or disposal permits shall be the sole responsibility of the CONTRACTOR. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the CONTRACTOR. 1.23 WATER FOR CONSTRUCTION: The CONTRACTOR shall make the necessary arrangement for securing and transporting all water required in the construction of 4-8 Specific Project Requirements this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The CONTRACTOR shall provide water as required at his own expense. 1.24 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4-9 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. CONTRACTOR to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the ENGINEER, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. 4-10 Specific Project Requirements C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with ENGINEER's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the CONTRACTOR requires, plus two that will be retained by the ENGINEER. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier C. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re -submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. 4-11 Specific Project Requirements D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the CONTRACTOR of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the CONTRACTOR. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the CONTRACTOR, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the ENGINEER for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the ENGINEER and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the ENGINEER. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to CONTRACTOR for distribution, or for resubmission. 4-12 Specific Project Requirements SECTION 5 DESCRIPTION OF PAY ITEMS T H E C I T Y - O F SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work contemplated and required under each of the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any existing signs; (b) removal of spoils; (c) water for construction; (d) construction staking and/or layout; (e) surveying to re-establish grade; (f) maintenance of streets during construction; (g) sprinkling for dust control; (h) project trailer, if needed; and/or (i) any other incidentals necessary to complete the work, whether directly called out within the plans or implied. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006-1129), and Appendix "C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Pay Item No. 1 — Clearing and Grubbing: This work includes the preparation of the site for construction operations by removing and disposing of all obstructions including clearing and grubbing and tree removal at the locations as shown on the construction plans or as determined by the Engineer, in accordance with the appropriate specifications. All material and debris shall be removed and disposed off-site in accordance with local, state, and federal laws and regulations at the Contractor's expense. Measurement and payment for work performed related to clearing and grubbing, as provided herein, shall be made on the basis of the price bid per lump sum (I -S) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-1 Description of Pay Items Pay Item No. 2 — Excavation: This work includes excavation, excavation safety, drying, dust control, reworking or replacing the over excavated material in rock cuts, hauling, disposal of excess material not used elsewhere onsite, scarification, and clean-up required for the improvements shown on the construction plans in accordance with the appropriate specifications. All excess material and debris shall be removed and disposed off-site in accordance with local, state, and federal laws and regulations at the Contractor's expense. Measurement and payment for work performed related to excavation, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 3 — Remove & Dispose of Existing Concrete Curb: This work includes the removal and disposal of existing concrete curb at the locations and limits shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Concrete to be removed shall be sawed full -depth through the existing reinforcement along even straight lines leaving a clean vertical side, as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 402.3. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be re -sawed, removed and replaced at the Contractor's expense. Once concrete improvements are removed, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. Epoxy grout #4x18" dowel bars into end of existing concrete (12" o.c.). For sidewalks, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. Epoxy grout #3x18" dowel bars into end of existing sidewalk or driveway concrete (18" o.c.). This operation shall be inspected and approved by the Engineer prior to placement of new concrete. The thickness of the existing curb is unknown. All spoils shall be removed from the project site at the Contractor's expense. Measurement and payment for work performed and materials furnished related to the removal of concrete pavement, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by Contractor and by Owner's representative prior to removal. Pay Item No. 4 — Remove and Dispose of Existing Concrete Pavement: This work includes the removal and disposal of existing concrete pavement at the locations and limits shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Concrete to be removed shall be sawed full -depth through the existing reinforcement along even straight lines leaving a clean vertical side, as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 402.3. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be re -sawed, removed and replaced at the Contractor's expense. Once concrete improvements are removed, 5-2 Description of Pay Items exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. Epoxy grout #4x18" dowel bars into end of existing concrete (12" o.c.). For sidewalks, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. Epoxy grout #3x18" dowel bars into end of existing sidewalk or driveway concrete (18" o.c.). This operation shall be inspected and approved by the Engineer prior to placement of new concrete. The thickness of the existing concrete is unknown. All spoils shall be removed from the project site at the Contractor's expense. The removal of concrete curb that is integral to any concrete pavement, which is to be removed as part of this work, shall paid for directly in Pay Item No. 1. Also, any concrete removal required for the installation or adjustment of existing utilities is included in this pay item. Measurement and payment for work performed and materials furnished related to the removal of concrete pavement, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by Contractor and by Owner's representative prior to removal. Pay Item No. 5 — Remove and Re -install Flood Light: This work consists of re -moving and re -installing an existing flood light to accommodate paving construction. All electrical work performed by the Contractor shall be done by a licensed electrician. Measurement and payment shall be made on the basis of the price bid per each (EA) for the removal and re -installation of the exist flood light. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item No. 6 — Relocate Existing Utilities Below Sidewalk: This work consists of relocating existing utility conduits below the proposed sidewalk to be constructed around the existing water tower. All electrical work performed by the Contractor shall be done by a licensed electrician. The Contractor shall provide timing of this work so it is done without disrupting any utility service to the project site. Measurement and payment shall be made on the basis of the price bid per lump sum (LS) for relocating the existing utilities below the sidewalk. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item No. 7 — Relocate Existing Generator: This work consists of relocating the existing Kohler emergency generator system to the new locations as shown on the drawings. The cost of relocating the electric, natural gas, and grounding systems to the generator at the new location. The timing of relocating the existing generator is to be coordinated with the Water Department, Public 5-3 Description of Pay Items Works, and Emergency Response representatives to maintain a smooth cross over as the system is to be operational at all times. Measurement and payment shall be made on the basis of the price bid per lump sum (LS) for relocating the existing generator and all utilities associated with continual operation of the emergency generator system. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item No. 8 — Reset Electric Meter and Pole: This work requires the Contractor to coordinate with Oncor Electric Company to reset one (1) electric meter and related pole and fixtures in accordance with Oncor requirements and all applicable National Electrical Code standards. All electrical work performed by the Contractor shall be done by a licensed electrician. The Contractor shall provide timing of this work so it is done without disrupting any electric service to the project site. Measurement and payment shall be made on the basis of the price bid per each (EA) for resetting the existing electric meter as depicted on the construction drawings. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item No. 9 — Adjust Top Slab of Concrete Vault: This work consists of removing and adjusting the top slab of the existing water vault as depicted on the construction drawings to provide positive drainage away from the gate valve vault. The Contractor shall notify the Engineer for a site -visit to determine the integrity of the vault walls once the top slab has been removed. Measurement and payment shall be made on the basis of the price bid per each (EA) for adjusting the top lab of the existing water vault to the elevation depicted on the construction drawings. Payment of this Item shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Items No. 10 — Adjust Existing Cleanout to Finish Grade: This work includes adjusting an existing storm drainage cleanout to the finished grade of the new pavement as shown in the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details and NCTCOG details. Measurement and payment for work performed and materials furnished related to the adjustment of the drainage cleanout, as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 11 — 6" Reinforced Concrete Pavement: This work includes the construction of the specified thickness, as shown on the construction plans, of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the 5-4 Description of Pay Items Engineer, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class "C" concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All curb within the construction plans shall be a 6" monolithic curb. Any street headers and butt joints shall also be constructed subsidiary to this pay item. The concrete shall be doweled into the existing pavement and reinforced in accordance with the City of Coppell Standard Construction Details. The Contractor is responsible for making sample concrete cylinders at a cycle determined by the Engineer for testing purposes. No sand level up course will be allowed under any paving. The paving shall be a baker broom finish and shall be cured with a highway white curing compound applied per the manufacturer's recommendations. Contractor shall pay close attention to NCTCOG Item 303.5.4.3 "Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be typically spaced 15 feet (a maximum of 18 feet) apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Measurement and payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 12 — 4" Reinforced Concrete Sidewalk: The work for this item consists of all labor, materials, and equipment for constructing 4 - inch concrete sidewalks at the locations shown in the construction plans and it shall include trenching, backfill, compaction, pavement material, disposal of materials during construction, and related items for a complete pavement construction in accordance with the appropriate details and specifications. All concrete used for sidewalk shall be Class "A" concrete with a minimum cement content of 5 sacks per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. No fly ash will be permitted. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statue as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in noncompliance shall be removed and brought to compliance at the sole expense of the Contractor. Measurement and payment for reinforced concrete sidewalk work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 305.2, and shall be total compensation for the furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-5 Description of Pay Items Pay Item No. 13 — 6" Lime Stabilized Subgrade: This work includes treatment of the top 6" of subgrade by pulverization, addition of hydrated lime, mixing and compacting of the mixed material to the required density. Subgrade shall be constructed to the lines and grades as required by the construction plans, in accordance with the appropriate details and specifications, including Item 260 in TxDOT's 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Lime treatment shall be provided under all proposed concrete pavement and curbs, unless noted otherwise or approved otherwise by the Engineer and shall extend to a point at least one (1) foot behind the back of curb. After subgrade treatment and shaping is complete, CONTRACTOR shall maintain the proper moisture content in the subgrade to prevent drying and cracking, until covered by paving material. Prior to construction, the Lab shall perform a lime series test to confirm the rate of lime per square yard. Series test shall be submitted to the Engineer for approval. Testing shall be done by the OWNER. Measurement and Payment for work performed and materials furnished related to lime subgrade treatment, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with TxDOT's 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 14 — Hydrated Lime for Stabilized Subgrade (30 LB/SY): This work includes the furnishing of the hydrated lime material to be used for lime treatment of subgrade, in accordance with the appropriate specifications. All lime shall be placed in accordance with TxDOT's 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Lime to be used for this project shall be placed at a rate of 30 pounds per square yard and in SLURRY FORM, unless approved otherwise by the Engineer. Prior to construction, the Lab shall perform a lime series test to confirm the rate of lime per square yard. Series test shall be submitted to the Engineer for approval. Testing shall be done by the OWNER. Measurement and Payment for work performed and materials furnished related to lime material for subgrade treatment, as provided herein, shall be made on the basis of the price bid per ton (TN) in accordance with TxDOT's 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-6 Description of Pay Items Pay Item No. 15 — 2" PVC Sch. 40 Conduit: This work includes furnishing 2" PVC Sch. 40 pipe for connecting the chemical totes that will be stored on the containment structure. This item includes connecting to the existing ports that are in the tower wall. Sch. 40 PVC pipe shall be provided in accordance with the requirements of ASTM D 1785 and ASTM D2466 for pipe and PVC plastic fittings. Measurement and Payment for work performed and materials furnished related to Sch. 40 PVC, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, and connect the totes to the chemical supply system utilizing the existing plumbing chase through the tower wall. Pay Item No. 16 — Chemical Containment Walls with Galvanized Drain Grate: This work consists of constructing the chemical containment concrete structure in accordance with the structural drawings. This structure is for containing any chemical leaks during chlorine and/or other chemicals for the tower. A galvanized drain grate has been depicted in the drawings and is a part of this structure for potential chemical leakage into the containment area. Measurement and Payment for work performed and materials furnished related to the Chemical Containment Structure, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including the grate, rebar, and waterproofing the inside of the structure. Pay Item No. 17 — Brick Screen Wall: This item consists of constructing 8' tall Brick Screen Wall along the east side of the new paved area. The wall should match the current wall that exists along the north side of the project site, and all brick to be ACME 137 Burgundy Brick with light grey mortar to match the City of Coppell color palette. Measurement and Payment for work performed and materials furnished related to 8' Brick Screen Wall, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 18 — Ornamental Fence with Brick Pilasters: This work consists of installing 8' tall ornamental fence with brick pilasters as specified in the civil drawings and in accordance with the structural drawings as provided by Ameristar Perimeter Security or approved equal. The thin wall columns are depicted on the construction drawings, and the cost of the columns will be considered incidental and not be compensated for directly. Measurement and Payment for work performed and materials furnished related to 8' Ornamental Fence with Brick Pilasters, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and/or 5-7 Description of Pay Items operating all labor, materials, tools, equipment and other incidentals necessary to complete the work, including the cost of the brick pilasters. Pay Item No. 19 — 8' Wide Manual Swing Gate System with hardware: This work consists of installing an 8' wide (8' tall) manual swing gate on the south side of the project site at the existing fire station building. The manual gate shall be Ameristar Perimeter Security as specified on the civil drawings or approved equal. The manual gate shall include all hardware for connection to the brick pilasters, opening hardware and locking system in accordance with City of Coppell requirements for security purposes. Measurement and Payment for work performed and materials furnished related to the manual gate system with hardware, as provided herein, shall be made on the basis of the price bid per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work Pay Item No. 20 —18' Wide Manual Double Swing Gate System with hardware: This work consists of installing an 18' wide (8' tall) manual double swing gate on the south side of the project site for truck traffic to exist the secured area. The manual gate shall be Ameristar Perimeter Security as specified on the civil drawings or approved equal. The manual gate shall include all hardware for connection to the brick pilasters, opening hardware and locking system in accordance with City of Coppell requirements for security purposes. Measurement and Payment for work performed and materials furnished related to the manual gate system with hardware, as provided herein, shall be made on the basis of the price bid per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 21 — 26' Wide Automatic Roll Gate System with hardware: This work consists of installing a 26' wide (8' tall) automatic roll gate on the east side of the project site. The automatic gate shall be Ameristar Perimeter Security as specified on the civil drawings or approved equal. The automatic gate shall include an access key pad for security purposes. This Item includes all electric connections, motor controls, and appurtenances as required by the City of Coppell Water Department. Measurement and Payment for work performed and materials furnished related to the automatic rolling gate system, as provided herein, shall be made on the basis of the price bid per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 22 — Erosion Control: This pay item shall consist of furnishing, installing, maintaining and removing erosion control measures and devices depicted on the construction drawings throughout the duration of the project in accordance with the Texas Commission on Environmental Protection Best Management Practices. The Texas Pollution Discharge Elimination System (TPDES) general construction permit TXR 150000, the operator with control of construction plans and specifications (Owner) and the operator with day-to-day 5-8 Description of Pay Items operational control (Contractor) are required to obtain a permit for the discharge of storm water runoff, for site disturbed over one (1) acre in size. A formal SWPPP is not required for this project. This work shall also include the installation and maintenance of: a) Silt fence; b) Inlet protection; c) Any additional erosion control measures required by the City of Coppell. Measurement and payment shall be made on the basis of the price bid per each (EA) for preparation and implementation of the silt fencing and inlet protection. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the duration of construction. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item No. 23 —10' x 20' Shade Structure: This pay item shall consists of providing a cantilevered, hail resistant, 10' x 20' shade Canti Hip Shade Structure in accordance with the construction drawings and the design requirements by USA Shade & Fabric Structure or approved equal. The color of the canvas structure will be in accordance with the approved City of Coppell color palette. Measurement and Payment for this item shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 24 — Block Sodding: This pay item shall consist of furnishing, installing, and maintaining block sodding and topsoil required at locations disturbed by construction activities as shown on the construction drawings in accordance with Technical Specification Section 32 92 00 included in the contract book. Measurement and payment shall be made on the basis of the price bid per square yard (SY) for furnishing and installing block sodding. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 5-9 Description of Pay Items SECTION 6 TECHNICAL SPECIFICATIONS T H E C I T Y - O F CITY OF COPPELL PROJECT SIGN I KIM BACKGROUND VMA*X RIE I .:,. C0 OF COPPELI COPPELL FOR INFORMATION CONTACT: ONTRACTOR-S INSPECTORS NAME, INSPECT® PINE NUMBER: 972 304. PROJECT NAME (PROJECT NUMBER) 1 /2' CONTR AC TOR:CONTRACTORSD CONTRACTOR'S NAME � -Nam= FOR C�OMPLEMON DATE: SEASONNEA NUMBER 11 � NOTICE ON NG POSTING) NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2"X4!' STOCK— REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE" 5) COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE: DCOPPELLWy OF OOPELL FOR INFORMATION Cf�DrTACT: CONTRACTORS, INSPECTOR Coco, SONE NUMBER: 972"30 •0000 J SANDY LAKE ROAD (ST99-02) CONTRACTOR: XM MZ 10000« (000) 000-0000 �mmmw mt-) COMPLETION DATE: MZ 20KK 0 6-1 Technical Specifications SECTION 7 GEOTECHNICAL REPORT T H E C I T Y - O F GEOTECHNICAL INVESTIGATION PROPOSED BUILIDNG ADDITION ANIMAL SHELTOR GOPPRELL, TEXAS AGG REPORT: E17-0311 MAY 31, 2017 PREPARED FOR: CITY OF COP-PELL PRESENTED BY: flw� 6 �E�1� CROUPT Geotechnical Engineering — Construction Services — Construction Materials Engineering Testing 3228 Halifax Street - Dallas, TX 75247 Ph. 972.444.8889 FX. 972.444.8893 ALI_Ifil'ICE EOTECMICML GGf tour May 31, 2017 Mr. Derrick Thomas Construction Manager City of Coppell 265 E. Parkway Boulevard Coppell, Texas 75019 Phone: (972) 304-3685 Cell: (469) 576-5999 Email: DThomas@coppelltx.gov Re: Geotechnical Investigation Proposed Building Addition Animal Shelter Coppell, Texas AGG Report No. E17-0311 Dear Mr. Thomas: • GEOTECHNICAL ENGINEERING • ENVIRONMENTAL CONSULTING • CONSTRUCTION MATERIALS ENGINEERING AND TESTING • CONSTRUCTION INSPECTION Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your future construction materials testing and related quality control requirements, it is recommended that the work be performed by Alliance Geotechnical Group, Inc. in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. Wo -thank -you -for the-opportunity-to-provide-you-with-our-professional-services-lf-we-Gan-be of further assistance, please do not hesitate to contact us. Sincerely, ALLIANCE GEOTECHNICAL G MICHAEL DAINE ROLAND2 Douglas S. Land, P.E. a D. Rola , P.E. Branch Manager Frisco 96043 9 (Frisco) rmE • i Vice President Dallas Ft.Wc�i��0111Ai�r�wTlgview •Huntsville 3228 Halifax St Dallas, Texas 75247 �� Tel: 972-444-8889 0 Fax: 972-444-8893 • www.aggengncom A^�„•,, TABLE OF CONTENTS FIGURES FIGURE PLANOF BORINGS-------------------------------------------------------------------------------------------- 1 LOGS OF BORINGS------------------------------------------------------------------------------------2 and 3 LEGEND - KEY TO LOG TERMS & SYMBOLS--------------------------------------------------------- 4 SWELL TEST RESULTS --------------------------------------------------------------------------------------- 5 ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 1.0 INTRODUCTION---------------------------------------------------------------------------1 1.1 PROJECT DESCRIPTION..............................................................................1 1.2 PURPOSE AND SCOPE.................................................................................1 2.0 FIELD INVESTIGATION---------------------------------------------------------------------------1 3.0 LABORATORY TESTING-------------------------------------------------------------------------2 4.0 SITE AND SUBSURFACE CONDITIONS---------------------------------------------------- 2 4.1 GENERAL SITE CONDITIONS.......................................................................2 4.2 SITE GEOLOGY..............................................................................................3 4.3 SUBSURFACE CONDITIONS.........................................................................3 4.4 GROUNDWATER CONDITIONS....................................................................3 5.0 ANALYSES AND RECOMMENDATIONS ----------------------------------------------------3 5.1 EXECUTIVE SUMMARY.................................................................................3 5.2 SOIL MOVEMENT...........................................................................................4 5.3 STRAIGHT SHAFT PIERS..............................................................................5 5.3.1 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS .....................7 5.3.2DRILLED SHAFT CONSTRUCTION CONSIDERATIONS ........... 7 5.4 BELLED PIER FOUNDATION SYSTEM......................................................... 8 5.4.1 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS .....................8 5.4.2DRILLED SHAFT CONSTRUCTION CONSIDERATIONS ........... 9 5.5 GRADE BEAMS............................................................................................10 5.6 STRUCTURALLY SUPPORTED FLOOR SLAB...........................................11 5.7 FLAT WORK AND PIPING CONSIDERATIONS...........................................12 6.0 EARTHWORK GUIDELINES-------------------------------------------------------------------13 6.1 SITE GRADING AND DRAINAGE.................................................................13 6.2 UTILITY TRENCH EXCAVATION.................................................................14 6.3 PROOFROLLING AND SUBGRADE PREPARATION..................................14 6.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPINGAREAS................................................................................14 7.0 FIELD SUPERVISION-------------------------------------------------------------------------14 8.0 LIMITATIONS-------------------------------------------------------------------------15 FIGURES FIGURE PLANOF BORINGS-------------------------------------------------------------------------------------------- 1 LOGS OF BORINGS------------------------------------------------------------------------------------2 and 3 LEGEND - KEY TO LOG TERMS & SYMBOLS--------------------------------------------------------- 4 SWELL TEST RESULTS --------------------------------------------------------------------------------------- 5 ALLIANCE GEOTECHNICAL GROUP E17-0311 GEOTECHNICAL INVESTIGATION PROPOSED BUILDING ADDITION ANIMAL SHELTER COPPELL, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of a single story building addition to the existing City of Coppell Animal's Shelter building located at 821 S. Coppell Road in Coppell, Texas. We understand that the proposed building addition will be for a fire rise room and will be located on the northeast side of the existing structure. We understand that the existing structure is about 18 years old and is supported by a shallow stiffened slab -and -beam foundation system over a low PI select fill building pad. The thickness of the select fill pad is not available. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, and 3) provide foundation recommendations for the proposed new building addition. This report was prepared in general accordance with Alliance Geotechnical Group Proposal P17 -0313E dated March 13, 2017. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling one (1) test boring (Boring B-1) within the vicinity of the proposed new building addition. A truck -mounted auger drill rig was used to advance the test boring and to obtain samples for laboratory evaluation. The boring was located at the approximate location shown on the Plan of Borings (Figure 1). Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. The relative density of the granular soils encountered in the borings was evaluated by the Standard Penetration test in conjunction with split spoon sampling. The Standard Penetration test involves driving a standard 2 inch diameter sampler a total of 18 inches and recording the blow counts and driving distances for each 6 inch or 50 blow increment. The first 6 inch ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 1 drive is for seating purposes. The results of the Standard Penetration test are recorded at the respective testing depths on the Logs of Boring. The rock formation encountered in the test boring was evaluated by the Texas Department of Transportation Penetrometer (TxDOT Cone) test. The TxDOT Cone is driven with the resulting penetration in inches recorded for 100 blows. The results of the TxDOT Cone test are recorded at the respective testing depth on the Logs of Boring. The results of the boring program are presented on the Log of Boring, Figures 2 and 3. A key to the descriptive terms and symbols used on the logs is presented on Figure 4. 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg limits tests, percent passing #200 sieve, moisture content tests, and dry unit weight determinations. Hand penetrometer tests were performed on selected samples of the cohesive soils to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. An unconfined compressive strength tests was performed on a selected sample to determine the foundation bearing properties. To provide additional information about the swell characteristics of these soils (at their in-situ moisture conditions), an absorption swell test was performed on a selected sample of the clay soils. The results of our testing program are presented on the Log of Boring (Figures 2 and 3) and on the Swell Test Results (Figure 5). 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS The project consists of a single story building addition to the existing City of Coppell Animal's Shelter building located at 821 S. Coppell Road in Coppell, Texas. We understand that the proposed building addition will be located on the northeast side of the existing structure. The area of the building addition is covered with grass. There is an existing small tree present near the proposed building addition. See the Boring Plan (Figure 1) for site configuration, location and aerial view. ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 2 4.2 SITE GEOLOGY As shown on the Sherman Sheet of the Geologic Atlas of Texas, the site is where deposits of the Eagle Ford Formation are present. The Eagle Ford Formation typically consists of interbedded layers of clay, weathered clay shale and shale. Soils derived from these formations are typically highly plastic clays and shaley clays exhibiting a high shrink/swell potential with variations in moisture content. The Eagle Ford shaley clay soils typically have very high soluble sulfate levels. Grapevine Creek is present just south of the subject property. Unmapped alluvial deposits from this creek consisting of clay, sand and gravel were encountered within the test boring and extended to a depth of 38.5 feet below the existing ground surface. 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the boring, including descriptions of the various strata, their depths, and thicknesses, are presented on the Log of Boring. Note that depth on the boring refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. 4.4 GROUNDWATER CONDITIONS The boring was advanced using hollow stem auger methods. Advancement of the boring using these methods allows observation of the initial zones of seepage. Groundwater seepage was encountered at a depth of 23 feet below the existing ground surface. Shallower groundwater levels should be anticipated if construction occurs after periods of rain. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions, and rainfall. 5.0 ANALYSES AND RECOMMENDATIONS 5.1 EXECUTIVE SUMMARY We understand that the existing structure is supported by a shallow stiffened slab -and -beam foundation system over a low PI select fill building pad. The thickness of the select fill pad is ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 3 not known. Consideration was given to using the same type of shallow foundation system to support the proposed building addition. However, the subsurface exploration at this site revealed the presence of deep highly expansive clay soils over water bearing sands. The potential for large soil swell uplift movements exists for the building addition area. Deep over -excavation would be required adjacent to the existing structure in order to reduce the potential soil swell movements to acceptable levels for a shallow foundation system and/or for a slab -on -grade floor system. As an alternative to over -excavation and moisture conditioning, chemical injection using potassium based chemical could be considered to reduce the soil swell movements of the proposed building addition. However, the existing structure would potentially be subject to differential upward soil swell heave during the injection operations. As an alternative to having to perform either deep over -excavation and moisture conditioning using an elaborate system of shoring and/or underpinning to protect the existing structure or performing chemical injection that could possibly cause differential movements of the existing structure, a structurally supported floor slab supported by piers over a minimum 12 inch void space should be considered. We understand that this type of foundation system is preferred by the owner and design team. Recommendations for this foundation system are provided within this report. We recommend that the proposed building addition be supported by cased straight shafts into moderately hard to hard dark gray unweathered shale (see Section 5.3 of this report). Moderately hard to hard unweathered dark gray unweathered shale was encountered within the test boring at a depth of 40 feet below existing ground surface. If some structural movements are acceptable, consideration can be given to supporting the proposed building addition on an underreamed belled pier foundation system (see Section 5.4 of this report). The belled piers should be founded at depths ranging from 14 to 15 feet below final pad grade and founded in very stiff to hard clay soils. Recommendations for both a cased straight shaft pier foundation system and a belled pier foundation system are provided in this report. 5.2 SOIL MOVEMENT The subsurface exploration at this site revealed the presence of deep highly expansive clay soils. The existing clay soils will have a moderate to high shrink/swell potential depending upon their existing soil moisture condition at the time of construction. Potential soil swell movement calculations were performed using swell test results, pocket penetrometer readings, and moisture content tests to estimate the swell potential of the soil. ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 4 Potential soil swell upward movements within a typical 10 foot deep "active zone" have been estimated to be on the order of 3 inches based upon current soil moisture conditions and current grades at the test boring location. It should be noted that the clay soils were generally in a moist to average moisture condition at the time of this investigation. It should also be noted that if the clay soils are allowed to significantly dry prior to foundation construction that the potential "active zone" soil swell upward movements could increase to over 8 inches. In addition, the potential for additional "deep-seated" swell exists (see Figure 5) due to the presence of deep highly expansive clay soils. The assumed "active zone" swell values are upward soil movements that could occur due to typical seasonal moisture changes and soil swelling within the upper 10 feet as measured from finished floor grade. The deep-seated swell values are additional upward soil movements that could occur due to moisture changes and soil swelling below a typical 10 foot deep "active -zone". Deep-seated swell could occur due to groundwater fluctuations or free water sources such as ponding water conditions, percolation of water in landscaped areas, leaking sprinkler lines and/or leaking utility lines that are not detected and repaired in an expedient manner. The potential for additional deep seated swell ranging from 1 to 1.5 inches exists at this site. The magnitude of deep seated swell that will actually occur will depend upon the depths of water percolation that occurs over the serviceable life of the facility. 5.3 STRAIGHT SHAFT PIERS The proposed structure may be supported by a cased straight shaft pier foundation system. The drilled shafts should be straight -sided continuously reinforced shafts that bear within the moderately hard to hard dark gray unweathered shale. We recommend that the drilled shafts penetrate the bearing stratum to the minimum depths indicated in the notes for Table 1 to develop the allowable end bearing pressure and provide anchorage resisting uplift forces generated by the expansive clay soils. Moderately hard to hard dark gray unweathered shale was encountered within the test boring at a depth of 40 feet below existing ground surface. It should be noted that actual pier depths required during construction will vary depending upon depth to the specified bearing stratum, depth of required cut and/or fill, and design penetrations into the bearing stratum. ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 5 The allowable end bearing pressure and side resistance pressures are provided in Table 1 and have been developed based on the assumption that a minimum 2 pier diameter clear spacing will be provided between piers. For piers touching, a 50% reduction in skin friction should be used. Where the clear spacing is 2D, no reduction is necessary. For a spacing between 0 and 2D, a straight line interpolation should be used. TABLE 1. ALLOWABLE BEARING VALUES *For penetrations below temporary casing into moderately hard to hard dark gray unweathered shale exceeding 2 feet as verified by the AGG geotechnical team. The skin friction values provided are for compression loading and for resistance to soil swell uplift. For other tension loads (sustained uplift), the allowable skin friction is 50% of the value indicated above. Note 1: All penetrations into moderately hard to hard dark gray unweathered shale below temporary casings may be counted on for resistance to soil swell uplift. Note 2: We recommend that a minimum shaft diameter of 18 inches be used to support the proposed building addition. **A minimum penetration of 3 feet or 1 pier diameter into moderately hard to hard dark gray unweathered shale (whichever is greater) is recommended to develop the allowable end bearing pressure. Larger penetrations will likely be required to resist soil swell uplift. Penetrations into dark gray weathered shale (identified by its softer consistency and /or by iron staining or tan colored seams) should not be counted on for the design penetrations during pier installations. The design penetrations should be counted on only for penetrations into continuous moderately hard to hard dark gray unweathered shale below temporary casing. Design penetrations should not be counted on within the cased length. The skin friction values provided are for compression loading and for resistance to soil swell uplift. For other tension loads (sustained uplift), the allowable skin friction is 50% of the value indicated above. These foundations should be subject to settlements of one-half inch. Differential settlements should be on the order of one-quarter inch. ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 6 5.3.1 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS All piers will be subject to uplift loads as a result of swelling within the overlying clays. Straight shafts should be designed by the Structural Engineer with adequate penetration lengths in order to have sufficient anchorage in resisting uplift forces generated by soil swelling. The piers should have sufficient continuous vertical reinforcing steel extending to the bottom of the piers to resist the computed net uplift loads (uplift less dead load). The magnitude of the uplift loads varies with the shaft diameter, soil parameters, free water sources, and the depth of the active clays acting on the shaft. The uplift pressures can be approximated at this site by assuming a uniform uplift pressure of 2,500 pounds per square foot acting on the shaft perimeter for a depth of 12 feet. 5.3.2 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS Water bearing sands are present above the bearing stratum. Therefore, temporary casing will be required and should be anticipated for all pier installations. Temporary casing should be properly seated and sealed below the seepage zone to prevent seepage into the drilled shaft excavation. Care must be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. Concrete used for the shafts should have a slump of 6 inches plus or minus 1 inch and placed in a manner to avoid striking the reinforcing steel and walls of the shaft during placement. Complete installation of individual shafts should be accomplished within an 8 - hour period in order to help prevent deterioration of bearing surfaces. The drilling of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of the drilling. No shaft should be left open for more than 8 hours. Soils derived from the Eagle Ford Shale Formation typically have very high soluble sulfate levels. Sulfate resistant concrete mix designs utilizing fly ash is recommended for below - grade pier concrete due to potential sulfate rich soils at this site. The mix design should include the type and amount of cement and the type and amount of fly ash proposed. Since Type V cement is not locally available, we recommend that a fly ash/ cement mix design utilizing Type II cement and 25% Type F fly ash with a low CM concentration and a maximum water/cement ratio of 0.45 (an approved equal) be used for concrete in contact with these site soils due to its resistance to sulfate attack. We recommend that additional ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 7 ACI requirements for Class 3 exposure (sulfates that exceed 20,000 ppm) be considered for implementation at this site. We recommend that these ACI guidelines be used for design. We recommend that Alliance Geotechnical Group be retained to observe and document the drilled pier construction. The engineer, or his representative, should document the shaft diameter, penetration, depth, casing installations and extractions, cleanliness, plumbness of the shaft, and the type of bearing material. Significant deviations from the specified or anticipated conditions should be reported to the owner's representative and to the structural engineer. The drilled pier excavation should be observed to verify the bottom of the excavation is dry and thoroughly cleaned of cuttings after completion. Note: "Mushrooming" should not be allowed around piers, pier caps or grade beams. 5.4 BELLED PIER FOUNDATION SYSTEM If some structural movements are acceptable, belled piers may be considered at this site to support the proposed building addition. The belled piers should be founded in very stiff to hard clay soils at depths ranging from 14 to 15 feet below existing grade as verified by AGG. The recommended allowable bearing capacity for the belled piers founded in very stiff to hard clay soils is 3,500 psf. This value contains a factor -of safety of 3.0 based on the results of geotechnical borings. A bell to shaft ratio of 2.75:1 to 3:1 is recommended. A minimum shaft diameter of 18 inches is recommended for the belled piers. Note 1: It should be specified that the belling tool be at least 1 inch smaller than the drilled shaft diameter to minimize sloughing along the drilled shaft as the belling tool is used. The depth to bottom of the completed belled pier should be equal to or slightly deeper than the depth of shaft prior to belling to verify than there is no sloughing build-up at the bottom of the belled pier. 5.4.1 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS All piers will be subject to uplift loads as a result of swelling within the overlying clays. The underreamed shafts should have a base to shaft diameter ratio ranging from 2.75:1 to 3:1 to provide anchorage and to minimize the potential soil swell uplift (heave) of the belled piers. The piers should have sufficient continuous vertical reinforcing steel extending to the bottom of the piers to resist the computed net uplift loads (uplift less dead load). ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 8 The magnitude of the uplift loads varies with the shaft diameter, soil parameters, free water sources, and the depth of the active clays acting on the shaft. The uplift pressures can be approximated at this site by assuming a uniform uplift pressure of 2,500 pounds per square foot acting on the shaft perimeter for a depth of 12 feet. 5.4.2 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS Groundwater seepage was first encountered within the test boring at a depth of 23 feet which is deeper than the anticipated belled pier founding depths (14 to 15 feet below final pad grade). Therefore, it is anticipated that very little if any groundwater seepage will be encountered during the installation of the 14 to 15 foot deep belled piers as long as construction occurs during dry weather periods. If minor water seepage is occurring, the pier steel and concrete should be placed immediately after belling. If excessive groundwater infiltration is encountered in any area, AGG should be contacted immediately for recommendations. Concrete used for the shafts should have a slump of 6 inches plus or minus 1 inch and placed in a manner to avoid striking the reinforcing steel and walls of the shaft during placement. Complete installation of individual piers should be accomplished within a 4 -hour period in order to help prevent deterioration of bearing surfaces. The drilling of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after belling. No shaft should be left open for more than 4 hours. Belled piers should be concreted as soon as possible after belling (within 2 hours) in order to reduce the risk for water seepage and/or caving. Soils derived from the Eagle Ford Shale Formation typically have very high soluble sulfate levels. Sulfate resistant concrete mix designs utilizing fly ash is recommended for below - grade pier concrete due to potential sulfate rich soils at this site. The mix design should include the type and amount of cement and the type and amount of fly ash proposed. Since Type V cement is not locally available, we recommend that a fly ash/ cement mix design utilizing Type II cement and 25% Type F fly ash with a low CM concentration and a maximum water/cement ratio of 0.45 (an approved equal) be used for concrete in contact with these site soils due to its resistance to sulfate attack. We recommend that additional ACI requirements for Class 3 exposure (sulfates that exceed 20,000 ppm) be considered for implementation at this site. We recommend that these ACI guidelines be used for design. ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 9 We recommend that Alliance Geotechnical Group be retained to observe and document the drilled pier construction. The engineer, or his representative, should document the shaft diameter, underream diameter, depth, cleanliness, plumbness of the shaft, and the type of bearing material. Significant deviations from the specified or anticipated conditions should be reported to the owner's representative and to the Structural Engineer. The drilled pier excavation should be observed to verify the bottom of the hole is dry and thoroughly cleaned of cuttings after completion and prior to concrete placement. Note 1: A bell checker should be used to verify that proper bell sizes are being achieved and to verify that the bell bottoms are clean of cuttings. The bell checker should be used again just prior to placement of the reinforcing cage and concrete to verify that caving of the bell has not occurred. Note 2: "Mushrooming" should not be allowed around the top of piers, pier caps and/or grade beams. Note 3: An arborist should be consulted in regards to the use of root barriers and irrigated tree wells for nearby existing trees and for future new trees in order to minimize foundation settlements caused by soil shrinkage due to long-term tree root moisture absorption. Belled piers at this site will be subjected to differential movements caused by post - construction settlement and caused by post -construction shrink/swell movements. These foundations should be subject to foundation movements of about one inch. Differential movements should be on the order of one inch. 5.5 GRADE BEAMS Grade beams supported by piers should be constructed over a void space. A minimum void space of 12 inches should be provided between the bottom of these members and the subgrade. Permanent retainer forms should be used. Structural cardboard forms are one acceptable means of providing this void beneath these members. Care must be exercised during concrete placement to avoid collapsing the cardboard void boxes. The cardboard carton forms should not be allowed to become wet or crushed prior to concrete placement. Permanent earth retainer forms should be used. The exterior portions of the grade beams along the perimeter of the buildings should be carefully backfilled with on—site clayey soils unless specified otherwise below. The backfill soils should be placed at a moisture content between +1% and +4% above optimum ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 10 moisture content. The fill should be compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D-698 (Standard Proctor). 5.6 STRUCTURALLY SUPPORTED FLOOR SLAB Deep over -excavation would be required adjacent to the existing structure in order to reduce the potential soil swell movements to acceptable levels. Since deep over -excavation cannot be performed adjacent to the existing structure unless an elaborate system of shoring and/or underpinning is used to protect the existing structure, we recommend that a structurally supported floor slab over a minimum 12 inch void space be used. Due to the potential for excessive slab movements, one method of minimizing the effects of soil movements in areas sensitive to movement would be the use of structurally supported floor slab suspended above the underlying soils by a crawl space or a minimum twelve (12) inch void space maintained with permanent earth retainer forms. The void space created between the bottom of the floor slab and the subgrade will serve to reduce distress resulting from swell pressures generated by the clays. Any crawl space should be ventilated and drained. A suitable vapor barrier should be used below all floor slabs. Structural cardboard forms could be used to provide the required voids beneath the floor slab. If carton forms are used, care should be taken to assure that the void boxes are not allowed to become wet or crushed prior to or during concrete placement and finishing operations. Masonite placed on the top of the carton forms should be used to reduce the risk of crushing of the carton forms during concrete placement and finishing operations. As a quality control measure during construction, "actual' concrete quantities placed should be checked against "anticipated" quantities. Significant concrete 'overage" would be an early indication of a collapsed void. Note 1: A crawl space would be preferred to allow utility lines to be hung to the floor system and to allow access for future maintenance. Otherwise soil swell movements beneath utility lines would likely cause leaks and crush the pipe at connections to floor fixtures unless appropriate details are used to prevent upward movement (such as Super Void systems). All utility penetrations through grade beams and floor slabs should be sleeved appropriately to accommodate differential soil swell movement. Note 2: Large differential upward movements should be anticipated where sub -floor piping transitions to highly expansive soil at the building perimeter. Flexible connections should be used at the building perimeter to accommodate large differential movements. See Section 5.2 of this report. ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 11 Note 3: Concrete cut-off collars or clay plugs should be used for below grade piping adjacent to the building perimeter to minimize water seepage into the crawl space via utility trenches. Note 4: We recommend that a minimum 15 foot wide, 4 to 6 inch thick seal slab be placed adjacent to the existing structure within the void spaces of the addition. The required 12 inch void space should be accomplished as measured from the top of the seal slab. The seal slab will help minimize long-term drying and shrinkage of the supporting soils below the slab -on -grade sections of the existing structure. This should therefore minimize settlements of the existing shallow foundation system and floor slabs caused by long term evaporation and drying of soil within the void spaces and the adjacent slab -on -grade sections. 5.7 FLAT WORK AND PIPING CONSIDERATIONS Provisions should be made for post -construction differential upward movement of adjacent flat work and piping. Site grading plans should include provisions for the effects of soil swell movements on access and entry slabs, adjacent sidewalks and all pavements. See Section 5.2 of this report. Utility line details and fixtures should consider the potential for differential movement beneath any piping. To prevent potential tripping hazards, access and entry slabs should be elevated above the adjacent sidewalks and pavement slabs (where possible). We recommend that all access and entry slabs also be structurally supported on drilled shafts and suspended above the active clays by a minimum 12 inch drained void space. To prevent potential tripping hazards, these access and entry slabs should be elevated above adjacent sidewalks and pavement slabs and provided with transition slabs over a 12 inch void space that are hinged at grade beam connections and provided with toe beams at connections to adjacent flatwork. A schematic detail of a transition slab is provided below. Adequately Sloped Away from Building Hinged Connection to Accomodate Differential Slab -on -Grade Sidewalk Upward Soil Swell Movements / Transition Slab / Structural Supported Entry Ground Supported Toe Beam Pier Note: Transition slabs should have adequele length and should be sloped adequately to accommodate the soil swell indicated in the report. This Is required so that a positive slope away from the building is maintained after soil swelling occurs. ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 12 All void spaces should be drained. We recommend that Alliance Geotechnical Group be retained to review the project drawings and specifications to ensure compliance with the geotechnical report. 6.0 EARTHWORK GUIDELINES 6.1 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed structure and should prevent water from collecting or discharging near the foundations. Water must not be permitted to pond adjacent to the structures and pavements during or after construction. Otherwise, differential soil swell movements, and resulting differential foundation movements would occur. Leave outs for drilled shafts or around the perimeter of the structures should not be allowed to collect and hold water. These leave outs should be pumped out as needed. Surface drainage gradients should be designed to divert surface water away from the buildings and edges of pavements. Surface drainage gradients of sidewalks, pavements, and landscaping, within 30 feet of the buildings should be constructed with maximum slopes allowed by local codes. Provisions should be made for post -construction differential upward movement of adjacent flat work and all pavements. Site grading plans should include provisions for the effects of soil swell movements on access and entry slabs, adjacent sidewalks, and all pavements. See Section 5.2 of this report. The roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto the ground adjacent to the building foundations. Downspouts should discharge directly onto well -drained areas or drainage swales, if possible. Roof downspouts and surface drain outlets should discharge into erosion—resistant areas. Water permitted to pond in planters, open areas, or areas with unsealed joints next to the structures can result in excessive flatwork or pavement movements as indicated in this report. Exterior sidewalks and pavements will be subject to post construction movement as indicated in this report. These potential movements should be considered during preparation of the grading plan. Flat grades should be avoided. Where concrete pavement is used, joints ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 13 should also be sealed to prevent the infiltration of water. Since some post construction movement of pavement and flat work may occur, joints particularly around the building should be periodically inspected and resealed where necessary. 6.2 UTILITY TRENCH EXCAVATION Trench excavation for utilities should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. Fill placement in trenches should be performed as specified below. 6.3 PROOFROLLING AND SUBGRADE PREPARATION Prior to placing fill, the exposed subgrade in areas to receive fill should be stripped and proofrolled. Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 8 inch compacted lifts compacted to a minimum of 95% of maximum dry density as determined by ASTM D 698 at +1 % to +4% percentage points of its optimum moisture content. 6.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS The on—site surficial clays may be used for general grading and filling. The fill materials should be free of surficial vegetation or debris. Clay materials should be spread in loose lifts, less than 8 inches thick and uniformly compacted to a minimum of 95 percent of the maximum density as determined by ASTM D 698 (Standard Proctor) between +1 % and +4% above its optimum moisture content. The upper 8 inches within pavement areas should be compacted at -1% to +3% of optimum moisture content to a minimum of 98% Standard Proctor Density (ASTM D-698). 7.0 FIELD SUPERVISION Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all pier excavations, footing excavations, proofrolling, site and subgrade preparation, subgrade stabilization, pavement construction, and concrete placements be monitored by a qualified engineering technician. Density tests ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 14 should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. Alliance Geotechnical Group employs a group of experienced, well-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 8.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the test borings. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Alliance Geotechnical Group, Inc. should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of the client, their client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. ALLIANCE GEOTECHNICAL GROUP E17-0311 PAGE 15 FIGURES T N ALLlfil'ICE GEOTECHNICfIL CROUP Project No: E17-0311 PLAN OF BORINGS PROPOSED BUILDING ADDITION FIGURE NO: ANIMAL SHELTER COPPELL, TEXAS LOG OF BORING B-1 Project: Proposed Building Addition - Animal Shelter - Coppell, Texas Project No.: E17-0311 Date: 04/08/2017 Elev.: Location: See Figure 1 Depth to water at completion of boring: 24.5' Depth to water when checked: during drilling was: 23' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL I PL I PI 1-200 DD P.PEN UNCON Slraln DEPTH SAMPLER SYMBOLS DESCRIPTION feet & FIELD TEST DATA % % % % % Pd tsf ksf Dark gray and tan CLAY, jointed, w/ gravel, calcareous 2.2 nodules, concrete pieces, and sand seams (FILL) 23 1A 2.6 1.75 -- -- -- - --- --- --------- ---- Dark gray CLAY, jointed, w/ trace calcareous nodules ; 75 5 27 68 25 43 95 2.3 2.0 2.3 ------------------------------------------ Gray - -- -- - --- --- ---- ----- ---- Gray CLAY, jointed w/ trace calcareous nodules 2.25 28 2.6 10 15 5/8' 7/6" 20 7/6' -35 1416" 2216" 29/6" Tan and gray CLAY, jointed, w/ calcareous nodules and iron stains 25t67 z5 2 97 4.1 3.6 3.2 Tan fine SAND -water seepage at 23' Tan medium coarse to fine SAND w/ gravel Dark gray medium coarse to fine SAND w/ gravel and trace clay Notes: FIGURE:2 Alliance Geotechnical Group, Inc. 12/6" 14/6" — 17/6" -25 14/6" 19/6" 2316" -30 -35 1416" 2216" 29/6" Tan and gray CLAY, jointed, w/ calcareous nodules and iron stains 25t67 z5 2 97 4.1 3.6 3.2 Tan fine SAND -water seepage at 23' Tan medium coarse to fine SAND w/ gravel Dark gray medium coarse to fine SAND w/ gravel and trace clay Notes: FIGURE:2 Alliance Geotechnical Group, Inc. LOG OF BORING B-1 Project: Proposed Building Addition - Animal Shelter - Coppell, Texas Project No.: E17-0311 Date: 04/08/2017 Elev.: Location: See Figure 1 Depth to water at completion of boring: 24.5' Depth to water when checked: during drilling was: 23' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain (feel) & FIELD TEST DATA % % % % % pcf lsf ksf Dark gray medium coarse to fine SAND w/ gravel and trace clay ------------------------------------- 31/6" 50/3" Firm to moderately hard dark gray weathered SHALE, ---50/1" -- - - -- - --- --- ---- ----- 40 =—= 50/0.75• fractured, block _=-- Moderately hard to hard dark gray SHALE —= 50/1" -45 --- 50/0.75" Boring terminated at 45' -50 -55 -60 -65 70 Notes: Alliance Geotechnical Group, Inc. FIGURE:3 Symbol Description Strata symbols logs. Abbreviations used are: z CLAY SAND SHALE, weathered EU SHALE Misc. Symbols W Water table when checked Water table at boring completion Boring continues Soil Samplers Thin Wall Shelby Tube 1Notes: KEY TO LOG TERMS & SYMBOLS Symbol Description Standard Penetration Test m THD Cone Penetration Test Auger I1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 12. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content (%) PL = plastic limit (�) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:41 Alliance Geotechnical Group, Inc. SWELL TEST RESULTS PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. RWfil'ICE GROUP ATTERBERG IN-SITU FINAL % BORING DEPTH UNIT LIMITS MOISTURE MOISTURE LOAD VERTICAL NO. (FEET) WEIGHT CONTENT CONTENT (PSF) SWELL LL PL PI B-1 5-6 95.0 68 25 43 26.5 28.0 688 1.8 B-1 14-15 97.1 67 25 42 25.0 26.5 1,813 1.5 PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. RWfil'ICE GROUP SECTION 8 ADDENDA T H E - C I T Y - O F Addendum 1 8-1 Addenda