WA9601-CN 980310 COIVT'/~iGT DOr-,LtmE/V'F,~
CITY OF COPPELL, TEXAS
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR THE CONSTRUCTION OF
WAGON WHEEL RANCH
2.0 M.G. ELEVATED STORAGE TANK
PROJECT NO. WA-96-01
BID NO. Q0198-03
PREPARED BY
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
JANUARY, 1998
/
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
Project No. WA-96~01
Bid No. Q0198-03
CHANGE ORDER NO. 1
A. INTENT OF CHANGE ORDER
-- The intent of this change order is to modify the provisions of the contract entered into between the City of
Coppell, Texas and Landmark Structures, Inc., 1665 Harmon Road, Fort Worth, Texas 76177, for
construction of the Wagon Wheel Ranch Elevated Storage Tank, dated March 10, 1998.
B. DESCRIPTION OF CHANGE
1. At the pre-construction conference, Landmark Structures requested permission to paint the tank bowl
' after it is assembled on the ground and before it is hoisted into position. This is contrary to the project
requirements for surface preparation of the tank bowl as outlined in SC.10.C. Surface Preparation, of the
Special Conditions to the project specifications which requires the tank to be fully assembled prior to
' painting. The City of Coppell hereby modifies that requirements of SC. 10.C and will allow exterior and
interior painting of the tank bowl once it is assembled on the ground and before it is hoisted into its final
position on the tank column. The interior and exterior paint systems on the tank bowl are to be re-blasted
' and coated to a point no less than 2 -feet from the tank bowl/roof plate seam once the roof plates are
welded into position. This change order provides for a lump sum deduct from pay item number one for
consideration of procedural changes in the application of the paint coating system.
2. As directed by the City of Coppell, 1,940 linear feet of 24-inch waterline is to be constructed along Sandy
Lake Road from Coppell Road to Whispering Hills Drive. The extra work is identified on the Sandy Lake
Road Water Line Plans, sheets 7, 8, and 9, marked "Wagon Wheel Ranch, Change Order No. 1, and dated
April 24, 1998. The referenced construction plans are now a part of this project. This work is added in an
effort to coordinate with construction for a new development in the vicinity.
C. EFFECT OF CHANGE ON CONTRACT AMOUNT
This change order will have the following effect on the cost of this project:
No. Description Quantity This C.O. Quantity Unit Price of Change
' la Deduct from Lump Sum Pay Item No. I 0 1 1 L.S. $34,000 ($34,000.00)
for revisions to tank painting procedures
2 Furnish and Install 24" Water Line by 0 1,709 1,709 L.F. 76.30 130,396.70
' including Embedmerit
3 Furnish and Install 24" Water Line by 0 105 105 L.F. 300.00 31,500.00
other than Open Cut
4 Furnish and Install 24" Water Line with 0 136 136 L.F. 350.00 47,600.00
36" Encasement Pipe, by other than
Open Cut
5 Furnish and Install 8" PVC Water Line, 0 40 40 L.F. 27.00 1,080.00
with Embedmerit
j:\clerical\coppellX96-149XspecsXco-ldoc (4/30/98) Page 1 of 2
City of Coppell ]j
Wa. gon Wheel Elevated Storage k
Change Order No. 1
Page No. 2 of 3
Item
No.
6
7
8
9
Description
Furnish and Install 24" Butterfly Valve
Furnish and Install 12" Gate Valve
Furnish and Install 8" Gate Valve
Furnish and Install 3" Air and Vacuum
Release Valve
10 Furnish and Install 24" Push-on Dished- 0 2
Head Plug, with Concrete Blocking
11 Remove &Replace Existing Asphalt 0 70
Pavement
12 Extra Crushed Stone for Embedmerit 0 15
13 Furnish, Install, Maintain &Removal of 0 1
Erosion Control Devices
14 Furnish, Install & Maintain Traffic 0 1
Control Devices
15 Desgin & Install Trench Safety Systems 0
16 Profit and Overhead (Items 2-15) 0
Original Contract Amount
Change Order No. 1
Revised Contract Amount
Previous] Quantity I Revised I Unit Amount
Quantity This C.O. Quantity Unit Price of Change
0 2 2 Ea. 6,000.00 12,000.00
0 2 2 Ea. 1,200.00 2,400.00
0 5 5 Ea. 1,000.00 5,000.00
0 1 1 Ea. 3,600.00 3,600.00
2 Ea. 1,200.00 2,400.00
70 S.Y. 45.00 3,150.00
15 C.Y. 20.00 300.00
1 L.S. 1,200.00 1,200.00
1 L.S. 2,300.00 2,300.00
1,709 1,709 L.F. 1.00 1,709.00
1 1 L.S. 20,000.00 20,000.00
2,256,717.00
230,635.70
$2,487,352.70 10.22%
EFFECT OF CHANGE ON CONTRACT TIME
It is hereby agreed that work associated with Change Order Number 1, Items 2-15 shall be completed within
45 days after delivery of pipe to the job site. The expected shedule is as follows:
Council Approval of Change Order Number 1:
Purchase Order and Production of Pipe:
Construction of Items 2 through 15:
May 1 l, 1998
May 12 through June 15, 1998
June 16 through July 31, 1998
j:\clerical\coppell\96-149Xspecs\co-l.doc (4/30/98)
Page 2 of 3
City of Coppell Dk
Wagon Wheel Elevated Storage Tank
· Change Order No. 1
Page No. 3 of 3
AGREEMENT
By the signatures below, duly authorized agents of the City of Coppell, Texas and Landmark Structures, Inc.,
do hereby agree to append this Change Order No. 1 to the original contract between themselves, dated
March 10, 1998.
By:
Date:
Attest:
Attest:
j:\clerical\coppell\96-149Xspecs\co-l.doc (4/30/98) Page 3 of 3
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
Project No. WA-96-01
Bid No. Q0198-03
CHANGE ORDER NO. 2
TANK
A,
C,
INTENT OF CHANGE ORDER
The intent of this change order is to modify the provisions of the contract entered into between the City of
Coppell, Texas and Landmark Structures, Inc., 1665 Harmon Road, Fort Worth, Texas 76177, for
construction of the Wagon Wheel Ranch Elevated Storage Tank, dated March 10, 1998.
DESCRIPTION OF CHANGE
This change order covers the extra work required to adjust the alignment of the Sandy Lake Road Waterline
(Change Order No. 1) approximately 3-feet south of its planned location from Station 87+93.50 to Station
89+50.25. The alignment adjustment is required to avoid conflict with an existing GTE telephone duct bank.
The extra work includes re-setting the bore pits, trench safety and bore machine, and field adjustment of the
reinforced concrete cylinder pipe.
EFFECT OF CHANGE ON CONTRACT AMOUNT
This change order will have the following effect on the cost of this project:
Item
No.
7A
Description
Field Adjust Waterline Alignment
Quantity This C.O. Quantity Unit Price of Change
Original Contract Amount
Change Order No. 1
Change Order No. 2
2,256,717.00
230,635.70
4,000.00
Revised Contract Amount
$2,491,352.70
EFFECT OF CHANGE ON CONTRACT TIME
It is hereby agreed that work associated with Change Order No. 2, will add no additional working days to this
project.
Original Contract Time
Time, Change Order No. 1
Time, Change Order No. 2
Revised Contract Time
460 calendar days
0 calendar days
0 calendar days
460 calendar days
Wagon Wheel Ranch Elevated Storage Tank (C.O. #2)
j:\clerical\coppell\96-149~specs\co-2.doc
i
Page 1 of 2
(7/21/98)
AGREEMENT
By the signatures below, duly authorized agents of the City of Coppell, Texas and Landmark Structures, Inc.,
do hereby agree to append this Change Order No. 2 to the original contract between themselves, dated
March 10, 1998.
City Of Coppell, Texas LANDMARK STRUCTURES, INC.
Owner
By: _~/~fi..~
Date:
Attest: .~~t~
By:
Date:
Attest:
Wagon Wheel Ranch Elevated Storage Tank (C. O. #2) Page 2 of 2 (7/21/98)
j :\clericalk:oppel 1X96~ 149~pecs\co-2 doc
WAGON WHEEL
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
Project No. WA-96-01
Bid No. Q0198-03
CHANGE
ORDER NO. 3
INTENT OF CHANGE ORDER
The intent of this change order is to modify the provisions of the contract entered into between the City of
Coppell, Texas and Landmark Structures, Inc., 1665 Harmon Road, Fort ~Worth, Texas 76177, for
construction of the Wagon Wheel Ranch Elevated Storage Tank, dated March 10, 1998.
DESCRIPTION OF CHANGE
This change order covers the extra work required to substitute a free span complete storage floor consisting of
a concrete deck and wall mounted 1-ton jib crane with electric hoist in place of the partial galvanized steel
storage floor and supports and ½-ton capacity free standing jib crane and hoist.
EFFECT OF CHANGE ON CONTRACT AMOUNT
This change order will have the following effect on the cost of this project:
No. Description Quantity This C.O. Quantity Unit Price of Change
I G.2 'A-ton Free Standing Jib Crane and Hoist 1
0 0 L.S. ($9,100) ($9,100.00)
1G. 3 Galvanized Steel Partial Storage Floor I 0 0 L.S. ($13,000) ($13,000.00)
and Supports
1G.2 1-ton Wall Mount Jib Crane and Electric 0 1 I L.S. $2,000 $2,000.00
Hoist
1G.3 Free Span Concrete Complete Storage 0 1 I L.S. $67,700 $67,700.00
Floor
I Total: $47,600.00
Original Contract Amount
Change Order No. 1
Change Order No. 2
Change Order No. 3
Revised Contract Amount
2,256,717.00
230,635.70
4,000.00
47,600.00
$2,538,952.70
Wagon Wheel Ranch Elevated Storage Tank (C.O. #3) Page 1 of 2 (9/9/98)
j :\clerical\coppell\96-149\specsXco-3 doc
D,
EFFECT OF CHANGE ON CONTRACT TIME
It is hereby agreed that work associated with Change Order No. 3, will add no additional working days to this
project.
Original Contract Time
Time, Change Order No. 1
Time, Change Order No. 2
Time, Change Order No. 3
Revised Contract Time
460 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
460 Calendar days
Eo
AGREEMENT
By the signatures below, duly authorized agents of the City of Coppe!l, Texas and Landmark Structures, Inc.,
do hereby agree to append this Change Order No. 3 to the original contract between themselves, dated
March 10, 1998.
By:
Date:
Attest:
By: k./~f_//'X~r~ct°r
Date: I~ ""[ I -~'e~r'~t
Landmark Structures, Inc.
Attest:
Wagon Wheel Ranch Hevated Storage Tank (C. O. #3)
j\clerical~,coppell\96-149Xspecs\co-3doc
Page 2 of 2
(9/9/98)
~ 10' Overflow'. /~' ' "
I
· I .
i///~~_~ Access_
i . dd r
~L_Relnforcement '
~8 @ 12' ~c . ;.or '
ew
4 x'4 / W4 - W4 ~F
I
i '
/ ~ Hgtch Opening
. ~/Handrall
-- -- , ' below
See Bwg. 818-J ~ 12'wld~x14' T~ck Drier below
1, System - Composite concrete sis. b/steel floor deck. Total slab depth- 5-'1/2",
- Simply supported non composite st~ctural s~eel beam support,
2, Design Standards - SOl- spec~flcatlon a~[ commentary
- AISC- allowable stress design
3, Design Mve Load - 125 psi
4, Material Specffic~tion - Refer to detail drawings,
5, Finish - galvanize all exposed metal deck and framing
- steel trowel conch'eta slab finish
Dst~
LAKE GENEVA - # 512
LANDMARK
INTERMEDIATE FLOOR
PLAN/GENERAL DESIGN
06/96
S13 -A
~. Tower Stair Framing
24" FI11/12' Overflow Opening Frame
·
Stair Opening
.I
BM - W24 x 68
I 16'- 9 - 1/8' I '
T
}~)l ! Structural Framing
19'- I - 1/4' I~ ~
~,___' ................
BM - W27 x 84
4'x3
Continuous between beams.
36.95".
1. See Dwg. S13- F for beam fabricat[on details.
2. Dimensions and angles shown are to the (~ of inserts
Ray,
Date
FLOWER MOUND - # 515
LANDMARK
Data
INTERMEDIATE FLOOR
STRUCTURAL FRAMING
06 / 96 I:)wrk
S13 - S2
Chk.
1/2" dla.'Expanslon Anchors @ 16" c/c
Sealant
1/2' Expanslon Joint (Install w/1/2' Cap Strip)
1/4" Expansion Joint
!.'i';.~';,',~'j ~ Cell Closure (shown) or Girder Filler (beam connection locations)
· . ,: · , . .,..... . ,..': .-. :, · ..,..
· .', ' '. :.' L Metal Deck
;',L;~· ,!~ - between deck and angle
PERIMETER ANGLE DETAIL
Beam Hanger Insert Platew/10 pc's. 3/4" EC-2FW
Beam Hanger Plate w/10 pc's. 3/4' A325; SC bolts
681,70
· ', . Lift 3
, .~, ..
· ; ~ ·
.:-I:[D::
,
.:...~..
Elev. 677.30 (Bottom of Insert Plate )
· ..: .'.'. - ·
: ,' · · , · ~o Elev. 676.80 ( Top of Floor )
..:, .... ,,. ~7
,. : ,..
· .:. '..,.'
,..
~~"~/~ap
BM 1 /BM 2
;
Beam Shea' Connection Plate, Fasten w/12 pc's, 3/4' A325- SO bolts
BEAM CONNECTION DETAIL
Data
FLOWER MOUND - # 515
LANDMARK
INTERMEDIATE FLOOR
CONNECTION DETAIL
Date 06 196 Own, CTR
~ Chk. S13 - ,,S3
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
Project No. WA-96-01
Bid No. Q0198-03
CHANGE ORDER NO. 4
INTENT OF CHANGE ORDER
The intent of this change order is to modify the provisions of the contract entered into between the City of
Coppell, Texas and Landmark Structures, Inc., 1665 Harmon Road, Fort Worth, Texas 76177, for
construction of the Wagon Wheel Ranch Elevated Storage Tank, dated March 10, 1998.
B. DESCRIPTION OF CHANGE
a) Revisions to the alignment of Northpoint Drive and all associated work as directed by the City. This
results in an overall reduction in the lump sum bid amount for Pay Item No. 1 in the amount of ·
$19,923.60. A breakdown of the affected schedule of values included in Pay Item No. 1 is attached to this
change order.
b) Revisions to the alignment of Northpoint Drive and all associated work as directed by the City. This
results in an overall increase in the bid amount for Alternate A (Pay Items 1A through 6A and Item 8A) in
the amount of $6,124.40.
c) As requested by the City, the substitution of a 20~inch motor operated resilient seat gate valve and 12-inch
manually operated resilient seat gate valve in lieu of the planned 24-inch motor operated butterfly valve
and 12-inch motor operated bypass valve at the Wagon Wheel Ranch Elevated Storage Tank. This results
in an overall reduction in the lump sum bid amount for Pay Item No. 1 in the amount of $3,806.00. A
breakdown of the affected schedule of values included in Pay Item No. 1 is attached to the change order.
d) As requested by the City, deletion of the motor operator for the 24-inch gate valve at the existing elevated
storage tank. This results in an overall reduction in the lump sum bid amount for Pay Item No. 1 in the
amount of $7,744.00. A breakdown of the affected schedule of values included in Pay Item No. 1 is
attached to this change order.
e) As requested by the City, backfill compaction testing and report for the portion of the Sandy Lake Road
water line constructed under change order number one. This adds $2,253.00 to the contract.
Wagon Wheel Ranch Elevated Storage Tank (C.O. #4)
\XsjfXsjf_vo12\ptojects~clericalXcoppell\96-149xspecsM:o4 .doc
Page I of 4 (10/7/98)
EFFECT OF CHANGE ON CONTRACT AMOUNT
This change order will have the following effect on the cost of this project:
Item
No.
lc
Id
1A
2A
3A
4A
5A
8A
9A
Previous ~ Quantity [ Revised {
Description Quantity This C.O. Quantity Unit
Deduct for Revisions to Northpoint 0 1 1 L.S.
Drive
Deduct for Valve Substitution at 0 I 1 L.S.
the Wagon Wheel Ranch E.S.T.
Deduct for Motor Operator 0 1 1 L.S.
Deletion at the Existing E.S.T.
6" Reinforced Concrete Pavement 1,963 (16) 1,947 S.Y.
6" Monolithic Curb 1,205.5 (668.5) 537 L.F.
Lime Treated Subgrade 2,125 (52) 2,073 S.Y.
Lime 34 (1) 33 TON
Unclassi~ed Street Excavation 354 269 623 C.Y.
Remove Existing Pavement and 0 104 104 S.Y.
Curb Including Saw Cut
Backfill Compaction Testing 0 1 L.S.
(Sandy Lake Road Water Line)
1
Total:
Original Contract Amount
Change Order No. 1
Change Order No. 2
Change Order No. 3
Change Order No. 4
Revised Contract Amount
2,256,717.00
230,635.70
4,000.00
47,600.00
(23,096.20)
$2,515,856.50
Unit Price
Amount
Of Change
( 19,923.60) (19,923.60)
(3,806.00) (3,806.00)
(7;744.00) (7,744.00)
/
22.00 (352.00)
2.00 (1,337.00)
2.80 (145.60)
100.00 (100.00)
23.00 6,187.00
18.00 1,872.00
2,253.00 2,253.00
($23,096.20)
EFFECT OF CHANGE ON CONTRACT TIME
It is hereby agreed that work associated with Change Order No. 4, will add no additional working days to this
project.
Original Contract Time
Time, Change Order No. 1
Time, Change Order No. 2
Time, Change Order No. 3
Time, Change Order No. 4
Revised Contract Time
Wagon Wheel Ranch Elevated Storage Tank (C.O. #4)
\~sjtX~jf_vo12\projects\cleficalXcoppell\96-149XspecsXco-4. doc
460 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
460 Calendar days
Page 2 of 4
(10/7198)
AGREEMENT
By the signatures below, duly authorized agents of the City of Coppeli, Texas and Landmark Structures, Inc.,
do hereby agree to append this Change Order No. 4 to the original contract between themselves, dated
March 10, 1998.
By:
LANDMARK STRUCTURES
Date:
Attest:
City of Coppeil, Texas
Owner
/C~'~' ~'q,d' ~/ Date:
Atte st:
Landmark Structures, Inc.
{o-
Wagon Wheel Ranch Herated Storage Tank (C. O. #4) Page 3 of 4 (10/7/98)
\~jtxsjf_vo12\projeclsXclericalXcoppell\96-149kspee. sko-4.doc
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE
Project No. WA-96-01
Bid No. Q0198-03
SCHEDULE OF VALUES FOR PAY ITEM NO. 1
WAGON
Item Previous Quantity Revised
No. Description Quantity This C.O. Quantity Unit
D,6 Landscaping/Dry Stream I -1 0 L.S.
D.6a Landscaping/Dry Stream 0 I 1 L.S.
E. 1 24" RCCP and Appurtenances 395 (127) 268 L.F.
E.2 12" Water Line and Appurtenances 240 (58) 182 L.F.
E.5 24" RCP 188.5 30.3 218.8 L.F.
G.6 Tank Mechanical/Valves 1 -1 0 L.S.
G.6a Tank MechanicalNalves 0 I 1 L.S.
1,1 6" Paving -Parking and Drive 2,981 142 3,123 S.Y.
1.2 6" Monolithic Curb 182.5 (46.5) 136 L.F.
1.3 Lime Treated Subgrade -Parking 3,155.5 160.1 3,314.6 S.Y.
and Drive
J. 1 Fencing I - 1 0 L.S.
J.la Fencing 0 1 I L.S.
TANK
UnitPrice
~1,300.00
.t
2'1,800.00
187.34
72.50
49.87
112,100.00
100,550.00
29.15
6.58
3.93
100,500.00
102,100.00
Amount-
of Change
(21,300.00)
21,800.00
(23,792.18)
(4,205.00)
1,511,06
(112,100.00).
100,550.00
4,139.30
(305.97)
629.19
(100,500.00)
102,100.00
Wagon Wheel Ranch Elevated Storage Tank (C.O. #4)
\~j~Mjf_,,'o12Xpmject~:l~fic. alXcopl~:lIX96-149~l~.Xc.o-4.do~
Page 4 of 4
ao/7/98)
WAGON WHEEL RANCH ELEVATED STORAGE TANK
Project No. WA-96-01
Bid No. Q0198-03
CITY OF COPPELL, TEXAS
STORAGE TANK
CHANGE
ORDER NO. 5
INTENT OF CHANGE ORDER
The intent of this change order is to modify the provisions of the contract entered into between the City of
Coppell, Texas and Landmark Structures, Inc., 1665 Harmon Road, Fort Worth, Texas 76177, for
construction of the Wagon Wheel Ranch Elevated Storage Tank, dated March 10, 1998.
DESCRIPTION OF CHANGE
The City of Coppell has requested the addition of 8-inch water line stub-out and 8-inch gate valve in
Northpoint Drive. The attached revised plan shows the location of the requested stub-out.
The contract documents provide that the Cityof Coppell will furnish the SCADA equipment for the Wagon
Wheel Ranch Tank consisting of the RTU, RTU Enclosure, 2 watt UHF Radio and the Antenna. The
contractor is to install the equipment and make it operational. This change order covers the extra expense
incurred by the contractor to also furnish the above listed equipment.
EFFECT OF CHANGE ON CONTRACT AMOUNT
This change order will have the following effect on the cost of this project:
No. Quantity This C.O. Quantity Unit Of Change
17 0 1 1 Ea. $970.00 $970.00
18 0 1 1 Ea. $6,240.00 6,240.00
Description
Addition of 8-Inch Water Line
Stub-out and Gate Valve
Furnishing required SCADA
equipment at the Wagon Wheel
Ranch Tank
I I
Total:] [ [ $7,210.00
Original Contract Amount
Change Order No. 1
Change Order No. 2
Change Order No. 3
Change Order No. 4
Change Order No. 5
Revised Contract Amount
$2,256,717.00
230,635.70
4,000.00
47,600.00
(23,096.20)
7,210.00
$2,523,066.50
Wagon Wheel Ranch Elevated Storage Tank (C. O. #5)
\xengine~ring~,sjf_~jf_vo12.sjfiproject~le~jcah:oppellL06-149'tspecsXco-5.doc
T
Page I of 2 (5/21/99)
D,
EFFECT OF CHANGE ON CONTRACT TIME
It is hereby agreed that work associated with Change Order No. 5, will add no additional working days to this
project.
Original Contract Time
Time, Change Order No. 1
Time, Change Order No. 2
Time, Change Order No. 3
Time, Change Order No. 4
Time, Change Order No. 5
460 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
Revised Contract Time
460 Calendar days
AGREEMENT
By the signatures below, duly authorized agents of the City of Coppell, Texas and Landmark Structures, Inc.,
do hereby agree to append this Change Order No. 5 to the original contract between themselves, dated
March 10, 1998.
City of Coppell, Texas
By:
Landmark Structures, Inc.
ontractor
Attest: Attest:
Wagon Izr'heel Ranch Elevated Storage Tank (C.O. #5)
\~-ngineering~.sjf_sjf_vo12.sjt~jectsxclericaBcoppell~96-149~.o-5.doc
Page 2 of 2 (5/21/99)
I' ;
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
Project No. WA-96-01
Bid No. Q0198-03
CHANGE ORDER NO. 6
TANK
A,
B,
INTENT OF CHANGE ORDER
The intent of this change order is to modify the provisions of the contract entered into between the City of
Coppell, Texas and Landmark Structures, Inc., 1665 Harmon Road, Fort Worth, Texas 76177, for
construction of the Wagon Wheel Ranch Elevated Storage Tank, dated March 10, 1998.
DESCRIPTION OF CHANGE
,
C,
The City of Coppell has requested the addition of a sidewalk to be constructed from the south driveway to the
man door, and the addition of curbs on both driveways near the truck doors.
The City of Coppell has requested that the proposed dry stream be eliminated from this contract and the
driveway radius be enlarged in this area to allow safer movement of vehicles. This work involves the addition
of 24" RCP storm sewer pipe, pipe collars, compacted backfill, hydromulch, 6" reinforced concrete pavement
on a crushed stone base and all other appurtenances and work necessary to eliminate the dry stream from this
contract.
EFFECT OF CHANGE ON CONTRACT AMOUNT
This change order will have the following effect on the cost of this project:
Item
No.
19
20
IPrevious ] Quantity Revised ] Unit Price
Description Quantity This C.O. Quantity Unit
Curb and Sidewalk ] 0 [ 1 I L.S. ] $1,620.00
Elimination of Dry Stream { 0 1 { 1 L.S. $4,020.00
[ Total:J
Amount
Of Change
$1,620.00
$4,020.00
$5,640.00
Original Contract Amount
Change Order No. 1
Change Order No. 2
Change Order No. 3
Change Order No. 4
Change Order No. 5
Change Order No. 6
Revised Contract Amount
$2,256,717.00
230,635.70
4,000.00
47,600.00
(23,096.20)
7,210.00
5,640.00
$2,528,706.50
Wagon Wheel Ranch Elevated Storage Tank (C. O. #6) Page I of 2 (9/3/99)
j:Xclerical\coppcll\96-149XspecsXco-6.doc
EFFECT OF CHANGE ON CONTRACT TIME
It is hereby agreed that work associated with Change Order No. 6, will add no additional working days to this
project.
Original Contract Time
Time Change Order No. 1
Time
Time
Time
Time
Time
Change Order No. 2
Change Order No. 3
Change Order No. 4
Change Order No. 5
Change Order No. 6
460 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
0 Calendar days
65 Calendar days
Revised Contract Time
525 Calendar days
E,
AGREEMENT
By the signatures below, duly authorized agents of the City of Coppell, Texas and Landmark Structures, Inc.,
do hereby agree to append this Change Order No. 6 to the original contract between themselves, dated
March 10, 1998.
City o Coppelt, Texas
By:
Date: ~//rc~,/C2
Attest:
By:
Date:
andmark Structures, Inc.
~r~ ac~/~ tor
Attest:
Wagon Wheel Ranch Elevated Storage Tank (C. O. #6) Page 2 of 2 (9/3/99)
j :\clerical\coppell\96-149~specs\co-6.doc
ROSS L. JACOBS, P.E.
RONALD V. CONWAY, P.E.
JOHN W. BIRKHOFF, P.E.
JOE R. CARTER, P.E.
GARY C. HENDRICKS, P.E.
I.C. FINKLEA, P.E.
PAUL A. CARLINE, P.E.
MATT HICKEY, P.E.
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214) 361-7900
September 10, 1999
Mr. Kenneth M. Griffin, P.E.
City Engineer/Director of Public Works
City of Coppell
Post Office Box 478
Coppell, Texas 75019
Re: Wagon Wheel Ranch Elevated Tank
Change Order Number 6
Dear Mr. Griffin:
We are enclosing five copies of Change Order Number 6 to your contract with Landmark Structures, Inc. for
the construction of the Wagon Wheel Ranch Elevated Storage Tank. Change Order Number 6 provides for
that extra work required to delete the proposed dry rock stream, and add a sidewalk and curbs near the truck
doors.
If this change order is acceptable, please have all five copies executed on behalf of the City of Coppell and
return three copies to our office. We are available to discuss this project further at your convenience.
Sincerely yours,
Paul A. Carline, P.E.
Enclosure
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
PROJECT NO. WA-96--01 BID NO. Q0198-03
ADDENDUM NO. 1 January 28, 1998 '
The plans and specifications for the construction of the City of Coppell, Texas, Wagon Wheel Ranch Elevated
Storage Tank project, for which bids are to be received until 2:00 p.m., February 19, 1998, are hereby modified
as follows:
Refer to the Notice to Bidders and revise the Pre-Bid Conference date from 2:00 p.m., February 15, 1998
to 2:00 p.m., February 5, 1998.
,
Bidders shall acknowledge receipt of Addendum No. 1 in the space provided in the Proposal and on the
outer envelope of their bid, and by faximl back the "Transmittal of Addendum Aelmowled~,ment
Sheet" to Shimek, Jacobs & Finklea, L.L.P. at (214:} 361-0204.
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
JAcopl~ll'~614c~sI~csx4dd-I .do~
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
PROJECT NO. WA-96-01 BID NO. Q0198-03
ADDENDUM NO. :2
February 11, 1998
The plans and specifications for the construction of the City of Coppell, Texas, Wagon Wheel Ranch Elevated
Storage Tank project, for which bids are to be received until :2:00 p.m., February 19, 1998, are hereby modified
as follows:
1. Refer to the Notice to Bidders and revise the Pre-Bid Conference date from 2:00 p.m., February 15, 1998 to
2:00 p.m., February 12, 1998.
,
Refer to Special Conditions, Section SC.8 C. 17) - Project Plaque in the specifications and insert the
following:
"The Tank contractor shall furnish and install a brass project dedication plaque set into the tank column at a
location to be specified in the field by the Owner. The Plaque shall be no less than 12" x 18" and show the
Project Name and Tank Capacity, date completed, current City of Coppell City Council, City Manager,
Director of Public Services/City Engineer, Tank Contractor and Consulting Engineer.
"A plan for the plaque indicating material, size and required names shall be submitted for approval to the
Project Engineer no less than three (3) weeks prior to the completion of the project. No separate payment
shall be made for the work described in this section. All work, materials and necessary appurtenances of this
portion of the project are included in the lump sum bid for the elevated storage tank."
Refer to Special Conditions, Section SC.8 C. 18) - SCADA Connection in the specifications and insert the
following:
SC.8 C. 18) SCADA Connections
a) Scope
This section covers the SCADA system modifications required at the Village Parkway
Pump Station, and the instrumentation modifications required at the existing 1.5 Million
Gallon Elevated Storage Tank and the proposed Wagon Wheel Ranch Elevated Storage
Tank.
b)
Submittals
Submit catalog literature, specification material, and installation and operation manual for
each instrument and device specified herein.
Submit outline, dimensional drawings and wiring diagrams to the Engineer for review.
Submit shop drawings for new instrumentation and control panels, SCADA System panels
and modified instrument panel, and wiring changes at the existing elevated tank.
J:\coppell\96149Mspecs\add-2.doc
Page 1 of 3 Addendum No. 2
c)
d)
System Responsibility
The Contractor shall assume complete "System Responsibility" for the instrumentation
system and modifications. "System Responsibility" shall mean that the Contractor is
responsible for the overall operation, satisfactory performance, and integration of the
individual components into the whole system so that the entire system functions as
intended by the Contract DoCuments.
Existing SCADA System and Components on Hand
The existing SCADA System utilizes Motorola Moscad remote terminal units (RTU) and
communicates via split frequency UHF 2 watt radios. The SCADA System primary host
computer resides at the Village Parkway Pump Station and utilizes the run/development
WONDERWARE graphical software package and the WIN 911/411 alarm software
package. This system was installed by G.E. Team Controls, 11359 Kline Dr., Dallas, Texas
75229, phone (972) 389-7700, and accepted by the City of Coppell in 1996-1997.
The existing SCADA System includes an RTU at the existing elevated storage tank
currently providing tank level data, chlorine residual data and other pertinent information.
The existing elevated tank RTU has discrete input spares for motor operated valve status
and 2 discrete output spares for valve open and valve closed positions.
The future elevated storage tank was included in the recent SCADA contract. The primary
host computer, Wonderware and WIN 911/411 software have been programmed for the
Wagon Wheel Ranch Tank. The City has taken delivery of the Wagon Wheel Ranch
Elevated Tank SCADA System RTU, RTU enclosure, UHF 2 watt radio and antenna.
A copy of the City of Coppell's SCADA System I/O Recap is attached for reference.
e) SCADA System Modifications
Existing 1.5 m~ Elevated Storage Tank
Connect input/output from the proposed motor operated valve to the Existing RTU as
indicated on the Electrical Control Schematics on Construction Plan Sheet No. 14 of
17. Make modifications as required at the SCADA host computer at the Village
Parkway Pump Station to accommodate the motor operated valve control and position.
ii.
Proposed Wagon Wheel Ranch Tank
Install the City furnished RTU, RTU enclosure, UHF radio and antenna as shown on
the Electrical Floor Plan and Details, Construction Plan Sheet No. 12 of 17. Make
connection from the proposed instrumentation and equipment to the Owner furnished
RTU as shown on the Electrical Control Sehernaties, Construction Plan Sheet No. 13 of
17. Make all modifications required at the SCADA host computer at the Village
Parkway Pump Station to remotely acquired data and control the Wagon Wheel Ranch
Elevated Tank operation.
Operations and Maintenance Manuals
No less than six (6) weeks prior to the completion of the project, compile an Operations
and Maintenance Manual on the instrumentation equipment and SCADA modifications.
These manuals shall include detailed instructions, periodic calibration requirements and
maintenance, as well as recommended spare parts lists.
J :\coppel 1\96149~specs~add-2. doc
'1
Page 2 of 3 ,4ddendum No. 2
g) Payment
No separate payment will be made for the work performed in accordance with this section
of the specifications. All work, materials and necessary appurtenances for this portion of
the project are included in the lump sum bid for the Elevated Storage Tank.
4. Refer to Special Conditions SC.8 C. - Accessories. Add the following subsection:
19) Chloramine Residual Analyzer
The tank contractor shall furnish and install a Cabinet Mounted Chloramine Residual Analyzer, Wallace
& Tiernan, Micro 2000, or approved equal.
5. Refer to the Construction Plans, Sheet 12. Strike all references to the 24" x 36" Sump w/Sump Pump, Zoeller
#2P551. A sump pump is not required on this project. Refer to the Construction Plan Sheet No. 4 for the
applicable floor drain detail.
6. Refer to the Table of Contents in the specifications and revise the page numbers as follows.
Section 1 - Bidding and Contract Documents Section - Page No.
Proposal/Bid Schedule & Prevailing Wage Rates ................................................1-12 thru 1-24
Standard Form of Agreement (Contract) ..............................................................1-25 thru 1-29
Performance Bond .................................................................................................1-30 thru 1-31
Payment Bond ................................................... ....................................................1-32 thru 1-33
Maintenance Bond ....................................................................................................................'1-34
City of Coppell's Supplementary Conditions to the NCTCOG Standard
Specifications for Public Works Construction, General Provisions ....................1-35 thru 1-40
Section 4 - Special Conditions
Electrical ...................................................................................................................................4-24
Landscape ..............................................................................................................................SC-47
7. Bidders shall acknowledge receipt of Addendum No. 2 in the space provided in the Proposal and on the outer
envelope of their bid. and by faxin~ back the "Transmittal of Addendure Acknowledl, ment Sheet" to
Shimek, Jacobs & Finklea, L.L.P. at (214} 361-0204.
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
J :\coppell\96149XspecsXadd-2.doc
Page 3 of 3
A ddendure No. 2
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
PROJECT NO. WA-96-01 BID NO. Q0198-03
ADDENDUM NO. 3
February 16, 1998
The plans and specifications for the construction of the City of Coppell, Texas, Wagon Wheel Ranch Elevated
Storage Tank project, for which bids are to be received until 2:00 p.m., February 19, 1998, are hereby modified
as follows:
m
The Contract Time for this project is hereby modified as follows:
All items of work related to the Base Bid shall be completed and in service within four hundred (400)
Calendar Days. Work item related to Additive Alternate Bid "A" shall be completed within sixty (60)
calendar days beyond the base bid time. Work items related to Additive Alternate Bid "B" shall be
completed with twenty (20) calendar days beyond the base bid time.
a)
Refer to the Instruction to Bidders, Section 8. Contract time. Delete the first two sentences in
subsection 8.1 in its entirety and replace with the following:
"Time is of the essence on this project. In no case shall the contract time exceed four
hundred (400) calendar days for the work associated with the Base Bid. Additive Alternate
Bid Item "A", if constructed, shall be constructed within sixty (60) calendar days beyond the
base bid time. Additive Alternate Bid Item "B", if constructed, shall be constructed within
twenty (20) calendar days beyond the base bid time.
b)
Refer to pages 1-17 and 1-18 of the Proposal and Bid Schedule. Delete these pages in their
entirety and replace with the attached pages 1-17 and 1-18, marked with "Addendure No. 3" in the
lower right hand comer of the page.
Refer to the Performance Bond, Page 1-30 of the Bid Documents. This project requires a two year
maintenance bond which is included in the bid documents. Therefore, strike all references to maintenance
requirements in the Performance Bond. Specifically, eliminate from the Performance Bond the clause
beginning with "...and, if the Principal shall repair and/or replace all defects..." and ending with "... and
final acceptance of the Work by the Owner." The City of Coppell will issue a revised Performance Bond
at the time of contract award.
Refer to Page 4-4 of the Special Conditions, Section SC.8.B.2) Concrete Column of Tank. Revise the last
sentence of the second paragraph of this section as follows:
Strike reference to 54 foot minimum tank column diameter and replace with 52 foot minimum.
J :\coppell\96149Xspecs\add-3. doc
Page I of 3 Addendure No. 3
Refer to Page 4-5 of the Special Conditions, Section SC.8.C.3) Accessories, Ladders Append the
following to the last sentence of the first paragraph of this section.
"...shall have round rungs with a gnarled finish."
Refer to Page 4-7 of the Special Conditions, Section SC.8.C.7) Accessories, Access Doors. Delete the last
two sentences of the first paragraph of this subsection. The overhead doors are tO be manually operated.
Refer to Page 4-9 of the Special Conditions, Section SC.8.F. Foundations Delete the last paragraph of this
section concerning testing of the foundation in its entirety.
Refer to Page 4-9 of the Special Conditions, Section SC.9. Control Valve and Electric Valve Operator.
The system operation shall include motor operators for both the 24-inch butterfly valve and the 12-inch
by-pass gate valve. Revise all pertinent subsection of this specification to include motor operation of the
12-inch gate valve.
Refer to page 62 of the Special Conditions, Section SC.23 .A.9.b) Guarantee for Underground Irrigation
System. The irrigation system guarantee shall mn for a period of two (2) years in accordance with the
project specifications. Strike all reference to a one year guarantee in this section and revise the guarantee
to two years.
Refer to page SC-47 of the Special Conditions, Section SC.21 A.2) Related Sections. Revise sC.73 to
read SC.23 and revise SC.74 to read SC.22.
10.
Refer to page SC-54 of the Special Conditions, Section SC.22 A.2) Related Work. Revise SC.74 to read
SC.22 and revise SC.72 to read SC.21.
11.
Refer to Construction Plan Sheet No. 1. The Material Storage Bin parameter wall is to be constructed
integral with the screening fence as shown on the Fence and Storage Bin Details, Sheet No. 8. The
coordinates shown for the fence comers apply on this sheet. Strike all references, associated coordinates
and dimensions relative to "Bin Wall Comer" or "Storage Bin Wall".
12. Refer to Construction Plan Sheet No. 4, Floor Plan and Sections.
a)
Refer to the Legend. Items T and U are to be revised to AWWA C-900 PVC with mechanical
joint ductile iron fittings.
b) Refer to Section B-B of Overflow Pipe.
i) The centerline of the overflow pipe discharge line is hereby revised to Elevation 527.5
ii)
The flap valve (legend Item "C") is called out in Note 7 on this sheet. Strike reference to
Waterman F25F and replace with APCO Model 118, rubber lined with BUNA-N flapper.
The contractor is to construct a reinforced concrete valve support to be centered under the
valve. Minimum dimensions are 6" thick by 3' wide.
c) Refer to Section A-A.
i)
The 24" RCCP inlet pipe fitting "S" may be modified to a 90 degree restrained joint bend
at the contractor's choice. Inlet pipe "R" may be modified to a restrained joint fitting
below the tank foundation.
ii) Gate Valve "E" shall be rotated so that the operator is in the horizontal plane.
J:\coppell\96149~specs\add-3.doc
Page 2 of 3
/lddendum No. 3
13.
14.
15.
16.
17.
iii)
Clarification. Both the 24-inch Butterfly Valve and the 12-inch Gate Valve on the
Elevated Storage Tank Inlet Piping are to be motor operated. See modifications to SC. 9
of the specifications in this addendum.
Refer to construction Plan Sheet No. 5, Tank Elevation and Details.
a) Revise the handrail height in Note No. 2 to 42-inches.
b) Eliminate all references to "Gutter Drain". A gutter drain i's not required on this project.
Refer to construction Plan Sheet No. 6, Details. Platform Section A-A. Strike the lower table of the
representative sizes and dimensions of spiral stairs in its entirety. The spiral staircase dimensions shall
conform to the manufacturers guidelines for a 72" diameter opening staircase with' a 12-foot rise. The
spiral staircase shall be manufactured by Stairways, Inc., 4199 Pinemount, Houston, Texas 77018 (713)
680-3110, or equal.
Refer to Construction Plan Sheet No. 8, Fence and Storage Bin Details.
a)
Refer to the Brick Veneer Fence Elevation and the Welded Steel Gate Elevation. The Brick
Column dimension in both of these details shall be revised to 20"x 20".
h)
Refer to the Plan-Fence Rail at Picket detail. Strike the direction to "Punched to receive pickets at
6" O.C .". The 2"x2", 11 gauge steel channel tube is not required to be punched.
Refer to Construction Plan Sheet No. 9.
a) Add 1-24" butterfly valve to the items to be furnished and installed at Station 1+73.93.
b)
The 24" waterline shall be Prestressed Concrete lined Cylinder Pressure Pipe (Class 150),
AWWA C301, or Pretensioned Concrete Pressure Pipe (Class 150), AWWA C303.
Bidders shall acknowledge receipt of Addendum No. 3 in the space provided in the Proposal and on the
outer envelope of their bid, and by faxing back the "Transmittal of Addendure Acknowledt, ment
Sheet" to Shimek, Jacobs & Finklea, L.L.P. at (214) 361-0204.
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
J:\coppell\96149\specs\add-3 .doc
Page 3 of 3
Addendum No. 3
BID SUMMARY
BASE BID + ADDITIVE ALTERNATE "A" (Item 1 + Items 1A thru 6A)
Total Price Bid in Words:
Total Calendar Days Bid in Words:
Four Hundred (400) Calandar Days (Base Bid) +
Sixty (60) Calandar Days (Additive Alternate "A")
?-
r'
BASE BID + ADDITIVE ALTERNATE "B' (Item 1 + Items 1B thru 3B)
Total Price Bid in Words:
Total Calendar Days Bid in Words:
Four Hundred (400) Calandar Days (Base Bid) +
Twenty (20) Calandar Days (Additive Alternate "B")
,
BIDDER agrees that all Work awarded will be completed within Four Hundred (400) calendar days for the
Base Bid work and within Sixty (60) additional calandary days beyond the base bid time for Additive
Aimmate Bid "A", or twenty (20) additional calandar days beyond-the base bid time for Additive Alternate
Bid "B". Contract time will commence to run as provided in the Contract Documents.
Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the
applicable signature page.
BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal
property to be incorporated into the project. Said taxes are not included in the Contract Price (See
Instructions to Bidders).
The terms used in this Bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
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.
SUBMITTED on ,19
l:XCopp~llX96149~lpe~-Ib.do~ 1 - 18 Addendura No. 3
Item
No.
ADDITIVE ALTERNATE "B"
Estimated l
Quantity Unit i Description and Price in Words
1B 380 S.Y.
2B 107 C.Y.
3B 1 Ea.
For Furnishing and Installing 8-Inch Crushed
Stone Pavement (Northpoint Drive)
· complete in place, the sum of
Dollars
and
Cents per Square Yard.
For Unclassi~ed Street Excavation
complete in place, the sum of
Price in Extended
Figures Amount
and
Cents per Cubic Yard.
Dollars
For Type III Barricades
complete in place, the sum of
and
Cents per Each.
Dollars
.TOTAL AMOUNT - ADDITIVE ALTERNATE "B" Citems 1B Through 3B)
The undersigned hereby proposes and agrees to perform all work of whatever nature required in strict
conformance with the plans and specifications, and to furnish and construct the Wagon Wheel Ranch Elevated
Storage Tank, complete in place, together with all necessary appurtenances, and to complete all items of work for
the Base Bid within Four Hundred (400) consecutive calendar days after issuance of the work order.
SUMMARY OF BIDS:
BASE BID (Item 1)
BASE BID + ALTERNATE "A" (Item 1 plus Items 1A- 6A)
BASE BID + ALTERNATE "B" (Item 1 plus Items 1B- 3B)
$
$
$
Total Amount Rid
TOTAL NUMBER OF CALENDAR DAYS:
BASE BID (Item 1)
ALTERNATE "A" (Item 1 ·plus Items 1A- 6A)
ALTERNATE "B" (Item 1 plus Items 1B- 3B)
1-17
Calendar Days Rid
400 Calandar Days
60 Calandar Days
20 Calandar Days
THE CITY OF COPPELL, TEXAS
CITY COUNCIL
Candy Sheehan, Mayor
Marsha Tunnell, Mayor Pro Tem
Norman Alexander
Chuck Sturges
Danny Watson
Lanny Mayo
Larry Wheeler
Bill York
CITY MANAGER
Jim Witt
DEPUTY CITY MANAGER'
Clay Phillips
CITY ENGINEER
Kenneth M. Griffin, P.E.
TABLE OF CONTENTS
Section 1 - Bidding and Contract Documents Section - Page No.
Notice to Bidders .................................................................................................................1-2
Instructions to Bidders .........................................................'. ............................1-3 thru 1~11'
Proposal/Bid Schedule & Prevailing Wage Rates ................: .............· ............1-12 thru 1-22
Standard Form of Agreement (Contract) ........................................................1-23 thru 1-27
Performance Bond ...........................................................................................1-28 thru 1-29
Payment Bond ................................................................................................;. 1-30 thru 1-31
Maintenance Bond ......................................................................................,'L ....................1-32
City of Coppelrs Supplementary Conditions to the NCTCOG Standard
Specifications for Public Works Construction, General Provisions .............. 1'33 thru 1-38
For this contract, the following standards, provisions,
amendments, etc., are APPROVED as the official specifications:
"Standard Specifications for Public Works Construction, North
Central Texas, 2nd Edition, 1987, including latest Amendments."
Section 2 - Specific Project Requirements .........................................................................2-1 thru 2-6
Section 3 - Special Provisions to Standard Specifications for Construction ................. 3-1 thru 3-4
For this project, the Standard Specifications for Public Works
Construction - North Central Texas, as prepared by the North Central
Texas Council of Govemments and the City of Coppell Standard
Construction Details shall govem all work to be done, together with any
additional Special Specifications or Specific Project Requirements
included herein.
Section 4 - Special Conditions
· General ...........................................................................................................................~ 4-2
Electrical ......................................................................................................................4-20
Landscape ....................................................................................................................4-43
Geotechnical Investigation
THESE DOCUMENTS INAL AND
ARE FOR CO , BIDD 9'
J:XCoppel IX96149Xsp~Xl nd~x- I. doc
SECTION 1
BIDDING AND CONTRACT DOCUMENTS
WAGON
NOTICE TO BIDDERS
CITY OF COPPELL, TEXAS
WAGON WHEEL RANCH ELEVATED STORAGE TANK
The City of Coppell is accepting bids' for the 2.0 Million Gallon 'Wagon Wheel Ranch Elevated Storage
Tank (AWWA D100). In addition to the elevated tank, the project includes approximately 1,963 square
yards of 6-inch reinforced concrete pavement, 292 linear feet of 24-inch waterline, 2,981 square yards of
reinforced concrete material storage area, 150 cubic yards reinforced structural material storage bin walls,
along with all necessary appurtenances. Sealed bids addressed to the Purchasing Agent, City of Coppell,
Texas, for Wagon Wheel Ranch Elevated Storage Tank will be received in the Purchasing Office at the
City of Coppell Town Center, 225 Parkway Boulevard, until 2:00 p.m. on February, 19, 1998, and then
publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City
of Coppell Bid No. Q0198-03, designated clearly on the exterior of the bid envelope.
A Pre-Bid Conference is scheduled for February 15, 1998 at 2:00 p.m., at the City of Coppell's Town
Center. Attendance to the Pre-Bid Conference is not mandatory to bid.
Proposals shall be accompanied by a cashier's or certified check upon a national or state bank, or savings
and loan in an amount not less than five percent (5%) of the total maximum bid price, payable without
recourse to the City of Coppell, or a bid bond in the same amount from a reliable surety company, as a
guarantee that the bidder will enter into a contract and execute performance bond and payment bond
within ten (10) days after notice of award of contract to him. The notice of award of contract will be
given by the Owner within ninety (90) days following the opening of bids.
The successful bidder must furnish performance bond upon the form provided in the amount of 100
percent of the contract price and a material and labor payment bond upon the form provided in the
amount of 100 percent of the contract price from an approved surety company holding a permit from the
State of Texas to act as surety, or other surety or sureties acceptable to the Owner.
The 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.
Plans, specifications and bidding documents may be purchased from the office of Shimek, Jacobs &
Finklea, L.L.P., Consulting Engineers, 8333 Douglas Avenue, Suite 820, Dallas, Texas 75225, for the sum
of Seventy-Five Dollars ($75.00) per set.
J:\Copl~llLO6149~XSec-I .do~ l -2
INSTRUCTIONS TO BIDDERS
Defmed Terms
Terms used in these Instructions to Bidders which are defmed in the Standard Specifications for
Public Works Construction - North Central Texas, latest addition, as prepared by the NCTCOG, and
the Supplementary Conditions of Agreement, have the meanings assigned to them in these General
Conditions. The term "Bidder" means one who 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 to whom the Owner (on the basis of the O.Wner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to
Bidders, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all
Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "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" 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 478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any
or all parts ofthe'work and the materials to be used therein.
Scope of Work
This project is generally located off Northpoint Drive. The project shall consist of the construction
of one 2.0 million gallon elevated storage tank, including all appurtenances and the extension of
Northpoint Drive. The work shall be as shown on the construction plans and shall consist of
fumishing all labor, equipment, tools and incidentals necessary to complete the work, including bm
not limited to: excavations, backfills, pipe, disposal of waste materials, etc. as described in the plans
and specifications.
Copies of Bidding Documents
3.1
Plans, specifications and bidding documents may be purchased from the office of Shimek,
Jacobs & Finklea, L.L.P., Consulting Engineers, 8333 Douglas Avenue, #820, Dallas, Texas
75225, for the sum of Seventy-Five Dollars ($75.00) per set. Plans and specifications may be
inspected at the office of Shimek, Jacobs & Finklea, L.L.P. during normal business hours.
A)
No bidding documents will be issued later than two (2) days prior to the bid opening
date.
B)
C)
After award of the Contract, the successrid Bidder will be fumished five (5) sets of
Contract Documems at no charge. Additional sets over five (5) will be fumished for
$25.00 per set.
Bidding documents may be examined free of charge at the office of Shimek, Jacobs &
Finklea, L.L.P., 8333 Douglas Avenue, #820, Dallas, Texas 75225.
l:\CoppellLO614cAspecs~See-l.doc
1-3
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.
The Contractor represents that no employee or officer of the City has an interest.in the Contractor.
Examination of Contract Documents and Site
6.1
Access to the site shall be from Northpoint Drive off of Royal Lane. Prospective Bidders shall
respect all improvements. It is the responsibility of each Bidder 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 data famished 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 Contraetor'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. 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 lime, price
and other terms and conditions of the Contract Documents.
J:x13oppellLO6149xsp~csXScc-l.doc
1-5
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 ~om 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.
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. The required
information to be submitted shall consist of, but shall not necessarily be limited to, the following:
Current Project F. Kperience
A list of all projects presently under construction by the bidder including approximate cost and
completion date shall be submitted upon request.
Past PrOject Experience
The Bidder shall submit a list of five completed projects which have been in successrid service
for a minimum of three years. The projects shall be similar in nature to the scope of work
required by this project.
Equipment
The Bidder shall provide a list of equipment which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this project, properly
and expeditiously and shall state what additional equipment, if any, that he must rent/lease as
may be required to complete this project.
Financial
Each Bidder shall be prepared to submit upon request of the Owner a current balanced
financial statement with no evidence of threatening losses as evidenced by a current audited
certified financial statement. This information will be used to confirm that the Bidder has
suitable financial status to meet obligations incidental to performing the work.
Technical EXperience
The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical
experience to properly complete this project.
Certification signed, dated and sealed by a Professional Engineer, registered in the State of
Texas that Items A, B, C and E above are tree and correct.
1-4
I r
6.4
6.5
On request in advance, 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 upon completion of such
explorations.
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 fumishing the work required by the Conh'act 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 fumishingofthe Work.
Interpretations and Addenda
7.1 All questions about the meaning or intent of the Contract Documents are to be directed to
Shimek, Jacobs & Finklea, L.L.P. Interpretations or clarifications considered necessary'by the
Design Engineer in response to such questions will be issued by Addenda mailed to all bidders
recorded as having received the Bidding 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.
Contract Time
8.1
As time is of the essence on this project, the contract time will be considered in the
Contractor's proposal. In no case shall the contract time exceed 400 calendar days. The time
for completion in calendar days is as established by the Contractor's proposal. All work shall
be complete within the calendar day count required by the Contractor's Proposal. The calendar
day count shall commence ten (10) calendar days after the date of the Notice to Proceed. '
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 1.36 of the General Conditions.
Liquidated Damages
Provisions for liquidated damages are set forth in the Item 1.36.1, General Provisions of the Contract.
J:'~Coppelh96149%specs~ec-I .doc
1-6
10.
11.
12.
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 Agreemere. No substitutions should be considered dttring the bidding process.
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 aeeompartied 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, 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. Biddex~s Bid price may
be increased (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 who Contractor has reasonable objection.
Bid Proposal
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. 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 ttrdess authorized in writing by
the Owner.
12.2
The legal status of the Bidder, that is, as a corporation, parmership, 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 "
l:\Copl~llX96149~sp~s~ec-1 .do~
1-7
13.
14.
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 attomey
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a f'h"m 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 attomey-in-
fact. If signed by an attomey-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.
Provision Concerning Escalator Clauses
Bids containing any condition which provides for changes in the stated bid pri,ces due to increase or
decrease in the costs of materials, labor, or other items required for this project, may be rejected and
returned to the Bidder without being considered.
Estimates of Quantifies
The quantities listed in the Bid Form will be considered as approximate and will be used for the
comparison of bids. Payments will be made to the Contractor only for the actual quantities of work
performed or materials furnished in accordance with the contract. The quantity of work to be done
and the materials may be increased or decreased as provided for in the Contract Documents.
15. Submission of Bids
16.
Bids (pages 12-21) 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 478,
Coppell, Texas 75019 until 2:00 p.m. February 19, 1998, and then publicly opened and read aloud.
Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project
title, City of Coppell Bid No. Q0198-03, and the name and address of the Bidder shall be submitted.
If the Bid is sent through the mall or other delivery system, the sealed envelope shall be enclosed in a
separate envelope with the notation "BID ENCLOSED: WAGON WHEEL RANCH ELEVATED
STORAGE TANK" on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas.
Modificafion 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 parmership, corporation or association, under the same or
different names, will not be considered. Reasonable grounds for believing that a Bidder is interested
l:~Copl~llX96149~peoXSec-I .doc I -R
m
18.
19.
in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids
in which prices are obviously unbalanced may be rejected.
Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but
the Owner may, in its sole discretion, release any Bid prior to that date.
Award of Contract
19.1 The Owner reserves the right to reject any and all Bids, to waive any and all formalities 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, nonresponsive,
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.
19.2
19.3
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the
Bids comply with the prescribed requirements, unit prices, completion time, and other data, as
may be requested in the Bid form or prior to the Notice of Award.
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.
19.4
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.
19.5
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.
19.6 If the contract is to be awarded, the Owner will give the Successrid Bidder a Notice of Award
within ninety (90) days after the date of the Bid opening.
J:\Coppell\96149~pecsXSec-I .doc ]. -9
20.
21.
22.
23.
24.
25.
26.
27.
Execution of Agreement
Within fifteen (15) days after written notification of award of the conWact, the Successful Bidder
shall execute and furnish to the Owner three (3) original signed contracts, including bonds, and
Certificates of Insurance.
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.
Bid Compliance
Bid must comply with all Federal, State, county and local laws.
any illegal alien.
Contractor shall not hire nor work
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 Contractor shall commence work within ten
(10) calendar days after the date of Notice to Proceed.
State and City Sales Taxes
The Contractor's attention is directed to State of Texas, Tax Code, Section 151-311.
This section provides that all items used or consumed by a Contractor can be purchased free of State and
City sales tax if necessary and essential for the performance of the contract and completely consumed at
the job site and when the project is being performed for an agency exempt under State of Texas, Tax Code,
Section 151.309.
This contract is issued by an agency which qualified for exemption pursuant to the provisions of State of
Texas, Tax Code, Section 151.309.
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.
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.
J:\Copl~ll~96149x,~p4~'k~c-I .doc
1-10
28.
29.
Venue
This agreement will be governed and construed according to the laws of the State of Texas.
agreement is performable in Dallas County, Texas.
This
Maintenance Bond
The Contractor shall provide, on the form provided, a two year Maintenance Bond at the completion
· of the project. The bond must be provided prior to final payment by the City.
J:~Coppell~614~specs',Sec-l.doc l-11
PROPOSAL
r-
PROJECT IDENTIFICATION: Wagon Wheel Ranch Elevated Storage Tank in Coppell, Texas.
BID OF Landmark Structures, Inc. DATE:
(NAME OF FIRM)
February 19, 1998
TH/S
BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q0198-03
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 ~tmish all Work as
specified or indicated in the Contract Documents for the Contract Price and within the Contract Time
indicated in this Bid and in accordance with the other terms and conditions of the Contract
Documents.
BIDDER accepts all of the terms and conditions of the Advertisement 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 v~ith other documents required by the
Bidding Requiremems within fiReen (15) days after the date of OWNER's Notice of Award.
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: 1 2 3
Date: 1/28/98 2/11/98 2/16/98
Rec'd: 1/28/98 2/11/98 2/16/98
(b)
BIDDER has familiadzed itself with the nature and extem 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.
Item. Estimated
No. Quantity Unit
CITY OF COPPELL, TEXAS
Wagon Wheel Ranch 2.0 MG Elevated Storage Tank
Bid No. Q 0198-03
BID SCHEDULE
BASE BID
Description and Price in Words
Price in
Figures
Extended
Amount
1 1 L.S.
For Performing all Work of whatever nature
required in strict conformance with the Plans
and Specifications to construct a 2,000,000
Gallon Composite Elevated Steel Water
Storage Tank (Reinforced Concrete Column
and 2,000,000 Gallon Steel Tank) (AWWA
D100), together with all necessary
appurtenances including Design, Materials
and Labor and for all work called for in the
Plans and Specifications, with the Exception
to Paving Improvements to Northpoint Drive
complete in place, the sum of Two Million,
One Hundred Ninety-One Thousand,
Six Hundred Twenty-Eight Dollars
and No
Cents per Lump Sum.
$2,191,628.00
$2,191,628.00
TOTAL AMOUNT - BASE BID (Item No. 1)
$2,191,628.00
J :x~oppelR96149x~peu~Su:- I A .wk4
! rE
1-15
ADDITIVE ALTERNATE "A"
Item
No.
Estimated
Quantity
Unit
1A 1,963 S .Y.
2A 1,205.5 L.F.
Description and Price in Words
For Furnishing and Installing 6-Inch
Reinforced Concrete Pavement (Northpoint
Drive)
complete in place, the sum of
Twenty-Two
and No
Cents per Square Yard.
Dollars
For Furnishing and Installing 6-Inch
Monolithic Curb (Northpoint Drive)
complete in place, the sum of
Two
and No
Cents per Linear Foot.
Dollars
Price in
Figures
$22.00
$2.00
Extended
Amount
$43,186.00
$2,411.00
r'
7-
3A 2,125 S.Y.
For Lime Treated Subgrade
complete in place, the sum of
Two
and Eighty
Cents per Square Yard.
Dollars
$2.80
4A 34 Tons
For Lime
complete in place, the sum of
One Hundred
and No
Cents per Ton.
Dollars
$100.00
5A 354 C.Y.
For Unclassi~ed Street Excavation
complete in place, the sum of
Twenty-Three
and No
Cents per Cubic Yard.
Dollars
$23.00
6A 5 Ea.
For Type III Barricades
complete in place, the sum of
Four Hundred
Dollars
and No
Cents per Each.
TOTAL A1VIOUNT - ADDITIVE ALTERNATE "A" (Items 1A Through 6A)
$400.00
J:~,oppdr~6149~pt~l~ec,-IA.wk4
1-16
$5,950.00
$3,400.00
$8,142.00
$2,000.00
$65,089.00
Unit
S.Y.
2B 107 C.Y.
ADDITIVE ALTERNATE "B"
Description and Price in Words
For Furnishing and Installing 8-Inch Crushed
Stone Pavement (Northpoint Drive)
complete in place, the sum of
Twelve
NO
per Square Yard.
Dollars
complete in F
Twenty-Nine
and No
Cents per C1
Excavation
Dollars
Price in
Figures
$12.00
/
$29.00
$3,103.00
t
F'
3B 1 Ea.
III Barricades
in place, the sum of
Four Hundred
and No
Cents per Each.
Dollars
$400.00
AMOUNT - ADDITIVE ALTERNATE "B" Citems 1B Through 3B)
$400.00
$8
The undersigned hereby proposes and agrees to perform all work of whatever nature required in strict
conformance with the plans and specifications, and to furnish and construct the Wagon Wheel Ranch Elevated
Storage Tank, complete in place, together with all necessary appurtenances, and to complete all itemsof work for
the Base Bid within Four Hundred (400) consecutive calendar days at~er issuance of the work order.
SUMMARY OF BIllS:
BASE BID (Item 1)
BASE BID + ALTERNATE "A" (Item 1 plus Items 1A- 6A)
BASE BID + ALTERNATE "B" (Item 1 plus Items 1B- 3B)
Total Amount Bid
$2,191,628.00
$2,256,717.00_
!'
TOTAL NUMBER OF CALENDAR DAYS:
BASE BID (Item 1)
ALTERNATE "A" (Item 1 plus Items 1A- 6A)
ALTERNATE "B" (Item 1 plus Items IB- 3B)
J:x~opl~ll~6149%ll:~.caX3t~:-lA. wk4
1-17
Calendar Days Bid
400 Calandar Days
60 Calandar Days
20 Calandar Days
7
7
BID SUMMARY
BASE BID + ADDITIVE ALTERNATE "A" (Item 1 + Items 1A thru 6A)
Total Price Bid in Words: Two Million, Two Hundred Fifty-Six Thousand,
Seven Hundred Seventeen Dollars and No Cents ($2,256,717.00)
Total Calendar Days Bid in Words:
Four Hundred (400) Calandar Days (Base Bid) +
Sixty (60) Calandar Days (Additive Alternate "A")
7
7'
Total P
- r~llars ~ts ($2,199,691.00)
Total Calendar Days Bid ;-: '~¢ords:
- tl~ase Bid) +
' ^ "W')
,
BIDDER agrees that all Work awarded will be completed within Four Hundred (400) calendar days for the
Base Bid work and within Sixty (60) additional calandary days beyond the base bid time for Additive
Alternate Bid "A', or twenty (20) additional calandar days beyond tlie base bid time for Additive Alternate
Bid "B'. Contract time will commence to run as provided in the Contract Documents.
Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the
applicable signature page.
BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal
property to be incorporated into the project. Said taxes are not included in the Contract Price (See
Instructions to Bidders).
The terms used in this Bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
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.
SUBMITTED on February 19, 1998.
l:\CoppelIX96149~pe~xgee- I b.doe l - l g
OUESTIONNAIRE
Each Bidder shall write in the name, where indicated, of the manufacturers of equipment which
Bidder proposes to furnish and the subcontractors the Bidder plans to utilize. Not more than one manufacturer's
or subcontractor's name shall be listed for each item of equipment. Upon award of a contract, the named
equipment Shall be furnished. Substitutions will be permitted only if named equipment or subcontractor does not
meet the requirements of the Contract Documents,. the manufacturer or subcontractor is unable to meet the.
requirements of the construction schedule, or the manufacturer or subcontractor is dilatory in complying with the
requirements of the Contract Documents. Substitutions shall be subject to concurrence of the Owner and shall be
confirmed by Change Order.
Preliminary acceptance of equipment listed by manufacturer's name shall not/in any way constitute
a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with
the Contract Documents.
Failure to furnish all information required may be cause for rejection of the Bid.
Equipment
Jib Crane
Hoist/Trolley
Overhead Door
Chlorine Analyzer
Level Transmitter
Anchor
Shaw-Box
Overhead Door Corp.
Wallace & Tieman
Rosemont
Manufacturer
Discipline
Cathodic Protection
Electrical/Controls
Fencing
Yard Piping
Paving
Painting
Harco
Harrell & Associates
Hardscape
V. J. Strand
Brookshire
TASCO
Subcontractor
l:XCopl~lK96149xll:~l~X.~c-lb.do~
1-19
7
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 90 calendar days from the date of the bid opening. (Period of acceptance will
be ninety {90) Calendar days unless otherwise indicated by Bidder.)
STATE OF Texas COUNTY OF Tarrant BEFORE ME, the undersigned
authority, a Notary Public in and for the State of Texas , on this day personally appeared
Chris Lamon who after being by me duly sworn, did depose and say:
(Name)
"I, Chris Laxnon
~amc)
Landmark Structures, Inc.
(Name of Firrn)
foregoing on behalf of the said
am a duly authorized office/agent for
and have been duly authorized to execute the
Landmark Structures, Inc.
(Name of Finn)
r
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:
Landmark Structures, Inc.
Telephone:
Title:
( 817
1665 Harmon Road, Fort Worth, Texas 76177
) 439-8888 by: ~
Vice President Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the ] 9 day of
lANE GENTRY
~ Notary Public
~, STATE OF TEXAS
~, My Cornre. Exp 09/30/00
,,
J :\Coppell~9614~ I b, ~
February
Notary Public in and for the State of
ChrisLamon
1998.
Texas
1-20
If BIDDER IS:
An Individual
By
doing business as
Business address
N/A (Seal)
(Individuars Name)
Phone No.
A Partnership
By
Business address
N/A (Seal)
(Firm Name)
(General Parmer)
Phone No.
7
7
A Corporation
By Landmark Structures, Inc. (Seal)
(Corporation Name)
By Texas' (Seal)
(State of Incorporation)
By Chris Laxnon (Seal)
(Name of person authorized to sign)
Vice President
(Title)
(Corporate Seal)
Attest
Business address
1665 Harmon Road
Fort Worth, Texas 76117
Mike Lamon
(secretary)
Phone No.
(817) 439-8888
A Joint Venture
By N/A
(Name) (Add~-ss)
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.)
J:\Coppell~96149~specs~Sec-lb. do~ ] -2 1
r
r-
r-
r
AFFIDAVIT OF SAFETY RECORD
(I) (We) the undersigned do declare and affirm that (my) (our). firm or corporation (has) (have) received
No citation from the OcCupational Safety and Health Administration
(OSHA) within the past two years and (I) (we) do further declare and affirm that (my) (our) firm or corporation
(has) (have) experienced two worker injuries related to construction safety on
projects within the past two (2) years.
NAME OF SUBCONTRACTOR
OFFICER'S NAME & TITLE
SIGNATURE OF OFFICER
Landmark Structures, he.
NAME OF FIRM
SIGNATURE OF OFFICER
February ~9, ~998
DATE DATE
STATE OF TEXAS }
}
COUNTY OF TARRANT }
r
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day appeared
Chris Lamon ,
for Landmark Structures, Inc. ' known to me to be the person whose
name is subscribed to the foregoing instrument and acknowledged to me that (he) (she) (they) executed the same
for the purposes and considerations therein expressed as the act and deed of said firm or corporation, and in the
capacity therein expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS 19 DAYOF February
1998, A.D.
DIANE GENTRY
Notary public
STATE OF TEX
My Cornre. Exp. 01/8 ·
Notary Public in and for the State of Texas
J:~l~96149Xsl~ecsXSec-lb.doc
1-22
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is datedas of the 10th' day of March in the year 1998
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafier called OWNER)
and Landmark Structures, Inc. (hereinafter called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
10
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as follows: ~
This project is generally located off Northp0int Drive. The project shall consist of the construction
of one 2.0 million gallon elevated storage tank, including all appurtenances and the extension of
Northpoint Drive. The work shall be as shown on the construction plans and shall consist of
furnishing all labor, equipment, tools and incidentals necessary to complete the work, including but
not limited to: excavations, backfills, pipe, disposal of waste materials, etc. as described in the plans
and specifications.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
WAGON WHEEL RANCH ELEVATED STO. RAGE TANK
PROJECT NO. WA-96-01
Article 2. ENGINEER.
The Project has been designed by:
Texas.
Shimek, Jacobs & Finklea, L.L.P., Consulting Engineers, Dallas,
Contract administration will be provided by the City of Coppell Director of Engineering and Public
Works 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 the time specified by the Contractor in his proposal from
the date when the Contract time commences to run as provided in Item 1.13 of the General
Provisions, and completed and ready for final payment in accordance with Item 1.5 1 of the
General Provisions.
I:XCopl~llx96149~pt.~'~td-Form .do4:
3.2.
Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of
this Agreement and that OWNER will suffer financial loss if the Work is not completed
within the time specified in the Contractor's proposal and in paragraph 3.1 above, pins any
extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They
also recognize the delays, expense and difficulties involved in proving in a legal or arbitration
proceeding the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that
liquidated damages is not considered as a penalty, but shall be deemed, taken and treated as
reasonable damages on a daily basis. CONTRACTOR shall pay OWNER as specified in
Item 1.36.1 LIOUIDATED DAMAGES of the General Provisions for each day that expires
after the time specified in paragraph 3.1 for Completion until the Work is C. omplete.
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 Section 1 -
Proposal and Bid Schedule. The contact sum shall be the amount of $2,256,717.00. The
total tangible personal property cost (items incorporated into the project - nontaxable)
included in the contract sum is $ 1.354.030.20
Article 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 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, on or about the 251h day of 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 1.51 of the General Provisions (and in 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 1.51.2 RETAINAGE of the General Provisions, but, in
each case, less the aggregate of payments previonsly made and less such amounts as
ENGINEER shall determine, or OWNER may' withhold, in accordance with Item 1.52
of the General Provisions.
5.2.
Final Payment. Upon final completion and acceptance of the Work in accordance with Item
1.51.4 FINAL PAYMENT of the General Provisions, OWNER shall pay the remainder of
the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST
No interest shall ever be due on late payments (see Item 1.51.4 of the General Provisions).
l:\Copp~th96149~pecs~td-Fo~rn.doe l -26
Article 7. CONTRACTOR'S REPRESENTATIONS
In order to induce the OWNER to enter into this Agreement, the 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 1.3 of the General Provisions, and accepts the determination
set forth in Item SC-1.3 of the Supplementary Conditions of the extent of the technical data
contained in such reports and drawings upon which CONTRACTOR is enti~ed 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 fumishing 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 1.3 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 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 Underground Facilities are or will be required by
CONTRACTOR in order to perform and fumish 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 1.3 and 1.21 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. CONTRACTOR 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 24 thru 28, inclusive).
8.2. Exhibits to this agreement.
J:XCoppellLOG149~specsx~-Form.cloc ] -27
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works Construction,
North Central Texas Council of Governments (NCTCOG), latest addition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 1-35 thn:
140).
8.7. Specifications bearing the title: "Specifications and Contract Documents for the construction
of Wagon Wheel Ranch Elevated Storage Tank, City of Coppell".
8.8. Drawings entitled: "Wagon Wheel Ranch Elevated Storage Tank".
8.9. The following listed and numbered addenda:
Addendum No. 1 dated
Addendum No. 2 dated
Addendum No. 3 dated
1/28/98 Received 1/28/98
2/11/98 Received 2/11/98
2/16/98 Received 2/16/98
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and Contract
Documents. (pages 1-12 thru 1-21)
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12.
8.13.
The following which may be delivered or issued after the Effective Date of the Agreement
and are not attached hemto: All Written Amendments and other documents urnending,
modifying, or supplementing the Contract Documents pursuant to Item 1.37 and Item 1.38 of
the General Provisions.
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 urnended, modified, or supplemented as provided in Items 1.37 and
1.38 of the General Provisions.
Article 9.
9.1.
MISCELLANEOUS
Terms used in .this Agreement which are defined in Item 1.0 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 hemto 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 (expect 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.
.l:%Cople~llX96149X~l~cl~Sld-Form.doc | -28
9.3.
OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
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
March 10, 1998
By:
Title:
Attest:
Mayor
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griff'm, P.E.
Assistant City Manager/City Engineer
Contractor: es, Inc.
By: ~
Chris Lamon
Title: Vice President
Attest: ~ ~
Address for giving notices:
1665 Harmon Road
Fort Worth, Texas
Arm: Chris Lamon
Vice Presidem
76177
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
l:,~Col~lh96149~l~:a~td.Form.do~ 1-29
RESOLUTION OF THE DIRECTORS
OF
LANDMARK STRUCTURES, INC.
We, the undersigned, being all of the duly elected directors of Landmark Structures, Inc.
(CORPORATION), a Texas Corporation, by our respective signatures hereto unanimously agree
to, consent to, and adopt the following actions and resolutions for, on behalf of and in the name of
CORPORATION to the same extent and effect as if all such actions were taken upon resolutions
duly made, seconded and unanimously adopted, pursuant to due call and notice thereof as required
by the By-Laws of CORPORATION and the laws of the State of Texas, to wit:
RESOLVED:
a)
that Chris Lamon being Vice-President of (CORPORATION) and until such time as he
resigns or is removed from this position or until this authority is rescinded or altered by
resolution, is hereby authorized for and on behalf of the CORPORATION to submit bids
and/or to negotiate contracts and/or to enter into contracts for and on behalf of the
CORPORATION.
b)
that any bid submitted and/or any contract negotiated and/or any contract entered into by
Chris Lamon in the above capacity as witnessed by his signature thereto are hereby
recognized as binding upon the CORPORATION.
There being no further business to be considered as of the date first hereinafter written, this
Resolution by the Board of Directors is closed.
EXECUTED this 1 lth day of June, 1996.
Chris Lamon
PERFORMANCE
BOND
Bond No.
6308202
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: That
Landmark Structures, Inc.
whose address is 1665 Harmon Road, Fort Worth, Texas 76177
, hereinafter called Principal,
and Fidelity and Deposit Company of Maryland ,
a corporation organized and existing under the laws of the State of Mar.yl and , and fully
licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF
COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinat~er
called "Beneficiary", in the penal sum of Two Million, Two Hundred Fifty-Six Thousand,
Seven Hundred Seventeen and No/100 DOLLARS ($ 2,256,717.00 )
in lawful money' of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,
firmly by these presents. 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 CoppeIl, the Beneficiary, dated the 10th day of March . A.D.
1998, which is made a part hereof by reference, for the construction of certain public improvements that are
generally described as follows:
Wagon Wheel Ranch Elevated Storage Tank
Project No. WA-96-01
Bid No. Q0198-03
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 being hereby waived; 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 or 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, Tens.
(Revised 9/92) O: PERFBOND. FPa~I/CP 1-30
/:\Coppell~96149~specs'~Bonds. doc
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed
thereunder or the Specifications 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 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 statutes of the State of Texas'..
The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in
Dallas County or Denton 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
shall be deemed an original, this, the 10th day of March
Five
· 1998.
copies, each one of which
ATTEST:
By:
Name: Chris Lamon
Title: Vice President
ATTEST:
SURETY
Name: MICHAEL GRCSS
Title: Attorney-in-Fact
The Resident Agent of the Surety in Dallas County or Denton County, Texas, for delivery of notice and service
of the process is:
NA/'~IE: BILL SHERK
STREET ADDRESS: 1222 MERIT DRIVE, SUITE 1360, DALLAS, TX 75251
(NOTE: Date of Performance Bond must be date of Contract.
person's name.)
(Revised 9/92) O: PERFBOND. FRM/CP
l:~=oppell~S149~,spec~onds,ckx:
1-31
If Resident Agent is not a corporation, give a
7
f'
Power of Att,omey
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HO~E OFFICE: P.O. BOX 1227, BALTIMORE, MD 2t203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B. WALBRECHER, Vice-President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section
2, of the By-Laws of said Company, which are set forth on the reverse side hereof and an hereby certified to be in full force and effect on the date
hereof, does hereby nominate, constitute and appoint Chris Enrigbt, John Sarnovsky, John F. Mattloll, David Saltmarsh and Michael
Gross, all of Toronto, Ontario, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on
its behalf as surety, and as its act and deed: any and all bonds and undertakings and the execution of such bonds or undertakings in
pursuance of these presents, shall be as binding upon said Company, as ful d amply, to nts and purposes, as if they had been duly executed
IN WITNESS WHEREOF, the said Vice-President and Ass' ~cretary h~nto subscribed their names and affixed the Corporate Seal of
the said FIDELITY AND DEPOSIT COMPANY OF MAR,~is 7th d t, A.D. 1997.
ATTEST: FIDELITY A~<~POSIT~g)~ANY OF MARYLAND
O T. E S. th " ~'tsta t ry ~. B Walbreche Flee President
On this 7th day of August, A.D. 1997, before the s..~.~r, a Notary Public of the State of Maryland, duly commissioned and qualified, came W.
aforesaid, and that the seal affixed to the pts.~.Ng instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year tint above written.
CERTWICATE
1, the undersigned, Assistant Se~etary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors
to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF IvL~YLAND.
This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or herealer, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually
af~xed."
IN TESTIMONY WHEREOF, l have hereunto subscribed my name and affixed the corporate seal of the said Company, this
10TH dayof MARCH 1998 .
Assistant Secretary
L1428-210-
STATE OF TEXAS }
}
COUNTY OF DALLAS }
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That
Landmark Structures, Inc.
whose address is 1665 Harmon Road, Fort Worth, Texas 76177
, hereinafter called Principal,
and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
a corporation organized and existing under the laws of the State of M~,.YLAND , and fully
licensed to transact business in the State of Texas, as Surety, are held dnd firmly bound unto the CITY OF
COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called "Owner", and unto all persons, firms, and corporations who may furnish materials for, or perform labor
upon the building or improvements hereinafter referred to in the penal sum of Two Million, Two Hundred
Fifty-Six Thousand, Seven Hundred Seventeen and No/100 DOLLARS ($ 2,256,717.00 )
in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,
firmly by these presents. 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 i0th day of March . 1998 A.D.,
which is made a part hereof by reference, for the:
Wagon Wheel'Ranch Elevated Storage Tank
Project No. WA-96-01
Bid No. Q0198-03 -
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform 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, 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.
AND PROVIDED FURTI-W~R, 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
Plans, Specifications, Drawings, etc., 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 statutes of the State of Texas.
(Revised 9/92) O: PERFBOND. FRM/CP
J:~.oppelh.q6149Napec~XBondl,do~
I
The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in
Dallas County or Denton 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, Vemon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
shall be deemed an original, this, the 10th day of March
Five
.1998.
copies, each one of which
ATTEST:
ATTEST:
PRINCIPAL
Name: Chris Lamon
Title: Vice President
SURETY
FIDELITY AND DEPOSIT COMPanY OF MARYLAND
By:
Name: MICH/~L GROSS
Title: Attorney-in-Fact
The Resident Agent of the Surety in Dallas County or Denton County, Texas, for delivery of notice and service
of the process is:
NAME: BILL SHERK
STREET ADDRESS: 1222
MERIT DRIVE, SUITE 1360, DALLAS, TX 75251
(NOTE:
Date of Performance Bond must be date of Contract.
person's name.)
If Resident Agent is not a corporation, give a
(Revised 9/92) O:PERFBOND. FRM/CP 1-33
J:XCol~l~lB~6149~l~c~Bond.s. do~
C'
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BAL'I1MOIE, MD 21203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B. WALBRECHER, Vice-President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section
2, of the By-Laws of said Company, which are set forth on the reverie side hereof and are hereby certified to be in full force and effect on the date
hereof, does hereby nominate, constitute and appoint Chris Enright, John Sarnovsky, John F. Mattioli, David Saltmarsh and Michael
Gross, all of Toronto, Ontario, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on
The said Assistant Secretary does hereby certify ~at the cxtrac on the ~i~c hereof is a truc copy of A.rticlc VI, Section 2, of the
By-Laws of said Company, and is now in force.
IN WITNESS WHEREOF, ~c said Vice-President and Ass' ~cretary h to subscribed ~cir names and affixed the Corporate Seal of
the said FIDELITY AND DEPOSIT COMPANY OF MAR~is 7ffi ~t, A.D. ]~)7.
ATTEST: FIDELITY A,~4~I~POSIT~)~ANY OF MARYLAND
O T. E Smtth ~' ~3~$tant rF ~ B t~ralbrecher Vice P e$ident
On this 7th day of August, A.D. 19<)7, before the s_.~.~, a Notary Public of the Sta~ of Maryland, duly commissioned and qualified, came W.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
My C iss' Expires: August 1, 2~(~;ry u :c
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that
the Vice-President who executed the said Power of AUorney was one of the additional Vice-Presidents specially authorized by the Board of Directors
to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually
affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
iOTH dayof MARC~ , 1998.
/lssistant Secretary
L1428-210-
MAINTENANCE BOND
THE STATE OF TEXAS }
}
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS:
Bond No. 6308202
THAT Landmark Structures, Inc. , as Principal,
and Fidelity and Deposit Company of.Marylanc~ , a Corporation organized under
the laws of M aryl an d , as sureties· do hereby expressly acknowledge themselves to be
held and bound to pay unto the C i ty of Coppe 11 , a Municipal Corporation, Texas· the sum
of Two Million, Two Hundred Fifty-Six Thousand, Seven Hundred Seventeen and No/100 Dollars
($ 2,256,717.00 ), for the payment ofwhich 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, Texas
has this day entered into a written contract with the
said Landmark Structures, Inc. to build and construct
Wagon Wheel Ranch Elevated Storage Tank
which contract and the plans and specifications therein mentioned, adopted by the City of Coppell, Texas 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 reconstructing 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 not 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 C i t V of CODDe 11 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, and the same shall not be changed, diminished or in any manner
affected from any cause during said time.
IN WITNESS THEREOF, the said Landmark Structures. Inc.
caused these presents to be executed by Chris Lamon, Vice President
the said Fidelit.y and Deposit Company of Maryland
to be executed by its' Attorney in fact and the said Attorney in fact
hereunto set his hand, the 10 day of March
SURETY:
~ae~Grosl In-Fact
rney-
Michael Gross.
,1998
has
and
has caused these presents
· has
By: ~
Chris Lamon, "~ Freslcl
ATTEST:~ Lamon
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
J:~Coppelr~96149%spc'c~,,l-Bond. doc
1-34
TO:
LANDMARK STRUCTURES, INC.
1665 Harmon Road
Fort Worth, Texas 76177
(817) 439-8888
Fax (817) 439-9001
Shimek, Jacobs & Finklea
8333 Douglas Avenue, Suite 820
Dallas, Texas 75225
LETTER OF TRANSMITTAL
Date
Attn:
Re:
10/7/98 IJ°b' N°~802
Mr. GanJ C. Hendricks, P.E.
Wagon Wheel Ranch
2.0 MG Elevated Storage Tank
Bid No. Q 0198-03
City of Coppell, Texas
WE ARE SENDING YOU THE ATTACHED ITEMS:
Copies Spec Section Submittal No. ' " [~escription
Maintenance Bond for Change Order No. I
THESE ARE BEING TRANSMITTED:
X Information for Record
O&M Data
Information for Engineer's Approval
Return 2 Copies
CERTIFICATION:
This Information has been reviewed and determined to be in compliance with the contract documents
including plans and specifications as mediflea 13y acklertcla, crtange orde~ and flei~ orders. Any
exceptions to the contract documents are noted below.
EXCEPTIONS / REMARKS:
Signed
Joe Swinnea
Imm
Ismm
MAINTENANCE BOND('N
THE STATE OF TEXAS }
}
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS:
THAT Landmark Structures, Inc. , Ks Principal,
and Fidelity and Delx~it Company of Maryland , a Corporation organized under
the laws of Maryland , as sureties, do he~by expressly acknowledge themselveS. to be
held and bound to pay unto the Ctty__of Co~pell , a Municipal Cotporation~ Texas, the sum
of T~o Hundred Forty-T~o Thousand Three Hundred Eighty-Eight & 90/100 --- Dollt, l
($ 242,386.90 ), for the payment of which sum will and !~uly be made unto said City of Coppetl ,
,
and its suc.cf._ssors. said principal and sureties do hereby bind themselves, their assigns and successors jointly and leverally.
THIS obligation is conditioned; however, that whereas, the said City of Coppelt
has this day entered into a written ~ontract with the
said Landmark Structures, Inc. ~0 build and contact
~ QWIGE ORDER NO. "S I MQ 2 to Wagon Wheel Ranch ELevated Storage Tank Contract
which contract and the plsrts and specifiCations therein mentioned, adopted by the City of Coppelt arc hereby
expressly made a part thereof as through the ume were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided flint the Contractor will maintain and keep. in
good repair, the work herein qontracted to be done and performed, for a period of two (2) year~ from the date of the acceptance
of said work, and' to do all necessary repairs and/oc reconstructing in whole or in part of said improvements that should be
accasioned by settlement of foundation, defective workmanship or mazeriais 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 tens of aid provisions of said conWact. 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 not further effect, but if
default shall be tonde by the said Contractor in the performance of its' contract to so maintain and repair said work, then these
presents shall have ~ull force and effect, and said City of Coppeal shall have and receive From the said Contractor
and its' principal and sureties damages in the premises, as provided; and i~ is further agreed that this obfiption shall be s
continuing one aKainst the principal and sureties, hercon, and that successive recoveries may be and had hereon for succe=sivc
branches until the full amount shall have been exhausted; and it is further undentood that th~ obligation herein to maintab said
work shall continue throughout said maintenance period, and the samc shall not be changed; diminished or in any .manner
affected from any cause during said time.
IN WITNESS THEREOF, the said Landmar+. Structure~, ]:'nc.
caused these presents to be executed by Chrla Lanm~, Vi~e ProSdent
the said .Fidelity an6 [~osit C~lll3any of Marviand "
to be executed by its' Atzomc:y in fa~t tnd t~c'sajd Attorney in factIqlchael Gross
hercuntosethbhaad, thc t dayof Septemtmr ,19 96 .
hits
and
has caused these' presents
, hu
Ft~,tity'an~ Deposit Ceu ny f Maryland
PRINCIPAL:
.t, nrxs t.mon, vzce rrest.'va,
ATTEST: ~
Mike ·
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
J:~'%,,~.-~[rW61491qm:s~4.ldid.d~ I -34
-r
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 2'120~-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B. WALBKECHER, Vice-President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section
2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date
hereof, does hereby nominate, constitute and appoint Chris Enright, John Sarnovsky, John F. Maffioli, David Saltmarsh and Michael
Gross, all of Toronto, Ontario, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on
its behalf as surety, and as its act and deed: any and all bonds and undertakings and the execution of such bonds or undertakings in
T.E. Smith tt'~3'ista tar~ I~. B. Walbrecher Fice-PreMdent
personally known to be the individuals and described in and who executed the preceding insmunent, and they each acknowledged ~e
execution offfie same, and being by me dul , severally and each for himsclfdeposeffi and saiffi, tha~ they arc the said officers offfie Company
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal ~e day and year first above written.
CERTIFICATE
I, the undersigned, Assisuint Secret~-y of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify thi the original Power
of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this ce~ificate; and I do further certify that
the Vice-President who executed the said Power of Attomey was one of the additional Vice-Presidents specially authorized by the Board of Directors
to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly cal|ed and held on ~ 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall be valid and binding upon ~e Company with the same force and effect as though manually
affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
1 dayof September 1998
jssistant Secretary
L1428-210-
The
Companies
FIDELITY AND DEPOSff COMPANY
OF MARX'Lh'4D
P.O. Box 1227 · B~LTU~ORE, MID 21203
Statement of Financial Condition
As Of March 31, 1997
ASSETS
Bonds ....................................................................................... $ 343,601,388
Stocks ....................................................................................... 241,986,810
Real Estate .................................................................................. 2,856,147
Cash in Banks and Offices and Short Term Investments ...................................... 125,339,484
Premiums in Course of Collection (less than 90 days old) ..................................... 29,232,019
Reinsurance and Other Accounts Receivable .................................................. 39,806,139
TOTAL About C~V Asss'rs ................................................................... $ 782,821,987
LIABILITIES, SURPLUS _AND OTHER FUNDS
Reserve for Unearned Premiums ............................................................. $148,707,734
Reserve for Claims and Claim Expenses ...................................................... 262,769,448
Reserve for Taxes and Expenses .............................................................. 7,239,819
Miscellaneous ............................................................................... 48,836,604
TOTAL Lwsn. rrms ......................................................................... $ 467,553,605
Capital Stock, Paid Up ...................................................... $ 5,000,000
Surplus ..................................................................... 3:0,268,382
Surplus as regards Policyholders ............................................................. 315,268,382
TOTAL .................................................................................... $ 782,821,987
Securities carried at $23,241,000 in the above statement are deposited as required by law.
Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of
March 31, 1997 market quotations for all bonds and stocks owned, the Company's total admitted assets would be
$783,440,709 and surplus as regards policyholders $315,887, 1
I, .lossPa J. G,~.LAC~K, Treasurer of the FroEntrY A~D Dsposrr Cot~h,~Y OF MARYLAnD, do hereby certify that the
foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 3 Ist day of March,
1997.
State of Maryland }
City of Baltimore SS:
Subscribed ~.d sworn to, before me, a Notary Public of the State of Maryland, in the City of Baltimore, this 31 a day of Martin. 1997.
Notary Public
My commi~ic~ expires .rune 3, 1997,
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFRCE: P.O. BOX 1227, BALTIMORE, MD 21203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Mm-yland, by W. B. WALBRECHER, Vice-President, and T. E. SMITH, Assistant Secretary, in pmsuanc¢ of authority granted by Article VI, Section
2, of the By-Laws of said Company, which am set forth on the reverse side hereof and arc hereby certified to he in full force and effect on the date
hereof, does hereby nominate, constitute and appoint Chris Enright, John Sarnovsky, John F. Mattloll, David Saltm.rsh and Michael
Gross, all of Toronto, Ontario, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on
ATTEST: FIDELITY A~N/~SIT C~N~' OF MARYLAND
.Staff land <~ . .
aforesaid, and ~at the seal affixed to ~e preceding instrument is ~e Corporate Seal of said Company, and ~at ~e said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to ~e said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
My C 'ss' Expires: August !, 2~)ry ":c
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY A~D DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attomey of which the foregoing is a full, n'ue and correct copy, is in full force and effect on the date of this certificate; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Diractors
to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall he valid and binding upon the Company with the same force and effect as though manually
affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, ~is
10TH d~of { 1998
.4$sistant ~ecretary
L1428-210-
ACORD,.
;-~OXCON1.
CERTIFIC E OF INSURANCE
o2/ol/99
PRODUCER
' Cadenhead Shreffler Insurance
P.O. Box 1119
~.dford,,.-~TX 76095
INSURED
· Fox·Contractors,. Inc.
PO Box 951
Midlothian, TX 76065-0951
THIS CERTIFICATE IS ISSUED AS A MA~ER OF INFORMATION
ON~ AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HO~ER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
AL~R THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
AAmerican Cas. Co. of Reading PA
BContinental Casualty Company·
cTransportation Insurance Company
DTranscontinental Insurance Co.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING-ANY REQUIREMENT, 'TERM-OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POUCY NUMBER POUCY EFFECllVE POUCY EXPIRATION UMI'TS
LTR DATE (MM/DD/YY) DATE (MM/OD/YY)
A PKG1073639991 05/10/98 05/10/99 GENERAL AGGREGATE
PRODUCTS-COMP/OP AGG
PERSONAl. & ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MED EXP (Any one pera4m)
'- B
TYPE OF INSURANCE
GENERAL LIABILITY
:X COMMERCIAL GENERAL LIABILITY
OWNER'S & CONTRACTOR'S PROT
'X CG2503/2504
X Blkt WOS/AI/10
AUTOMOBILE LIABIUTY'
X ANYA~rO - ~, -.;
__ ALL OVW~EDAUTOS :, -
__ SCHEDULED AUTOS
X HIRED AUTOS
)C NON~3V~NED AUTOS
x Blkt WOS/AI/iO
52,000;000
s2,000,000
$1,000,000
S1,000,000
100,000
5,000
BUA1073639988 05/10/98 05/10/99
............................................ COMBINED SINGLE LIMIT_ sl ,. 000,0,00
"' BCOILY INJURY .... : $
(Per man)
BODILY INJURY
(Per m;cident)
PROPERTY DAMAGE $
GARAGE UABIUTY
ANY AUTO
D WC1073625024 05/10/98
C ExCESSu~mUTY CUP1056058247 05/10/98
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
THE PROPRIETOR/ ~ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
OTHER
Blkt WOS
AUTO ONLY-EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
0 5 / 10 / 9 9 EACH OCCURRENCE
ACqGREGATE
0 5 / 10 / 9 9 I STATUTORY LIMFr8
EACH ACCIDENT
DISEASE-POLICY LIMIT
DISEASE- EACH EM PLOYEE
$
$
$
,2,000,000
,2,000,000
,500,000
~500,000
,500,000
NECRIPTION OF OFERATIONS/LOCATIONSNEHICLES/SPECIAL ~MS
Re: Sandy Lake Road Waterline. Project #WA96-01A.
Shemek, Jacobs & Finklea, 8333 Douglas, Ste 820,
included as Additional Insured on the General
CERTIFICATE HOLDER
, ~ ; .:',~-;' ~ ,,-!~ '-
-' City of Coppell
Attn: Gary Hendricks
P O Box 478
Coppell, TX 75019
Certificate Holder and
Dallas, TX 75225 are
liability policy.
ACORD25-S(3/93)1 of 1 ~.M8987
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEI.LEDBEFORE THE'~:
EXPIRATION DATE THEREOF, 'iME ISSUING COMPANY WILL ENDEAVOR TO MAIL
1 ~ DAYS WRITTEN NO'RCE TO 'rite CER'TIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NO"RCE SHAU. IMPOSE NO OBLIGATION ON LIABILITY
OF ANY laND UPON THE COMPANY, ITS AGENT~ OR REPRESENTATIVES.
KLC · ACORD CORPORATION 19:
CERTIFICATE OF INSURANCE
PROOUCER
i~ON · lV[AHONEY · ~k/RNER
.: Ir~urance- Bonds
,, 861b KING GEORGE DR., DALLAS TEXAS 75235-2292
DANIEL COX, (31(3
OF'INSURANCE "'""""'" """"::"";
" 1/28/1999
THIS CERTIFICATE IS ISSUED AS A' MATTER'OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE
DOES NOT AMEND,, EXTEND OR ALTER THE COVERAQE AFFORDED BY THE
POUCIES BELOW,
COMPANIES AFFORDING COVERAGE
~C~,.~ASV A NATIONAL UNION FIRE INS. CO.
SOUTHLAND CONTRACTING,
PO BOX 40664
FORT WORTH, TX 76140
~C YRDg~ ZNS~CR CO.
~D ~ITED STATES FIRE INS~CE
COI~ANYE
p,.,i
THIS IS TO CERTIFY 'I'HAT THE POUCIES OF INSURANCE US'rED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONT!:LACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
e= CERTIRCATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HERBN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO i ~ OF llSURANCE FOUCT NUIIBB~ ~OUCY ~ .~N)UCY EXRRATION
Ll11~ DA~ {Idld,OE:)/YY) ~ DAXCMId~X)ffY)
~ i"~']CO~ERCL~OE.s~q~L,Y ~ OLSaae14~ ~PmXX~X.~PA~ i, 2.000.000
. i ............T~~"~oT. i i03/05/98 03/ 05/ 99L~..~..~.?:.~ ........i~:..._.l....,...0...0...0..,..0...0..0.
i.~..~..-~ ...........L......Z_,._0.~.~.,..0...0.0..
i .......................................................i ...... .................s...9...,....o....9..o.
...... ~ ..................................................................~ .......................~ ..........................................~. ................................................................... .................................................: .......................................
~ .......... ~ i, 1 000 000
X i~AOw"~DAnUs i03/05/98 03/0S/ggiBODLY,~U~V
........ ~ aCHEDUPED ,A,0e i ~ ~'~
~ X i HRED AUTOS i BCX:)LY IKXJFff
DAMAGE
'.XC. aLLU, u'rV iSkC,-,OCCt,=,e,CS iSZ4,000,00C
c i"~"; ~ ~ 7.664.,24 ~ 3/0 5/9 8 0 3 / 0 5 / 9 9~'~ .............................;';~"~';'~'i~i~';'~iSi~
: OlHER THAN UMI!:tE1,LA FORM
ai AND WCm ~3/05/98 03/05/9q'F'AcHAcc'DENT !S 500,00C
............................................... ~. ......................................
mY.R= LUmUTY ..D.~ -.~ ~.~ ...... , ........5..00, O Q..C.
-- .D,SSA,~-EAC,-,mR.0Y,mis 500,00(
: :
D~CO:NTI4XCTORS 321o7443~ :.:03/05/98 03/05/99! SEE SET.OH
i EQuz~xm, rr ~o'r..
CITY OF CO~PEr.'r. & SXIM'm.K, JACOBS & FINE'r.RA ARE XAMED AS .ADDITIONAL
,_ INSUREDS.
FOX CONTRACTORS, INC.
P.O. BOX 951
MIDLOTHIAN TX 76065
ACOFID'~j.S~Tff/i))':.,.,,."',' .....'......'.
"SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCn i Fn BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 3 DAYS ~ NOTICE TO THE CERTIRCATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATION OR
ND UPON THE PANY, ITS AGEN1S ON REPRESENTATNES.
A q
~,~#
": ,'. "' ='i> ~..%:"""'q, !' ":...'. '"....~ ¥:".;'~:' ;~7i':'?: [': :'~.~.,' '.., ~:! ~:: ."" ":.'e~:7.::::!'?'.r,:;.,:~eAi:oRD"'CORl,~UtYm~i' ..,is,'
CERTIFICATE OF LIABILITY INSURANCE
Steven L. Thomas Agency Inc
The Colony, TX
~nz ~ A
~ty ~f CopN~ B
255 Park ~ay
D
:"""* t~ ~ ~ L~.~.~,~..,,~,~* .....
S~tm~. 3acobs nk]ea, LLP (ingl.eer & ~hetr agents & employee are 11szed u An Md~tto.al t~sured
:ontractor: C~rde N Cenltractors, Znc.
~roJect: $&~dy La~ had later Lin~ Pfe~ect~ ~9s-OIA
I J" ! "'
CERTIFICATE OF LIABILITY INSURANCE
RALPH C. WILSON AGENCY, iNC.
SOUTHFIELD, MICHIGAN-!
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES HOT AMEND, EXTEND OR
AI TFR THF COVFRAGE AFFORnED BY Tffi= POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A
COMP^NY
LANDMARK STRUCTURES, INC. B
1665 HARMON ROAD COMPANY
FORT WORTH, TEXAS 76177 C.
COMPANY
D
:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUIVENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE IS,SUED OR MAY PERTNN, THE INSURANCE AFFORDED B Y THE POLICIES ~D HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIVITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIiIS.
RALPH C. WILSON AGENCY, INC.
BOX 5069
SOUTHFIELD, MICHIGAN 48086-t)69
INSURED
I
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE CO. OF HARTFORD
GREAT AMERICAN INSURANCE COMPANY
',- CO POLICY EFFECTIVE POUCY EY/'IRATION
LTR TYPE OF IN,~URANCE POLICY NUMBER DATE (MIWI30/YY) DATE (M~ UMITS
/.m GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000
~ A -~- COMMEROL~LGENERALLINmLrrY GL 161915809 11/1/97 11/1/98 PRCOUCTS-COMP/OPAGG S 2,000,000
__] CL~MS MADE ['~OCCU. PERSONALSADV~HJU.Y $ 1,000.000
OVVNEFTS & CONTRACTOR'S PROT EACH OCCURRENCE S 1,000,000
r"" ' FIRE DAMAGE (Any oee fire) $ 50,000
'. MED EXP {Any one person} $ 5,000
AUTOMOBILE I,,IABILITY
F B X ANY AUTO C161915776 11/1/97 1111/98 COMBINED SINGLE LIMIT $ 1,000,000
~ __ ALL OWNED AUTOS BODILY INJURY $
SCHEDULED AUTOS (Per person)
F X HIRED AUTOS COMPREHENSIVE DEDUCTIBLE - $250 BODILY INJURY $
! X NON-OWNED AUTOS COLLISION DEDUCTIBLE - $500 (Per accident}
PROPERTY DAMAGE $
C GARAGE LIABIUTY AUTO ONLY- EA ACCIDENT
', ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT $
F AGGREGATE $
A EXCESSLIAmUTY C 161915812 11/1/97 11/1/98 EACH OCCURRENCE $ 9,000,000
X UMBRELLA FORM AGGREGATE $ 9,000,000
OTHER THAN UMBRELLA FORM
~ WORKER'S COMPENSATION AND I wc STATU-
{ EMPLOYERS' LIABILITY EL EACH ACCIDENT $
114E PROPRIETOR/ [~ INCL EL DISEASE - POLICY LIMIT $
PARTNER~EXECUTN~
OFFmS ARE: EXCL EL DISEASE - EA EMPLOYEE
C CONTRACTORS EQUIPMENT IMP 703159704 11/1/97 11/1/98 $,500,000 LIMIT
DESCRIPTION OF OPERATIONS/L0CATIONSNEHICLESISPECIAL ITEMS
CERTIFICATE HOLDER AND ENGINEER ARE ADDITIONAL INSUREDS WITH RESPECT TO WAGON WHEEL RANCH
2.0 MG ELEVATED STORAGE TANK. LOCATION: COPPELL, TEXAS.
ENGINEER: SHIMEK, JACOBS & FINKLEA, L.L.P., 8333 DOUGLAS AVENUE, SUITE 820, DALLAS, TEXAS 75225-5816
k .................................................................. ,~:]r.
CITY OF COPPELL
255 PARKWAY BOULEVARD
COPPELL, TEXAS 75019
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
~AGENTS OR REPRESENTATNIES.
AU~)I-~RAN~
_ #-, -~. .........
.........
.....
CERTIFICATE- OF LIABILITY INSURANCE
Aon Risk Services of Texas
2711 N. Haske11 Ave.#800 LB#8
Dallas, TX 75204
(214)989~0000 fax(214)989-2580
Mike Albert, Inc.
Bedford, Texas
DATE
7/~./q 998
THIS CERTIRCATE IS ISSUED AS A MAI'I'ER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIRCATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
Amerisure Insurance Company
INSUR~ COMPANY
Mike Albert, Inc. B National Union Fire Ins Co
P. O. Box 211044 COMPANY
Bedford, Texas 76095-8044 C
COVERAGES
COMMPANY
D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE iSSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO I TYPE OF INSURANCE POLICY NUMBER POLICY EJ=FEClIVE
LTR DA'FF.-
~ A G..~__,BERAL LIABILITY CPP1287465-02 01/22/98
X COMMERCIAL GENERAL LIABIL[I'Y
P""'" OWNER'S & CONTRACTOR'S PROT
.""' A AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON-OWNED AUTOS
B
POUCY E)CPUtAllO N
OA'~ (MM.q~D/YY)
01/22/99
CA1287646-02 01/22/98 01/22/99
GENERN. AGGREGATE $ 2eOOO,OO(}
PRODUCTS - COMP/OP AGG $ 1,000,000
PERSONAL & ADV INJURY $ 1,000,OOO
EACH OCCURRENCE $ 1,000.000
FIRE DAMAGE (Any one fire) $ 50,000
NED EXP (Any one person) S 5,000
COMB/NED S~NGLE LIMIT $ 1,000~000
BODILY INJURY
(Per person) $
BODILY INJURY
(Per accident) $
PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
' mY AUTo o~ ~ ^~o ON,Y: i:ii::ii:::i:!iii!i::~:~7~:ii~i~!!i!!!i'ii!!i:ii.!:i::~ :.
EACH ACCIDENT $
AGGREGAI~ $
~xcBsu~u~ SE3S?0gg4 01/22/98 01/22/99 e.~cHOCcu.aa~c~ s S,000,000
UMBRELLA FORM AGGREGATE S
'~ r OTHER THAN UMBRELLA FORM $
WORKERS COMPENSATION AND .WC1254941-02 01/22/98 01/22/99 X~w~vs~x~
EMIq. OYERS' lIABILITY EL EACH ACCIDENT $ 5OO~OOO
THE PROPRIETOR/ [~ INCL EL DISEASE - POLICY LIMIT $ 5OOeOO0
PARTNERS/.FcXECU'T1VE
OFFICERS ARE: EXCL EL DISEASE - EA EMPLOYEE $ 50~O(X}
OTHER
D~RIFTION OF OPERA~N~ATIONS/VB.I~I.E.NSK=CIL ITF. MS
Project: Wa on Wheel Ranch Elevated Storage Tank, Coppe11, Texas
Cit~ of Cop e~l, Landmark and Shimek, Jacobs & Finklea are named
Addztional Insured for coverages except Workers' Compensation,
excluding Professional Liability and provided Waiver of Subrogation for all
SHOU~ ~Y OF ~E A~ DESCRe~ ~ BE CANC~.~n BEFORE ~E
City of Coppell
Attn: Kenneth M. Griffin,
P. O. Box 478
Coppell Texas 75019
ACORO 25-S
P. E.
EXIqRAllON DATE THEREOF, THE ISSUING COMPANY WILL ENDeAVOR TO MAt
30 DAYS WRITTEN NO'riCE TO THE CERTIRCATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAL SUCH E SHALL IMPOSE NO OBLIGATION OR liABILITY
OF ANY KIND UPON 'rile COMPANY, ITS A,,i OR REPRESENTATIVES,
A~ REF~I~ ~~~ORDC~OR;
ORATION 1988
ACORD,
PRODUCER
Aon Risk Services of Texas
2711 N. Haskell Ave.#800 LB#8
Dallas, TX 75204
(214) 989-0000 fax(214) 989-2580 COMPANY
A
'INSURED COMPANY
Mike Albert/ Inc. B
P. O. Box 211044 COMPANY
Bedford, Texas 76095-8044 C
COVERAGES
DATE (MM. DD.'YY)
CERTIFICATr- OF LIABILITY INSURAhCE 7/2/'1998
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW.
COMPANIES AFFORDING COVERAGE
Amerisure Insurance Company
National Union Fire Ins Co
THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD
INDICATED, NOIWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HERBN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IN)t. ICY e:lrr. C1WE
CO TYFE OF INSURANCE POUCY NUMBER
LTR DATE (IINDOPt~
A GeaF.~L uAeuvv CPP1287465-O2 01/22/98
X COMMERCIAL GENERAL LIABILITY
OWNER'S & CON1TIACTOR'S PROT
""'"" A AUTOMOBILE LIABIUTY
~ ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
:~ HIRED AUTOS
:~ NON-OWNED AUTOS
CA128764602 0 1 / 2 2 / 9 8
POUCY EXPIRATION
DATE (IliOO/YY) LiQTS
0 1 / 2 2 / 9 9 _emERAL AGGREGATE $ 2-000,000
PRODUCTS - COMP/OP AGG $ l~000~OO0
PERSONAL & ADV INJURY S 1,000~000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE {Any one 5re) $ 50~000
MED ~ (Any one person) $ 5~000
0 1 / 2 2 / 9 9 COMBINED SINGLE LIMiT S 1,000~000
BODILY INJURY
(Per person) $
BODILY INJURY
(Per accident) $
PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN AUTO ONLY: i:!:~:Z::! :
EACH ACCIDENT $
AGGREGATE $
EXCESS uAazu~ err.357o~4 01/22/98 01/22/99 EACH OCCUmEHCE s s,ooo,o00
X I UMBRELLA FORM AGGREGATE $ 5,000,000
I OTHER THAN UMBRELL~ FORM $
wo..ERs cozer=Ns~o. ANO wcus4e4~-o2 01/22/98 01/22/99 X%~wcc~sT~-'s ) )o~- i~:~i:ii=i!!i::::::!~:~:i~:i~::~!?.~:.~!~!::~':: :::
EMPLOYERB' UABLITY
EL EACH ACCIDENT $ 500,000
THE PROPRIETOR/ ~ %NCL EL DISEASE - POLICY LIMfi* $ 5O0vO00
PARTNERSEXECUTIVE
OFFICERS ARE: EXCL EL DISEASE - EA EMPLOYEE $ 500,000
OTHER
DESCRFTION OF OPERATIONS/LOCA~Na/V'cH~L.~ a
Project: Wa on Wheel Ranch Elevated Storage Tank, Coppoll, Texas
Cit~ of Coppe~l, Landmark and Shimek, Jacobs & Finklea are named
Addztional Insured for coverages except Workers' Compensation,
excluding Professional Liabilzty and provided Waiver of Subrogation
SHOULD ANY OF THE ABOVE I:)~SCRIBED POUCiF..8 BE CANCI=!I i:n BEFORE THE
Shimek, Jacobs & Finklea smma~ OATS THe~OF, THE mumn COWA~ W~ ENDUVOe TO
8333 Douglas Avenue, Suite 820 30 OA~ WR.~N ~CE TO THE C~mATS .O'~ER RAM~ TO
"Dallas, Texas 75225-5816 mn FAI~RE TO MAL ~JCH TEE SHALL lIFORE NO ORUGAllON OR UAB~JTY
OF ANY KiD UPON TH COMFANY, ~S TS OR REPRERENTATNER.
CERTIFICATE OF LIABILITY INSURANCE
Landmark Structures
Merrill Insurance Company
Austin TX
MAR. 24. 1998 S: 2SPM RALPH C WILSON S~FL, Liy 1Sl'.MO
~W~ ~m b~. _...~
fill HnN ~d
tNg. gRt lHIIqIIK~ U, CI3BS i FII4KLgA,L.t..P,
I~I?/~ Hi17/'~9
~mm~)Im'l'lRv
wAgmi !,nqllsl. RANCH S~.0 Ha II. IIVATleO sToP. Act TANg
8335 DOUOtlt AVBNtJE, 8TB i~Cl, DAL. I.A8 'IX i1~Z~5 5116
Trrrcu p. E3
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL
PROVISIONS OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION, NORTH CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS 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.
ITEM 1.0 - DEFINITIONS
SC-1.0
Engineer: The word "Engineer" in these contract documents and specifications shall be understood as
referring to CITY ENGINEER, City of Coppell, P.O. Box 478, 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" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Shop Drawings: Add the following language after the second reference to CONTRACTOR: "after his
review and approval of same".
Calendar Day: Add the following sentence to the end of the working days definition: Hours worked
before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request
must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All
overtime incurred by the City for inspection services 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.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of the cost of the public improvements for a 2 year
period."
J:'~oppelrx96149x, specsXSup-Cond.doc l -35 Suppleme. ntary Conditions of the Agreement
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and others
is appropriate will be held to discuss the'schedules referred to in Items 1.22.5, 1.28 and 1.51.1, 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 1.19 - PRIORITY OF CONTRACT DOCUMENTS
SC-1.19
Add the following language at the end of the Item 1.19: "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."
ITEM 1.20. -' CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the
following reports of explorations and tests of subsurface conditions at the site of the work: Henley-
Johnston & Associates, Inc., Dallas, Texas, Report No. 6695.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5
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.
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.
1-36 Supplem.entary Conditions of the Agreement
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If
requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1
Should CONTRACTOR cause damage to the work or property of any separate Contractor
at the site, or should any claim arising out of CONTRACTOR'S, OWNER., ENGINEER,
Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle
with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration
or at law. CONTRACTOR shall, to the ridlest 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, attomeys 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 be 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 fumishing 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 1.36. 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 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
1.26.6
If OWNER requests in writing that other special insurance be included in the property
instrance 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 instrance has been procured by CONTRACTOR.
J:xcov~h96n49~ne~s.n-co.a.~oc 1-37 Supplem,entary Conditions of the Agreement
i
SC-1.26.7
Add the following new item:
1.26.7
CONTRACTOR intends that any policies provided in response to Item 1.26 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 agalnst
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.
ITEM 1.27 - MATERIALS AND WORKMANSHIP: WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREA: COORDINATION WITH OTHER CONTRACTORS:
FINAL CLEANUP
SC-1.32.1'
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Vertical control has been established as shown on the construction plans. Horizontal control can be
established from existing inlets, street intersections or other utilities indicated on the construction
plans. The Contractor shall be responsible for establishing all. lines and Fades, 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 the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC-1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension-of working time only for tinavoidable
delays verified by the Engineers, as provided in' Item 1.36; however, no increase in the contract price
shall be due the Contractor."
Insert the folio'wing sentence at the end of the second paragraph of Item 1.33:
"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 for such related work except as provided in Item 1.36."
~:\Cop~em~149x~-~Xsa~-Cona.aoc l-38 Supplemqntary Conditions of the Agreement
?-
ITEM 1.36 - DELAYS~ EXTENSION OF TIME~ LIOUIDATED DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "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."
ITEM 1.37 - CHANGE-OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the/following "except of
Provided below." ,
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment
under the following conditions:
ITEM 1.49. - OWNER'S OFFICERS. EMPLOYEES OR AGENTS
SC-1.49-2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have afinancial 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 represents that no employee or officer of the City has an interest
in the Contractor.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58
Recent legislation has removed the sales tax exemption previously provided by Section 151.311
of the Tax Code coveting 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 m-free purchase of tangible personal
property which will be incorporated into and become part of a City construelion project through
the use of a "separated contract" with the City. A "separated contract" is one which separates
J:XCoVpealXg~149~sVecsXSuV-Cond.doc 1-39 Supplem.entary Conditions of the Agreement
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, from 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 fumish a
breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
· -40 Supplem.entary Conditions of the Agreement
SECTION 2
SPECIFIC PROJECT REQUIREMENTS
.T:\CoppellX96149x~peca~Sec-2.doc :2-1
SECTION 2
SPECIFIC PROJECT REQUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for Public
Works Construction - North Central Texas with latest Amendments prepared through the North Central
Texas Council of Govemments (C.O.G.). 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 N.C.T.C.O.G. Standard
Specifications are contained in Section 3 - Special Provisions to Standard Specifications for Construction.
In the event that an item is not covered in the Project Drawings and these Specifications, then the Standard
Specifications for the City of Coppert, Texas shall apply.
J:x~Coppell~96149x.~pecs~ec-2.doc
2-2
SECTION 2 - SPECIFIC PROJECT REQUIREMENTS
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O. Box 478,
Coppell, Texas 57019.
'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.
/
CITY OF COPPELL: All improvements described in this Proposal and C6nstmction Drawings
shall be done 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 Standard Specifications for
Construction for the City of Coppell, Texas shall apply.
SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the
project site.
PROJECT DESCRIPTION: This Contract consists of the construction of the Wagon 'Wheel
Ranch Elevated Storage Tank and Northpoint Drive, as shown in the construction plans (WA-96-01).
CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis of the
definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written request for final
inspection. The calendar day count shall resume upon receipt by the Contractor of a written list of
items necessary to satisfactorily complete the project. This process shall continue until such time as
the project is accepted by the Engineer, and the Owner. The calendar day count will not be
suspended or otherwise affected by use of completed portions or "substantial completion" of any of
the project.
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..
SOIL INVESTIGATION: A geotechnical investigation report has recently been prepared by
Henley-Johnston Associates, Inc., for the construction of the Wagon Wheel Ranch Elevated Storage
Tank. This report is included in these specifications. The Contractor shall visit the site and acquaint
himself with the site conditions.
SURVEY AND FINISHED GRADES: The Contractor shall be responsible for installation of the
water lines to plus or minus 0. 10-foot of the elevations shown on the construction plans.
J:XCoppellX96149'~specsXSec-2.doc :2-3
I I
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. 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.
2.10
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 exigeneies of construction will be determined by the Engineer and authorized by him in
writing.
2.11
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
only for payment for all work completed plus a reasonable cost for any expenses resulting from the
termination of the Contract, but such expenses shall not exceed $5,000.
2.12
PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees
on the property that obstruct the installation of the improvements as outlined in this project. Penalty
for destruction of a tree without permission shall be $500.00 each payable to the Owner. If damage
is continuous, tree guards shall be erected when so directed by the Engineer at the Contractor's
expense.
2.13
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 conslxuetion.
2.14
WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all
warning devices and take all precautionary measures required bylaw 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. No separate 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.
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.
J:XCoppell~6149%specs%Sec-2.doc :2-4
2.15
2.16
2.17
Where the work is earfled 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 protection of persons or property as are required by law. The
Contmctor's responsibility for providing and maintaining flagmen, watchmen, warning devices,
barricades, signs, and lights~ and other precautionary measures shall not cease until the project shall
have been accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable federal and
state law (by falling to furnish the necessary flagmen, warning devices, barricades, lights, signs or
other precautionary measures for the protection of persons or property), the Eng',meer 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.
In addition, the Contractor will be held responsible for all damages to the work and other public or
private property due to the failure of warning devices, barricades, signs, lights, or other precautionary
measures in protecting said property, and whenever evidence is found of such damage, the Engineer
may order the damaged portion immediately removed and replaced by and at the cost and expense of
the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right
to repair the damage and charge the cost back to the Contractor. All of this work is considered
incidental and shall not be separate pay item.
EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
as
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.
b. After commencing the work, 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 which 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.
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 settle in total cost of all damage suits which may arise as a result of this operations.
To avoid necessary interferences or delays, the Contractor shall coordinate all utility
removals, replacements and construction with the appropriate utility company.
DRAINAGE: The Contractor shall maintain adequate drainage at all times.
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.
J:\CoppellX96149~specsXSe~2.doc
2.18
2.19
2.20
2.21
2.22
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.
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.
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.
Contract time by workday, Monday to Friday 8:00 a.m. to 5:00 p.m.; hours worked before 8:00 a.m.
after 5:00 p.m., all weekends and holidays is subject to overtime. Overtime request must be made in
writing and approved by the City of Coppell. Seventy-two hours notice required. All overtime
incurred by the City for inspection services shall be paid by the Contractor. Such cost may be
deducted from partial payments, if payment not made by Contractor.
DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush Or
other debris removed from the site as a preliminary to the construction shall be removed from the
property. Any required burning and disposal permits shall be the sole responsibility of the
Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the job site and
disposed of in a satisfactory manner.
WATER FOR CONSTRUCTION: The City shall make available water to the Contractor at no
cost. The Contractor shall obtain a temporary meter from the City.
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.
7-
J:x12opp~ll~96149xspecs~Sec-2.doc 2-6
.r.-.
SECTION 3
SPECIAL PROVISION TO
STANDARD SPECIFICATIONS FOR' CONSTRUCTION
J:XCoppellX96149Xspe~sXSec-3.d~:
3-1
SPECIAL PROVISIONS
TO
STANDARD SPECIFICATIONS
FOR
PUBLIC WORKS CONSTRUCTION
These Special Provisions, modify, or supplement the Standard Construction Specifications of the North
Central Texas Standard Specifications. All provisions which are not so modified or supplemented remain
in full force and effect, except payment shall be as established in Section 1 entitled "Proposal and Bid
Schedule".
r-
PART H:
MATERIAI,S - DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
(b) Types "B" and "C"
(4) Additional Requirements
(B)
Additional Requirements for Type "C" backfill when used in streets: Insert
the following paragraph at the beginning of this subsection: "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 2.1.6. RIPRAP OR STONE MASONRY:
Co) Materials and Dimensions
(4) Mortar Riprap. Add thesentence: Mortar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 387-83.
ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a)
General: Amend the first sentence, by striking the words "requirements for
earth bedding" and replace with "recommendations of the pipe
manufacturer, and shall be approved by the Engineer".
(b)
Earth Bedding: Add the following sentence at the beginning of this
paragraph: "Earth bedding will not be permitted without written approval of
the Engineer."
J:~CoppelK96149~lpe~'~Se~-3.doc
3-2
ITEM 2.2.2.
CHEMICAL ADMIXTURES:
(d)
Mineral Admixtures. Delete paragraph (d) 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.
PART HI DMSION 3 - SITE PI~EPARATION
ITEM 3.1.2.
CONSTRUCTION METHODS:
Add the following sentence after the second sentence: The method of protection
shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or
directed by the Engineer.
ITEM 3.7.3. DENSITY:
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)
percemage points above, optimum moisture content, using mechanical
compacfion methods, unless otherwise specified in the Plans or Specifications."
PART IV: DMSION 4 - SUBBASE AND BASE COURSES
ITEM 4.8.4. CONSTRUCTION METHODS:
(b) Compaction
Amend the last sentence of the first paragraph, by striking the' words: "90
percent of the maximum dry density of such material." and replace with the
words "95 percent of the maximum dry density of such material, or as
directed by Engineer.
PART V:
DMSION 5 - PAVEMENT AND SURFACE COURSES
ITEM 5.8.2. CONSTRUCTION METHODS
(e) Joints
Expansion Joints: Delete the first paragraph and replace 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
S:'xColypel]'~96149%specsx. Sec-3 .doc
3-3
!
(c)
(2)
(1)
(2)
200 linear feet of pavement, unless otherwise specified on the Plans or
directed by the Engineer.
Proximity to Existing Structures: Add to end of sentence, "or as directed by
the Engineer"..
Contraction Joints. Delete the first sentence of the first paragraph and insert
the following: "Contraction or dummy joints shall be sawed to 1-1/4 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." Joint shall be filled with silicone joint ,,material to within
1/4-inch of pavement surface.
Finishing.
Machine. Add the following paragraph at the end of this subsection: "Fog
sprays powered by pressure pumps, and capable of coveting the entire area
of freshly placed concrete with a fine mist, shall be used if water is needed
for finishing operations."
Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of coveting the entire
area of freshly placed concrete with a free mist, shall be used if water is
needed for finishing operations."
PART VI: DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9. BACKFILL:
(b) Compaction.
(2)
Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
Amend the second sentence 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."
1 :x~opl~ll~96149~p~c~X~c-3 .do~
3~4
· lit'
SECTION 4
SPECIAL CONDITIONS
J:~.C:oppellX96149xspe~x..~-4:d~:
4-1
SPECIAL CONDITIONS
WAGON WHEEL RANCH ELEVATED STORAGE
TANK
SC.1
All addenda information provided to the Contractor from the Consulting Engineer will only be mailed to
contractors holding construction plans. In addition the Contractor may, at his option, pick up a copy of
the mailed addendum at the office of the Consulting Engineer. "
SC.2 Additional copies of the Construction Plans and Specifications can be obtained only from the Consulting
Engineer upon request for the cost of $75.00
SC.3 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED
In case it is necessary to change or move the property of any Owner or of a public utility, such property
shall not be moved or interfered with until authorized by the utility company or approved by the Owner.
The right is reserved to the Owner or public utilities 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.
SC.4 EXISTING UTILITIES AND SERVICE LINES
The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or
exposed by his 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. Existing landscaping and irrigation shall be
protected at all times.
SC.5 USE OF EXPLOSIVES
Use of explosives will not be allowed.
SC.6 CONSTRUCTION IN PUBLIC ROADS AND PRIVATE DRIVES
No public road shall be entirely closed overnight. It shall be the responsibility of the Contractor to build
and maintain all weather bypasses and detours, if necessary, and to properly light, barricade and mark all
bypasses and detours that might be required on and across the roads involved in the work included in this
contract.
The Contractor shall make every effort to complete construction and allow immediate access to adjacent
property at driveway entrances located along the roadways. Owners or tenants of improvements where
access and/or entrance drives are located shall be notified at least twenty-four (24) hours prior to the time
the construction will be started at their driveways or entrances and informed as to the length of time
driveways will be closed.
The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance
of same for a period of one year from the date of such reconstruction. In the event the repairs and
maintenance are not made immediately to the satisfaction of the Engineer, and it becomes necessary for
the City to make such repairs, the Contractor shall reimburse the City for the cost of such repairs.
The Contractor shall, at all times, keep a sufficient width of the roadway clear of dirt and other material
to allow the free flow of traffic. The Contractor shall assume any and all responsibility for damage,
personal or otherwise, that may be caused by the construction along roads and private drives.
J :M:oppel IX9614cAspecsxSec-4, doc 4-2
SC .7
CONTRACTOR TO FURNISH COST BREAKDOWN
The Contractor shall furnish the Engineer with a breakdown of any lump sum bid suitable for use in the
preparation of progress estimates of the job. Such a breakdown shall be in sufficient detail so as to
permit its use in a manner satisfactory to the Engineer. It shall not be unbalanced. Progress payments
for materials on hand and equipment delivered will be based on invoices. Cost breakdown, as above
described, shall be subject to approval by the Engineer and shall not include individual line items for
· bonds, insurance or moVe-in costs.
The Engineer will not recommend approval of a progress estimate for payment until a satisfactory cost
breakdown of the project has been submitted by the Contractor.
The Contractor shall submit an estimate of monthly payment requests based on the target construction
schedule and the cost breakdown. The estimate of monthly payment request .ihall be reviewed and
updated each three months.
SC.8 ELEVATED STORAGE TANK, FOUNDATIONS AND ACCESSORIES
A. General
The work to be performed under this section consists of the furnishing of all materials, tools,
equipment, labor and incidentals necessary for the design, manufacture, delivery, and erection of an
elevated steel all-welded water storage tank supported on a reinforced concrete pedestal, complete
with the accessories specified herein, all to be erected on foundations to be designed and
constructed by the Contractor. The tank shall have a capacity of Two Million (2,000,000) Gallons.
stored above the bottom capacity line within a maximum vertical depth of forty (40) feet.. Elevated
Storage Tank design including foundation design shall be sealed and signed by a Professional
Engineer registered in Texas with a minimum of five years of experience and such design submitted'
to the Owner.
B,
Elevated Stora~te Tank
1) General Design
All materials, design, shop fabrication, welding, erection, inspection and testing of the elevated
steel tank structure and appurtenances shall be in compliance with the latest revision of the
American Water Works Association Standard Specification AWWA D100 for "Welded Steel
Elevated Tanks, Standpipes and Reservoirs for Water Storage".
The materials and design shall conform to the applicable' requirements of the Governing
Standard Specifications. The tank shall be of all welded steel construction and the roof shall be
watertight. A minimum thickness of steel plates in the tank shall be 1/4-inch. The structural
roof support beams in the vapor zone of the tank shall be completely seal welded on both sides
to the under side of the roof and all roof plates shall be completely seal welded. All bracing
which supports vertical piping shall be continuously welded at all joints.
All support structures inside the tank shall be steel stiffeners with a minimum depth between
the roof or structural plate to a horizontal member of the stiffener shall be 12-inches to allow
proper coating of the steel plate with the specified protective coating system.
The seal welding can take place on the ground and in the air. The complete erection in place
shall be completely seal welded to the roof structure and roof plates in the vapor zone. The
area between the top of the structural box tubing (rafters) and the roof plates shall be air tested
at~er the seal welding is complete. The air test used to check air tightness between the rafters
and roof plates shall consist of the Contractor placing 5 psi of air in the void area, holding it for
five minutes and providing means of measuring pressure. No laminated steel plates shall be
3:\Coppellx.96149xs. txx:s~Sec-4. doc 4-3
used. Plate size shall be subject to review and acceptance by Owner for conformance to other
tanks within the City.
The tank, tower and complete structure shall be designed to safely withstand the following
loads and forces acting separately or together: (a) Weight of the structure, (b) weight of the
water, (c) wind loads incurred by wind blowing at a rate of 100 miles per hour in any direction,
(d) all loads placed on the structure by the full containment system during blasting and painting
of the steel, (e) seismic zone "O". The tank shall have adequate stiffeners to produce a tank
that can be constructed in a uniform round shape and be capable of sustaining its roundness.
Design calculations, providing compliance with the above requirements, shall be furnished by
the Tank Contractor to the Owner as part of the shop drawing submittal process.
All welding on this project shall be in accordance with Section 8, WELDING of AWWA
D-100. Before welding begins, joints shall be prope~y aligned, spaced and welded. The
Contractor's welding procedure and joint details shall be followed precisely in the field. The
welding procedures, joint details and welding certifications shall be submitted as part of the
shop drawings. All metal edges to be welded shall be wire brushed just prior to welding to
remove dirt and rust, etc., as outlined in Section 10.3 PREPARATION OF SURFACES TO BE
WELDED AWWA D-100. Tab plates shall be used at the abrupt end of a weld seam, such as
the top of vertical seam in a course of shell plates. Tab plates are required to prevent brittle
cracking and fatigue. Tab plates are only required at abrupt ends such as the top of a dry riser
which forms a curb on the roof of the tank.
All butt welding shall conform to Section 8.5 of AWWA D-100 for primary and secondary
stresses. All lap welding shall conform to Section 8.6 ofAWWA D-100. On both Sections 8.3
and 8.6 Contractor shall identify each type of stress on the shop drawings.
All burrs, welding splatter and the like shall be removed and area ground smooth. All pull-
outs, craters and the like shall be welded and ground smooth to match existing area on tank
surface. The definition of ground smooth shall include the removal of all weld splatter and
burrs so the finished plate shall be level for proper coating of the new plate with the specified
protective coating. In areas where weld is required to fill in craters and pullouts, these areas
shall be free from weld splatter and burrs and the weld fill made level with the surrounding
plate for proper coating of the steel plate with the specified protective coating system.
2) Concrete Column Tank
The materials, design and construction of the Reinforced Concrete Pedestal which supports the
steel tank shall conform to American Concrete Institute (ACI) Standards.
This tank configuration shall have a shape similar to the Column Tank as shown on the plans
with a single reinforced concrete pedestal column. The concrete column shall have a minimum
diameter of 54 feet.
The load carrying capacity of the pedestal wall shall be based on ACI 313, "Recommended
Practice for Design and Construction of Concrete Bins, Silos and Bunkers for Storing Granular
Materials". The minimum reinforcing steel ratios shall be 0.25% horizontally and 0.20%
vertically. The reinforcing steel shall be placed in two layers when the wall is 10 inches thick
or greater.
Either the Strength Design method or the Working Stress Method can be used. When the
Strength Design Method is used, the design load shall be calculated in accordance with Section
9.2 of ACI 318-95, "Building Code Requirements for Reinforced Concrete". The water load
shall be treated as a live load having a load factor of 1.7. When the Working Stress Method is
.l:\Coppell'x96149x, specs\Sec..4.doc
4-4
used, the allowable stresses may be increased by 1/3 with wind or earthquake loads acting in
combination with dead and live loads.
Square or rectangular openings in the pedestal wall shall be designed in accordance with the
recommendations of ACI-313. As a minimum 120% of the reinforcing steel cut by the
opening shall be placed around it and one-half of this amount of reinforcing shall be placed on
either side of the opening.
Wall forms can be circular or polygonal. Where polygonal forms are used the straight' portion
shall not exceed 3 feet. The form facing used on the outside of the wall shall produce a
smooth, hard, uniform texture on the concrete. No selected form facing is required on inside
form faces.
The outside forms are to have vertical rustication strips, ~equally spaced, which will result in a
vertical fluting effect. Horizontal construction joints are to be approximately equally spaced
over the height of the wall, and horizontal rustications are to be provided at all horizontal
joints.
No finishing of the inside form surfaces shall be provided, except patching of tie holes and
· defects, and removal of fins to provide a rough form finish. Finishing of the outside form
surfaces shall be patching tie holes and defects, and removing fins, to provide a smooth form
finish. Patching materials shall be selected to match the color of the concrete. The outside
form surfaces shall be sweep abrasive blasted to provide a uniform slightly exposed aggregate
finish that is acceptable to the Owner. Contractor shall notify the Owner when finish blasting
of the concrete column is to occur. The finish blasting shall be completed in the presence of
the Owner.
In designs that include a concrete dome at the top of the concrete column, the steel floor of the
tank shall be supported by the concrete dome. The Contractor will be allowed to grout this
area to achieve contact between the steel plate and the concrete dome. Where steel plate is
pressed to conform to the shape of the dome, those areas where lap joints are made do not need
to be grouted as long as the void area is less than 1 -inch. No void shall be within 5-feet of any
penetration, such as the inlet pipe. Void areas from lap joints at the connection to the concrete
column shall be grouted to a minimum depth of 12-inches to minimize air circulation.
Accessories
1) Wet Riser Pipe
The wet riser pipe shall not be less than 36 inches in diameter with a wall thickness of l/4-inch
if constructed of carbon steel or 20 inches in diameter with a wall thickness of 3/16-inch if
constructed of stainless steel and shall extend from the finished floor to the bottom of the tank
bowl.
2) Dry Well
A steel dry well with a minimum diameter of 48 inches shall be located on the vertical
centerline of the tank and shall extend from the bottom of the tank bowl to the top of the tank
bowl. The dry well shall not be open above the water line.
3)
l:M::'opl~ll\96149Xll~cl~Sel:-4.doc
Ladders
The tank shall not be provided with an exterior balcony, but shall have a suitable stiffening
girder located on the tank interior. All access shall be through the interior of the tank. No
ladders shall be provided on the exterior of the tank or the supporting tower column. All
ladders shall have round rungs.
4-5
The tower ladder shall be installed on the inside of the dry riser or pedestal column from the
floor to the bottom of the tank bowl. A suitable landing shall be constructed near the top of the
column and intermediate landings with handrails shall be provided at 30 feet intervals above
the foundation slab. A eatwalk with handrails shall be provided between the top landing and
the entrance of the dry well. The dry well provides support for the tower ladder from the top
landing to the roof hatch. A heavy duty ladder with 3 inch channel side rails, 7/8-inch round
rungs welded all around both inside and outside the side rail and painted with two (2) coats of
primer and two top coats shall be constructed on the outside of the dry well from the top Of the
dry well to bottom of tank bowl. All ladders shall be of the enclosed type except the one' inside
the dry well. All ladders shall conform with OSHA standards. All ladders and appurtenances
located inside the concrete column shall be hot dipped galvanized.
All ladders in excess of 10-feet shall have Saf-T-Climb devices complying with OSHA
Regulation 1910.27.
Saf-T-Climb devices shall be of the same material as the ladder that it is being attached too.
Four locking pawIs shall be furnished and turned over to the City. In addition, three safety
Harnesses with Lanyard shall be furnished to the City meeting the requirements of ANSI,
Type I belt.
The Saf-T-Climb rail shall include Saf-T pivot rest piece at each landing and at the top of each
rail.
A removable extension kit shall be furnished and provisions made for storage within the safety
railing at the top of the tank for use to access interior of tank.
4) Roof Hatches
5)
6)
Two roof hatches shall be constructed on top of the tank: One to provide access from the dry
well interior to the tank exterior; one to provide access from the tank exterior to the ladder on
the interior of the tank well. The hatches shall have a minimum opening dimension of 36
inches and shall be provided with a rainproof cover, a hasp and all brass pad locks with 2 brass
keys. The opening shall have a curb at least 4 inches high, and the cover shall have a
downward overlap of at least 2 inches. Also construct one additional 36-inch diameter hatch
with a bolted blind flange to provide for painters exhaust fan.
Vent
Vents shall be provided in the tank roof, sufficient to vent a 2.0 MG tank and shall be a
minimum of 30 inches in diameter. The vent shall have a solid canopy to prevent entry of
rainwater and a 16-mesh corrosion-resistant screen to prevent entry of birds or other foreign
objects. The screen material shall be stainless steel or copper. Contractor shall provide
protection between all dissimilar metals and shall be part of the shop drawing submittal. NO
vent shall set over structural support members. Actual location shall be determined by Owner
during review of shop drawings.
Overflow Pipe
An overflow pipe shall be provided, 18-inches in diameter, and shall extend from high wafer
level to the ground. The overflow pipe shall be placed inside the concrete column, set on a
base elbow, extended through the column wall and terminated with a fianged swing check
valve 18 inches outside the wall. A reinforced concrete grate inlet shall be constructed below
the end of the overflow. A square weir box shall be constructed at the top of the overflow pipe.
i:XCopl~l|X96149Xspec~XSec-4.doc
4-6
The weir box shall be designed for a capacity rate of 8 MGD and the top of the box shall be 24-
inches below the roof.
7) Access Doors
8)
9)
There shall be one personnel 3'-0" x 6'-8" hot dipped galvanized steel access door and frame,
with louver and dead bolt lock set, installed at the base of the column. There shall also be two
12-foot wide by 12-foot high, 20 gauge'minimum, hot dipped galvanized steel rolling door and.
frame. The rolling doors shall have the curtain coil mounted between jambs and shall be
locked from the interior by a slide bolt in the bottom rail that can be padlocked. The rolling
doors shall be a Stormtile Model SFN1 Rolling Door manufactured by Overhead Door, or
approved equal. The rolling doors shall be installed with a electric opener operated from a key
lock on the exterior of the concrete column and from a push-button on the interior of the
concrete column. Push button shall have a red mushroom cap.
The access door will be located at such a location to pass cabling through for the proper
operation of the erection boom. No block outs in the column for such a use will be permitted
without the installation of a door.
Inlet and Connecting Pipe
The inlet pipe shall be 24-inch diameter steel pipe as shown in the plans and shall have a
concrete lining.
The connecting water main shall be 24-inch diameter pretensioned concrete cylinder pipe
composed of steel cylinder with spirally wrapped reinforcing rod, a centrifugal concrete lining
inside and a concrete outside coating, and shall conform to the requirements of the American
Water Works Association C-303.
Polyvinyl Chloride Pipe
All polyvinyl chloride pipe (PVC) shall meet AWWA C900 standards.
10) Antenna Bracket
12)
Antenna bracket shall be attached to the exterior of the tank as shown on the plans. Antenna
Brackets shall be installed on top of the tank and be capable of: (a) Withstanding wind loads of
100 miles per hour in any direction, (b) a lateral thrust of 79 pounds, (c) bending moment at
clamp of 521 ft · lbs, (d) antenna weight of 23 pounds, and (e) antenna length of 20 feet.
Obstruction Light
A double red obstruction light in accordance with FAA Specification AC 150/5345-2 (L-810)
shall be installed on top of the tank as shown on the plans and withstand the loadings outlined
above for the antenna bracket.
Ground Floor Slab
A reinforced concrete ground floor slab shall be constructed inside the Concrete Column and
shall have a hand trowel finish. The slab shall be 8 to 10-inches thick as shown on the
Construction Plans, with No. 3 bars on 24-inch centers each way. The floor slab shall have a
cross fall of 1/8-inch per foot towards the floor drain.
Six (6) inches of the existing clay soil under the floor slab shall be removed and replaced with
crushed stone compacted to 95% in accordance with TEX 113-E at a moisture content 2-pts
above optimum moisture.
J:\Coisl~ll\gGI49~sl~cs~c,-4.doc
4-7
13)
14)
15)
16)
Crushed Rock Gradation
Sieve [ % Retained
1" 0 - 5%
1/2" 40- 75%
No. 4 90-100%
No. 8 95 - 100%
t
Intrusion Alarm
Intrusion alarms shall be furnished at the manway door and truck door. Conduit and
conductors shall be run to the RTU cabinet from the switches. A magnetic micro-switch at
each door location will be adequate.
Storage Platform
The design of the storage platform shall be the responsibility of the Contractor and shall
conform to the requirements of the Uniform Building Code. The storage platform shall be
designed for a live-load of 250 lb/square foot and a maximum deflection of Id360. Storage
platform shall be constructed of aluminum or galvanized steel.
SPiral Staircase
The design of the spiral staircase shall be the responsibility of the Contractor and shall conform
to the requirements of the Uniform Building Code. The spiral staircase shall be constructed of
aluminum or galvanized steel.
Jib Crane
The jib crane shall be a manual 1/2 ton capacity, base mounted, 360° rotation jib crane with
collector ring as manufactured by Anchor Crane & Hoist Service Company of Irving, Texas or
approved equal. Design of the jib crane foundation shall be the responsibility of the
Contractor.
17) Project Plaque
18) SCADAConnection
Radio~raphic Testin~
Radiographic testing of all welding shall be done in accordance with AWWA D 100-Appendix "A".
Radiographic testing on site will be done by an independent testing laboratory which is paid for by
the Owner.
The Contractor shall furnish the Owner welding procedures and welding qualifications for both shop
and field welding operations prior to fabrication of the structure. In addition, the Contractor shall
furnish the Owner with radiographs and radiograph test reports of required welds made in the shop.
All radiographs shall be provided to the Owner and become the property of the Owner.
J:\Coppell~96149~peesXS~-4.doe
4-8
SC .9
Hydrostatic Test
Leakage test of the elevated tank shall be made by completely filling the structure to overflow
height, and observing the water surface height for the following 24 hours. No leakage is acceptable.
If leakage is found, the structure shall be promptly repaired by removing or replacing the leaking
portions of the structure and re-tested.
F,
Foundations
The Owner authorized a foundation investigation at the tank site by Henley-Johnston & Associates
of Dallas, Texas. The entire report can be found at the end of these specifications. The location and
profiles of the two core borings referred to in the report are shown on the Plans.
Column foundations, center pier and valve pit shall be constructed of reinforced concrete and shall
be designed by the Contractor using soil data and recommendations contained in the above
mentioned foundation investigation. The column foundation shall be drilled straight shaft piers or
under-reamed piers of a minimum diameter of 24 inches.
Concrete for the foundation shall contain a minimum cement content of 6.00 sacks per cubic yard of
concrete, shall have a maximum water-cement ratio, including free moisture of the aggregates, of
6.25 gallons per sack of cement, and shall develop a minimum compressive strength of 3,000
pounds per square inch at 28 days. The gradation and quality of the aggregates used in the concrete
and the design of the concrete batch shall be subject to the approval of the Owner. Disposal of any
ground water encountered shall be as directed or approved by the Owner.
During the progress of the work, the Contractor shall cast test cylinders and beams. The cost' of all
materials used in the test specimens, including molds and concrete and the testing lab, shall be
included in the Contractor's lump sum price for the work.
Bidding and Shop Drawings
Based on criteria set forth in these Plans and Specifications and in the Foundation Investigation
prepared by Henley-Johnston & Associates, the Contractor shall design the reinforced concrete
column elevated storage tank and reinforced concrete foundations. Each bidder shall submit with
his proposal a sketch of the tank showing major dimensions and plate thicknesses upon which his
bid is based and a sketch of the foundation showing preliminary dimensions and approximate
quantities of concrete and reinforcing steel.
After award of the contract, the Contractor shall submit five (5) copies of shop drawings and
erection drawings pertinent to the tank, foundation and floor design, construction and all specified
items for review by the Owner. Maximum size shall be 11-inches x 17-inches. Two copies of these
drawings will be returned to the Contractor with necessary comments. The Contractor shall provide
the Owner with a capacity of the storage volumes of the proposed tank at one-half (1/2) foot
incremental water levels.
CONTROL VALVE AND ELECTRIC VALVE OPERATOR
A. General
The Contractor shall furnish all equipment included in this section of the specifications and all other
devices necessary for an elevated tank level control system as described herein for the new and the
existing Elevated Storage Tanks.
J:\Copp~ll\96149~slx-csx~:-4.doc
System Operation
A proposed 24-inch butterfly valve with electric operator shall control the flow of water into and out
of the Elevated Tank. The butterfly valve shall have the capability to be opened and closed
remotely.
Operation of the valve shall be accomplished by a valve control to be installed and located on
ground level with other Controls. The percentage open of the valve shall be controlled by a
manually operated close-open valve control, The actual position of the valve in percentage open
shall be reported and indicated at control panel at the tank site.
The Contractor shall be responsible for the proper operation of the total level control and monitoring
system as described herein and shall furnish any adaptors, connectors or other, appurtenances needed
to interface existing and proposed equipment.
Equipment
The Contractor shall furnish all necessary equipment, devices, wiring and appurtenances necessary
to install a 24-inch butterfly valve with electric operator in the 24-inch inlet pipe at the base of the
new Elevated Storage Tank and a motor operator for the existing gate valve at the existing Elevated
Storage Tank.
Equipment shall conform to the following specifications:
1)
Butterfly Valve
Butterfly valve shall be of the tight-closing, rubber-seated type with cast-iron or ductile-iron
bodies and rubber seats which are cemented and clamped into the valve disc. All valves shall
be furnished in strict accordance with AWWA rubber-seated butterfly valves Specification C-
504, the latest edition. Wafer-type valves will not be accepted.
The body shall be cast iron ASTM A126, Class B and shall have face-to-face dimensions in
accordance with AWWA Standards for short body, Class 150-B. The butterfly valve shall
have a floating body seat ring to compensate for change in direction of flow to assure bottle-
tight seal in either direction.
The valve shaft shall be an 18-8, Type 304 stainless steel and shall be of stub design. Valve
disc and shaft shall be attached by means of an "O" ring sealed taper pin with locknuts. Valve
shaft seal shall consist of "O" rings in a removable bronze cartridge.
The valve disc shall be ductile iron ASTM A-536, Grade 65-45-12. Valve disc shall be of the
offset design providing 360 degrees uninterrupted seating. The resilient seat shall be' natural
rubber bonded to an 18-8, Type 304 stainless steel retaining ring secured to the disc by an 18-8,
Type 304 stainless steel set screws. Resilient seats in all sizes shall be adjustable and
replaceable in the field.
All butterfly valves shall be spray coated with a two component epoxy to cover all interior
ferrous surfaces that come in contact with water. Interior coating shall be factory applied to a
nominal thickness of 3-4 mils. Exterior coatings shall be in accordance with the Painting
Specifications described elsewhere in these specifications.
The interior coating shall be a two part thermosetting epoxy protective coating and shall
function as a physical, chemical and electrical barrier between the base metal to which it is
applied and the surroundings. The coating shall be non-toxic and shall not impart taste to
water. The coating must be formulated from materials deemed acceptable per the Food and
l:M2oppell\96149~peesXSee-4.doe 4- l 0
2)
Drug Administration Document Title 21 of the Federal Regulations of Food Additives, Section
121.2514 entitled, Resins and Polymeric Coatings. The coating shall have a stain finish and
shall be suitable for field overcoating and touchup with same coating material without sanding
or special surface preparation, or application of heat in excess of room temperature. The
coating shall have a successful record of performance in valves, pipe or other allied equipment
for a minimum of two years.
The interior coating adhesion to the-substrata shall exceed cohesion of the coating film as
demonstrated by the following tests:
a) Prepare test panel and apply coating per manufacturer's recommendation.
b) After sample has properly cured per manufacturer's recommendatiofi, scribe an "X" using
a sharp knife or scalpel through the coating to the metal substrata.
c)
With the point of the knife at the junction of two scribes, attempt to lift off coating.
Coating should not lift off substrata or between coats readily, but should break up leaving
coating material on the substrata of this damaged area.
d) No disbondment of the film shall be noted as tested above after immersion in tap water
for 1500 hours at 100 degrees F.
A falling sand abrasion test using ASTM D968 shall produce an abrasion coefficient of 25-30
liters/rail. As an alternative, a Tabor Abrader Test should find 3.5 - 3.7 milligrams coating
loss per 100 cycles when using a CSF 10 Wheel (1000 gram weight).
Valve discs shall set at 90 degrees to the axis of the valve and revolve through 90 degrees from
full open to closed.
Valve operator shall be capable of seating and unseating valves and operating through their full
stroke based on operating pressures and sized for a Class 150B valve.
Manual operator shall be the worm-gear or traveling nut type, having permanently grease-
lubricated totally enclosed gearing with operating nut and gear ratio design to require not more
than 80 pounds pull at the valve. Operator shall be provided with adjustable limit stops on the
input shaf~ to the operator. Limit stops on output shaft of operator will not be permitted.
Operator shall be designed for direct burial service and a valve manhole shall be provided over
the valve operator as shown in the plans.
The valves shall be mounted horizontally unless shown otherwise on the plans. All valves
shall be a Class 150 B unless otherwise shown in the plans.
Electric Valve Operators
The actuator shall be by a company with at least 10 years experience in the manufacture of
electric valve actuators. Actuator shall include motor, power gearing, limit switches, torques
switches and electrical switchgear compartment in one compact assembly. Valve operators
shall be Elm, Rotork, Limitorque or approved equal and shall be sized according to the torque
requirements of the valves. The operators shall include solid state valve position controllers
such as the Rotork Folomatic or Limitorque Modutronic Modulating Control Systems.
A permanently attached, automatic declutching, handwheel shall be provided which will not
rotate while in motor operation mode. The declutching device shall provide power override of
J:XCoppell~96149~per.~Xg~,~.-4.do~
4-I1
handwheel at all times. Handwheel engagement shall be by positive mechanical means not
requiring periodic adjustment or depending on friction to function.
Limit switches shall be geared to valve movement at all times.
The motor shall be designed specifically for valve actuator service, of the high starting torque,
totally enclosed non-ventilated type, with rotor mounted on pre-lubricated, sealed anti-friction
bearings. Insulation shall be NEMA Class "B" as a minimum. Duty rating of the motor shall
be sufficient for 4 consecutive one direction valve strokes without exceeding its allowable
temperature rating.
Motor shall be 1800 RPM, 3 phase, 60 hertz, 240 volt for the new tank and single phase,
240 volt for the existing tank. ,".
The switchgear compartment shall be an integral part of the actuator assembly and shall be of
adequate size to contain all components in an accessible arrangement for ease of maintenance.
The following items shall be furnished in addition to the basic limit and torque switches and
shall be factory prewired in accordance with the wiring diagrams shown on the electrical
drawings.
a) Reversing motor starter, mechanically and electrically interlocked and having
encapsulated coils, spring return, suitable for mounting in any position.
b) Three pushbuttons marked Open-Stop-Close.
c) Red and green valve position indicating lights.
d) Control power transformer, encapsulated and with fused secondary.
e) Mechanical dial position indicator for continuous local readout, graduated in percent of
valve opening.
f) Potentiometer (50 ohm) for continuous remote readout of valve position via an integral 4-
20 mA transmitter.
g) Two or three position selector switch for local/remote or local/off/remote operation.
h) Motor space heater.
i) Eight contact limit switches.
j) Integral power disconnect.
Contractor shall submit five (5) sets of drawings for review of the plan and section of the valve
vault including electric valve operator, butterfly valve and thrust harness dimensions.
Record Drawings
The Contractor, upon completion of the construction work, shall furnish five (5) sets of "Record
Drawings" of all wiring and circuitry installed under this contract. Maximum size of drawings shall
be 1 l"x17".
J:\CoPPellXgi14cAsPecsXSec-'4*doc 4-12
Payment
No separate payment will be made for work performed in accordance with this section of the
specifications. All work, materials and necessary appurtenances of the entire project will be a single
lump sum bid item.
SC.10 TANK PREPARATION AND PAINTING
A. General
The work to be performed under this section of the specifications shall include the furnishing of all
labor, material, equipment and incidentals required for abrasive blasting, cleaning and painting all
steel surfaces on the interior area of the tank bowl and exterior of the proposed 2.0 million gallon
elevated storage tank and for sterilizing the tank interior, complete as specified, herein.
B. Plan of Work
Ninety days prior to beginning work the Contractor shall submit a written plan to the Owner for
review and approval fully describing his proposed plan of work for blasting the existing steel,
disposal of waste material and painting the tank. The plan of work shall include the following
information:
1 ) Detailed description on the steps to complete the work.
2) Plan for abrasive blasting tank. Flow chart describing areas to work in.
3) Plan for collecting, containing & disposing of waste blast material. Description of how this
will be accomplished.
4) Plan for protecting ground and property around tank. Description of what will be done to
accomplish this.
5) Plan for worker safety and health.
6) Plan for painting tank. Flow chart describing areas to work in.
7) Quality control plan. Steps to be utilized by Contractor.
Surface Preparation
All steel surfaces shall be thoroughly cleaned of all existing paint and mill scale by abrasive blasting
in the field after erection of all steel members. All interior surfaces shall be abrasive blasted to a
near white metal blast in accordance with Steel Structures Painting council Specification sSPC-
SP10 after erection of all steel members. All exterior surfaces shall be abrasive blasted to a
commercial finish in accordance with SSPC-SP6. If blasting of any previously painted surfaces is.
required, the blast finish shall be feathered to provide a smooth uniform paint finish.
Final determination of blasting quality shall be determined by the Owner. All abrasive blasting
shall be performed in full accordance with the latest regulations issued by the Texas Air Control
Board.
The Contractor shall be in full conformante with the Texas Air Control Board's (TNRCC) General
Rules for nuisance. If such a nuisance arises from the Contractor's work on this project, the
Contractor shall immediately shutdown the work causing the nuisance and make the necessary
changes in operation, including preventative shields and containment. Contractor shall provide
whatever is necessary to resolve the nuisance caused by the Contractor's operation to the
J:\Coppell',96149~pecsXSec-4.doc 4- ] 3
satisfaction of the State of Texas and the City. All cost of whatever the nature shall be included in
the unit price bid for the project.
Standard of Comparison
The specific paint referred to in these specifications is manufactured by Valspar Chemical
Company, or Carboline and is presented as a standard of comparison. Other paints may be
acceptable if they are equal in quality as determined by the Owner. The Owner shall determine the
acceptability of paints to be used. The Owner reserves the right .to request the Contractor to supply
a complete history of the paint system he proposes to use. This information would be used to
determine acceptability of the system. All paints applied are to be by the same manufacturer. Any
deviation of the specified paint systems must be presented at the Owner's Prebid Conference in
writing for acceptance.
Paint System
All tank surfaces shall be coated after erection of all members as follows:
l)
Interior Steel Painting
The interior paint system shall be certified by the National Sanitation Foundation - ANSI/NSF
Standard 61 Drinking Water System Components for Potable Water Coatings.
After interior surfaces have been abrasive blasted they shall be painted by spraying with one
coat of food grade Valspar 32-D-7 PWR High Build Epoxy, or Carboline 191 Epoxy Primer.
Minimum dry film thickness shall be 5.0 mils throughout. All touch-up painting shall also be
done with the approved prime paint. Prior to the first coat of paint, all welds shall be coated by
brush with the approved prime paint thinned by 50% with the approved paint supplier's food
grade thinner.
The second interior and final coat shall be applied by spraying one coat of white food grade
Valspar 32-W-3 PWR Hi Build Epoxy, or Carboline 191 Epoxy Finish. The minimum dry film
thickness of the second coat shall be 5.0 mils throughout.
Total dry film thickness of the interior paint after seven days (75° F Temperature) drying time
shall not be less than 10.0 mils throughout. Contractor shall provide adequate forced
ventilation during application and curing to achieve required results. Each coat of paint shall
be applied in a uniform thickness and shall be feathered as necessary at its edges to prevent lap
marks and provide a smooth paint finish. All interior paint shall comply to ANSI/NSF
Standard 61.
2)
Exterior Steel Painting
After exterior surfaces have been abrasive blasted they shall be painted by spraying or rolling,
one coat of Valspar Val-Chem Hi Build Epoxy 89, or Carboline 191 Epoxy Primer. Minimum
dry film thickness shall be 5.0 mils throughout.
The final exterior coat shall be applied by spraying or rolling one coat of Valspar, V 41 Series,
Val-Chem Urethane Enamel, or Carboline 133 HB. The minimum dry film thickness shall be
5.0 mils throughout.
The minimum total dry film thickness of the exterior paint system shall be no less than
10.0 mils throughout. Each coat of paint shall be applied in a uniform thickness and shall be
feathered as necessary at its edges to prevent lap marks and provide a smooth paint finish. The
final coat may require placing this coating in more than one (1) coat to insure a uniform color.
J:%CoppeIK96149%.speca%Sec:..4.do~ 4-14
It shall be the Contractors responsibility to produce the uniform cover on the exterior of this
tank. If additional coats are used they shall be placed in thickness of 1.5 mils minimum.
Color of the exterior of steel shall be white. The column shall not be coated. Colors shall be
reviewed and approved by the Owner. Colors for logos shall be selected and approved by the
Owner. The logo shall consist of two coats of final coat 2.5 mils average, and shall include
two coats of a clear coat compatible with the paint system. The logo will appear on two sides
of the tank.
Apolication
Coatings shall be applied in accordance with paint manufacturer's recommendations found on the
paint data sheets and are subject to inspection at all times by the on-site representative. Paint
manufacturer's data sheets shall be submitted as part of the shop drawing submittal process.
Contractor shall follow the Steel Structures Painting Council Good Painting Practice except where
exceeded in these specifications.
No painting shall take place utilizing the interior paint system unless the atmospheric temperature is
above 50oF and metal surface temperatures is above 50oF and a minimum of 5oF above the dew
point. The relative humidity shall not be greater than 80%. Painting also shall not proceed if the
temperature is expected to fall below 40oF before the paint has dried to the recoat window
(24 hours) or if the surface temperature is at or above 110oF.
No painting shall take place utilizing the first coat of exterior paint system unless the atmospheric
temperature is above 50oF and metal surface temperatures is above 50oF and a minimum of 5oF
above the dew point. The relative humidity shall not be greater than 85%. No painting shall take
place utilizing the several and final coat of the exterior paint system unless the atmospheric
temperature is above 40oF and metal surface temperature is above 40oF and a minimum of 5oF
above the dew point. The relative humidity shall not be greater than 80%. Painting utilizing the
exterior system shall not proceed if the temperature is expected to fall below 40oF before the paint
has dried to the recoat window (24 hours) or if the surface temperature is at or above 110oF.
Contractor shall have sufficient number of compressors and adequate compressor output on site to
complete the blasting and painting in a timely manner. Contractor shall have on site and utilize
during the coating of the tank, two (2) 45:1 Ratio airless spray Graco Pumps or equal in working
order.
All spray equipment shall be inspected and approved by Owner's representative before any
application is begun. A moisture trap shall be placed in line from air supply to pressure pot and
spray gun. This trap shall be opened slightly to provide a continuous bleed. Regulators and gauges
shall be provided for air to both pressure pot and spray gun.
All abrasive and dust from blasting operations shall be removed from surfaces before paint
application is begun. Blasted surfaces shall be coated with one coat of primer during the same day
that blasting was done. Primer shall not be applied closer than six inches to a non-blasted area.
Any subsequent blasting operation shall not result in abrasive particles embedded in the paint film.
The sequence to be followed in painting shall be such that a minimum of damage to finished
coatings will result.
Spray guns must be held perpendicular to the surface being painted, handled and adjusted in such a
manner so dry overspray is kept at a minimum.
The Contractor shall at all times protect the buildings, homes, automobiles and other items from
blasting and paint that is being applied to the tank. Contractor shall be solely liable for all claims of
J:XCoppelh96149',W. sXsec-4.aoc 4-15
Hm
damage of whatever nature which results from the blasting and/or painting operations on this
project.
Inspection
All work shall be done in a workmanlike manner, so that the finished coating on the interior,
exterior and all painted surfaces of the tank and structures shall be free from bubbles, runs, drips,
ridges, waves and unnecessary brush marks and variations in color. In addition all surfaces that will
be in contact with potable water shall be free of holidays and pinholes. With the roof structure
being seal welded, the roof area (all surfaces above high water level) shall be free of holidays and
pinholes.
Inspection and acceptance of the abrasive blasting shall be achieved prior to application of the prime
coat of paint on the tank. The Contractor shall schedule and coordinate his work with the Owner to
allow for expeditious prosecution of the inspection and painting.
All paint film thickness shall be verified by the Contractor by measuring the wet film thickness of
each coat as it is applied. The Contractor shall coordinate the use of the painting scaffolds and
rigging with the Owner or his representative to provide regular access for the paint inspections. A
wet film thickness measurements shall be made for each 100 square feet of surface painted.
All paint will be inspected for applied dry film thickness using a non-destructive magnetic gauge
such as a Mikrotest Gauge or an Elkometer. Dry film thickness, pinholes and Holidays shall be
inspected throughout the painted surface at locations determined by the Owner. Testing for dry film
thickness will be done by the Owner or an independent testing laboratory which is chosen and paid
by the Owner. General paint inspection will be done by the Owner. All work shall be done in a
workmanlike manner, so that the finished coating on the interior and exterior of the tank shall be
free from bubbles, runs, drips, ridges, waves, brush marks and variations in color.
The Contractor shall minimize lap marks created from the seal of the containment system. These
areas shall be strategically located in welled seams.
Location of Painting Systems
The interior painting system as described in this specification shall be applied at the following
general locations:
1) On all metal surfaces inside the tank bowl (surfaces in contact with potable water and roof
structure).
2) On all metal surfaces on the inside and outside of dry and wet risers on elevated tank.
3) On all ladders except those located on the exterior surfaces of the structure and/or tank.
4) On the exterior tank surface located inside the support column (tank belly).
5) On all metal surfaces inside the support column and inside the valve vault.
The exterior painting system as described in this specification shall be applied at the following
general locations:
1) Exterior of the tank that is exposed to the sun light.
2) Exterior appurtenances on the tank such as vents, brackets, and hatches.
J :%Coppell'~6149x,~p~sXS~-4. doc 4-16
Disinfection
Once painting is complete and prior to disinfection of the tank, the interior of the tank shall first be
thoroughly cleaned by hosing down the walls, underside of the roof and floor with water from the
Owner's distribution system. The accumulation of dirty water from the wash down process shall be
wasted into the sanitary sewer system. Contractor shall provide adequate pumps to accomplish this
work and take necessary steps to prevent contamination of the Owner's water supply. Disinfection
shall be in accordance with AWWA C652 "Disinfection of Water Storage Facilities" except as
exceeded by the below specification.
The tank interior shall be disinfected by spraying with a chlorine solution of not less than 200 ppm
chlorine. Spraying shall be accomplished by use of an attachment connected to a fire hose, and the
chlorine solution shall be applied under pressure.' Contact time of the 200 ppm solution shall not be
less than one hour. Contractor shall provide adequate pumps to accomplish this work.
The Contractor shall submit samples of the water for bacteriological tests to a State approved testing
laboratory and satisfactory test reports shall be received before the tank is placed in service. The
Contractor shall obtain approval of the Owner prior to placing the tank in service.
The cost of furnishing chlorine, bacteriological tests, labor, tools and equipment shall be included in
the.lump sum bid price for the project, and no separate payment will be allowed. The Owner shall
furnish water to fill the tank one time. If it is required to fill the tank more than once to obtain the
proper sterilization, the cost of the water for water in excess of one tank full shall be born' by the
Contractor and deducted from monies due him from the Owner.
Safety Precautions
The Contractor shall be fully responsible for the safety of the workmen on this project and public in
the vicinity of this tank at all times during the removal of the rust and mill scale, painting and
sterilization of the tank. The Contractor shall be responsible for meeting all OSHA Safety
Standards and Regulations. Protective equipment, abrasive resistant clothing, safety shoes, leather
gloves, ear protection and OSHA approved respirators shall be utilized as a minimum during
blasting and painting on this tank. All respirators shall be air fed. Contractor shall provide all
workers, Owner personnel and all other persons on site the minimum described safety equipment as
well as that required by OSHA.
Workmen applying the chlorine solution to the reservoir shall be protected by rubber raincoats and
boots and gas masks as a minimum to insure their protection against bums and inhaling chlorine
gas. The Contractor shall be responsible for the safety of his workmen applying the chlorine
solution and shall see that they are protected against chlorine bums and gas. Contractor shall
provide all workers the minimum described safety equipment as well as that required by OSHA.
Contractor Liability
Contractor shall be solely liable for all claims for personal and property damage, including death;
which result from the blasting, painting and sterilization operations on this project. The Contractor
shall take special precautions to control paint from damaging automobiles, homes and other
facilities in the developed area around the tank. If complaints are received by the Contractor or the
Owner, the Contractor shall investigate the complaint immediately and report in writing to the
Owner corrective action he is taking. It shall be the Contractor's complete responsibility to correct
or make whole any damage or injuries caused by his painting operations.
l:xco~,n~s~49~t,r, sx~c-4.ao, 4-17
SC.11 PRESSURE METERS
A. Scope
This section covers the pressure meters and gauges for the sensing level in the elevated tank.
Furnish and install pressure meters as shown on the drawings and as specified herein. Furnish all
labor, materials, tools, equipment, and related items required for complete installation.
B. Submittals
Submit outline and dimensional drawings, catalog literature, and wiring diagrams for review.
Elevated Tank Transmitters
The elevated tank pressure transmitter shall sense pressure in the wet riser:and produce an output
proportional to the tank level. Transmitter range shall be 0 to 40 feet with 120 feet head
suppression. The level transmitter shall be as follows:
1) Sensing element shall be strain gauge type and integral to the transmitter. Transmitter shall
have adjustable pulsation damping and local indicator scaled in engineering units.
2) Accuracy shall be plus or minus 0.25% of calibrated span. Dead band shall'be less than plus or
minus 0.1% of span.
3)
Transmitters shall be suitable for operation in temperature range from -20 degrees F to 100
degrees F and humidity to 100% relative humidity. Transmitter output shall be 4 to 20 mA into
600 ohms and shall be two wire type.
4) Transmitter shall have built in indicator scaled in feet.
Elevated tank level transmitter shall be Rosemount Model 1151 GP-6-S-22-B1-M4-R1, with a DA
Manifold Model PTMG-T-SS. Furnish one Rosemount Model 268 Handheld Programmer to
Owner.
Pressure Gauges
Furnish Robershaw Model 314 - 4 1/2" diameter gauge with 0 to 160 psi dial. Dial shall be dual
type and shall also read in feet. Gauges shall have the following accessories:
1 ) NPT male socket connection.
2) Capillary bleeder.
3) Shockstop movement protection.
4) Ball Valve
5) Miscellaneous pipe fittings
E. Miscellaneous
Fumish and install pipe and fittings for mounting of transmitters including bushings, pipe fittings,
and valves as required for a complete installation. Brass pipe fittings shall be rated 1000 psi and
shall be Parker or equal. Valves shall be bronze body with 200 psi rating, furnish NIBCO or equal.
Insulation for elevated tank transmitters shall be O'Brien "Flexpak" series. Furnish heat tape for
sensing line. Sensing line insulation shall be Thermazip (Tempe, Arizona) series 100 with 1/2"
foam insulation.
J:%Coppelf',96149~specs~Sec4.do~
4-18
SC.12
Floor stand for the elevated tank level indicating transmitter and the pressure gauge shall be O'Brien
Corp. # FP52.
Heat trace shall be Thermion (San Marcos, Texas) type EL and shall be rated 2.5 watts per foot at
120 vac.
Heat trace thermostat shall be pipe mounted, weather proof, and designed for freeze protection.
· Thermostat shall be Thermon Number TCA-1 or equal.
Tank Pressure Transmitter Installation
The pressure meters shall be permanently mounted at the locations as shown on the drawings and
per the manufacturer's approved methods.
Set span per drawings and calibrate to accuracy specified. "'
Specification SC. 16 is referenced for additional requirements including testing and start-up.
G. Heat Trace Installation
Install heat trace, and insulation on sensing lines from header to the transmitter enclosure.
PROJECT SIGN
The Contractor shall furnish and install one free standing project sign for this project at a location
approved by the City. As the City Council or City staff changes, the Contractor shall immediately, upon
written direction, update the project sign at no additional compensation. The Contractor shall maintain
the project signs through the entire project time. The project sign shall be of the dimensions, material
and character as shown on the project sign detail at the end of these Special Conditions. No direct
payment shall be made for the project sign, but its cost shall be subsidiary to other items in the Bid
Schedule.
J :\Coppel~96149xspecsXScc-4. doc 4 - ] 9
'l
1 ' 1 1 I "1 "l ' 1 ..... l ' "1 ..... 1
CITY OF COPPELL
PROJECT SIGN
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
SC.13
CATHODIC PROTECTION SYSTEM
The work to be performed under this section of the specifications shall comprise the furnishing of all
labor, materials and equipment necessary to install a cathodic protection system in accordance with
AWWA D104 latest version, complete in the elevated storage tank, as further specified herein.
A. D~.sign
The system shall be designed by a 'corrosion specialist who is .accredited by the National
AssoCiation of Corrosion Engineers (N.A.C.E.) as being a Corrosion SpecialiSt' with experience in
cathodic protection for water storage tanks. The corrosion specialist shall design the system to
provide effective corrosion control in accordance with criteria for protection.
The corrosion specialist shall base system capacity and performance on: /"
· Tank to water potential.-
, Total surface area of the tank. Total surface area includes high water level in bowl and wet risers
in elevated tanks.
· Type of eoating.
· Total bare surface area to be protected will be a minimum of 25% of total surface area.
B. Long Life Reference Electrode(s)
The reference electrode shall consist of a copper-copper sulfate electrode which is manufactured to
remain stable (plus or minus 10 mV) for a minimum often (10) years. The reference electrode to
lead wire connection shall be encapsulated to prevent water migration.
C. Anode Suspension System
The anode suspension system shall be a system which allows for vertical suspension from the roof
of the tank. The anode lead wire shall be a minimum #10 HMWPE or U.S.E. and will be used to
secure the lead wire to a porcelain insulator bracket bolted to the interior of the tank roof.
Hand hole assemblies used for the installation of vertical anode suspension systems from the roof of
the tank shall consist of a 6-inch diameter steel cover, rubber gasket, and a steel bar and bolt
assembly as detailed in the plans.
D. Anode Materials
The anode materials shall be selected in accordance with Design (Section B) and shall consist of one
of the following:
· Minimum .062" diameter platinized niobium with 25 micro inches of platinum.
· Minimum .062" diameter titanium with a precious metal oxide coating.
· Minimum 1" diameter x 9" Durichlor 51 high silicon cast iron.
All anode to header cable connections shall be sealed to prevent water migration.
Contractor shall submit shop drawings of the system to the Owner.
3:XCollllellX96149~pecs~Se~-4.doc 4-21
E,
System Components
1) Rectifier
The rectifier shall be in an all weather enclosure mounted on the interior wall of the concrete
column. The rectifier unit shall include:
a) Transformer
b) ' 'Selenium or silicon rectifying elements
c) Circuit breaker(s)
d) Lightning, surge, and overload protection
e) Provision for air-cooling operation
f) Voltmeter(s) and ammeter(s)
g) Weatherproof cabinet in accordance with NEMA 3R requirements
· h) Provision to vary current output from 0% to 100% of rated capacity
i) Provisions for mounting, grounding, and locking
j) Provision for 110-120 volt, 60 Hz, single phase A.C. power
k) output Capacity in volts and amperes in accordance with Design (Section B)
1) Number of circuits or separate rectifiers in accordance with design (Section B)
m) Automatic controller shall be AWWA D104-91, Type A and shall adjust current output to
compensate for changes in water level, temperature of water, water chemistry, and
cathodie polarization, and shall include the following provisions:
* Utilize long-life reference electrode(s) mounted in tank
· Monitor the tank-to-water potential, free of IR drop
· Automatically adjust the tank-to-water potential, free of IR drop, 'to a preset value
(Section B)
· Operate within 25 mV ofpreset value
· Automatically limit current to a preset value
· Utilize potential meter(s) to display tank-to-water potential, free of IR drop
2) Wiring
All wiring with the tank shall be insulated to prevent copper conductor to water contact. 'Wiring
shall be as specified in Section E3.
All wiring on the exterior of the tank shall be insulated and run in rigid conduit (1/2-inch
minimum size). Conduit and raceways shall be as specified in Section E2.
J:~,opl~llX96149~pec~XSec4.doc
4-22
I ' Tl' "
F. Ouali~cations
The cathodic protection Contractor shall have a minimum of five (5) years experience installing and
servicing the types of system described in this specification. The system shall be installed by
employees of the cathodic protection constructor and shall have experience in the installation of
cathodie protection systems.
'Energizing System
At~er the System is installed and the 'tank is filled, the Contractor shall provide startup services
which includes energizing, testing, and adjusting the system for optimum performance of the
cathodic protection system. The system shall remain operational for 30 days then shut off for the
remainder of the warranty period.
All tank-to-water potential measurements shall be conducted with a calibrated portable copper-
copper sulfate reference electrode and a portable high impedance voltmeter. A minimum of five (5)
locations shall be measured.
The final test and adjustment of the system shall be conducted after the one year inspection is
completed. At this point the system shall be energized and remain on.
H. Service A~reement
The Contractor shall furnish a proposed service agreement to the Owner for the type of 'system
installed. The agreement shall include the annual service rate and a complete description of the
scope of work proposed.
The agreement for annual inspection and potential testing shall include as a minimum:
1) One (1) annual job site visit.
2) Tank-to-water potential measurements conducted at representative locations within the tank. A
minimum of five (5) locations shall be measured.
3) Measurements shall be conducted with a portable high impedance voltmeter and a calibrated
copper-copper sulfate reference cell.
4) Adjustments for optimum corrosion control shall be in accordance with criteria for protection.
5) Data recorded shall provide sufficient information to evaluate the performance of the system
relating to criteria for protection.
6) In the event additional work is required, the constructor shall submit a report with
recommendations for optimizing corrosion control.
Payment
No separate payment will be made for work performed in accordance with this section of the
specifications. All work, materials and necessary appurtenances of the entire project will be a single
lump sum bid item.
J:~Copl~lRg6149~x.~Ec,-.4,do~
4-23
ELECTRICAL
SC.14 ELECTRICAL GENERAL PROVISIONS
A. General Conditions
The General Conditions and Requirements, Special Provisions, are hereby made a part of this Section.
The Electrical Drawings and Specifications under this Section shall be made a part of the Contract
Documents. The Drawings and Specifications of other sections of this contract, as well as supplements
issued thereto, information to bidders and pertinent documents issued by the Owner'S Representative are a
part of these Drawings and Specifications and shall be complied with in every respect. All the above
documents will be on file at the office of the Owner's representative and shall be examined by all the
bidders. Failure to examine all documents shall not relieve the responsibility or be used as a basis for
additional compensation due to omission of details or other sections from the electrical documents.
Furnish all work, labor, tools, superintendence, material, equipment and operations necessary to provide for
a complete and workable electrical system as defined by the Contract Documents.
Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions to be met
for installing the work and adjust bid accordingly.
It is the intent of the Contract Documents that upon completion of the electrical work, the entire system
shall be in a finished, workable condition.
All work that may be called for in the Specifications but not shown on the Drawings, or, all work that may
be shown on the Drawings but not called for in the Specifications, shall be performed by the Contractor as if
described in both. Should work be required which is not set forth in either document, but which work is
nevertheless required for fulfilling of the intent thereof, then the Contractor shall perform all work as fully
as if it were specifically set forth in the Contract Documents.
The definition of terms used throughout the Contract Documents shall be as specified by the following
agencies:
1) Underwriters Laboratories
2) National Electrical Manufacturers Association
3) American National Standards Institute
4) Insulated Power Cable Engineers Association
5) National Electrical Code
6) National Fire Protection Association
The use of the terms "as (or where) indicated", "as (or where) shown", "as (or where) specified", or "as (or
where) scheduled" shall be taken to mean that the reference is made to the Contract Documents, either on
the Drawings or in the Specifications, or both documents.
The use of the words "furnish", "provide", or "install" shall be taken to mean that the item or facility is to be
both furnished and installed under the electrical work, unless stated to the contrary that the item or facility is
to be either furnished under another Section or under another Contract, furnished under this Section and
installed under another' Section or under another Contract, or furnished and installed under another Section
or under another Contract.
l:\CoppelP.96149~pecsxScc..4a. doc 4-24
B. Permits, Codes and Utilities
C,
Secure all permits, licenses, and inspection as required by all authorities having jurisdiction. Give all
notices and comply with all laws, ordinances, rules, regulations and contract requirements bearing on the
work.
The minimum requirements of the electrical system installation shall conform to the latest edition of the
National Electrical Code, as well as state and local codes.
Codes and ordinances having jurisdiction and specified codes shall serve as minimum requirements, but, if
the Contract Documents indicate requirements which are in excess of those minimum requirements, then the
requirements of the Contract Documents shall be followed. Should there be any conflicts between the
Contract Documents and codes, or any ordinances, report these with bid.
Determine the exact requirements for the utility service connections and metering facilities as set forth by
the utilities that will serve the project, and allow in bid and pay for and perform all work as required by
those utilities.
Standards
All materials and equipment shall conform to the requirements of the Contract Documents. They shall be
new, free from defects, and they shall conform to the following standards where these organizations have set
standards:
1 ) Underwriters Laboratories (UL)
2) National Electrical Manufacturer's Association (NEMA)
3) American National Standards Association (ANSI)
4) Insulated Cable Engineers Association (ICEA)
All material and equipment of the same class shall be supplied by the same manufacturer, unless specified to
the contrary.
All products shall bear UL labels where standards have been set for listing.
When the Contractor provides a product for this project he shall be bound by the terms and conditions of the
Contract Documents and he shall agree to warrant and to be liable for the merchantability and fitness of his
product to the applications to which his product is applied under the Contract Documents.
Shop Drawings and Submittals
Shop drawings shall be taken to mean detailed drawings.with dimensions, schedules, weights, capacities,
installation details and pertinent information that will be needed to describe the material or equipment in
detail.
Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers and
manufacturer's name.
Submit for review six (6) copies after notice to proceed, all shop drawings and submittals as hereinaf~er
called for. Shop drawing distribution:
2 copies ..............................................................Owner
1 copy .................................................................Civil Engineer
1 copy .................................................................Electrical Engineer
2 copies ..............................................................Contractor (Tank)
J:\CoppellX96149~pecsx,$ec-4a. doc 4-25
F,
Review of submittals or shop drawings shall not remove the responsibility for furnishing materials or
equipment of proper dimensions, quantity and quality, nor will such review remove the responsibility for
error in the shop drawings or submittals.
Failure to process submittals or shop drawings on any item and/or items specified shall make the Contractor
responsible for the suitability for the item and/or items, even though the item and/or items installed appear
to comply with the Contract Documents.
Assume all costs and liabilities which may' result from the ordering of any material or equipment prior to the
review of the shop drawings or submittals, and no work shall be done until the shop drawings or submittals
have been reviewed. In case of correction or rejection, resubmit until such time as they are accepted by the
Owner's Representative, and such procedures will not be cause for delay.
Submittals and shop drawings shall be compiled from the manufacturer's latest product data. Should there
be any conflicts between this data and the Contract Documents, report this information for each submittal
and/or shop drawing.
Shop drawings and submittals will be returned and unchecked if the specific items proposed are not clearly
marked, or if the General Contractor's approval stamp is omitted.
When requested, furnish samples of materials for acceptance review. If a sample has been reviewed and
accepted, then that item of material or equipment installed on the job shall be equal to the sample;. if it is
found that the installed item is not equal, then replace all such items with the accepted sample equivalent.
Acceptance and Substitutions
All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be
considered for acceptance. The judgment of equality of product substitution shall be made by the Engineer.
Where substitutions are offered, the substituted product shall meet the product performance as set forth in
the specified manufacturer's current catalog literature, as well as meeting the details of the Contract
Documents.
The details on the drawings and the requirements of the Specifications are based on the first listed material
or equipment. If any other than the first listed material or equipment is furnished, then assume
responsibility for the correct function, operation, & accommodation of the substituted item. In the event of
misfits or changes in-work required, either in this section or other sections of the Contract, or in both, bear
all costs in connection with all changes arising out of the use of other than the first listed item specified.
Substitutions of products under other sections may occur. Make necessary adjustments and additions to
work under the electrical work to accommodate those substitutions. Such adjustments and additions shall be
performed in compliance with electrical specifications at no additional charge.
Energy efficiency of each item of power consuming equipment shall be considered one of the standards for
evaluation.
Excavation and Backfilling
Do all excavating and backfilling necessary for the installation of the work. This shall include trench safety,
shoring and pumping in ditches to keep them dry until the work in question has been installed.
All excavations shall be made to proper depth, with allowances made for floors, forms, beams, piping,
finished grades, etc. Ground under conduits shall be undisturbed earth or if disturbed, mechanically
compacted to a density ratio of 90% before conduits are installed.
J:\Coppell~.96149xapecsx, Sec'..4a-doc 4-26
All backfilling shall be made with selected soil, free of rocks and debris, and shall be mechanically tamped
in six (6") inch lifts to secure a field density ratio of 90%.
All excavated material not suitable and not used in the backfill shall be removed to the onsite disposal area.
Area shall be as directed by the Engineer.
Field check and verify the locations of all underground utilities prior to any excavating. Avoid disturbing
these as far as possible. In the event existing utilities are broken into or damaged, they shall be repaired so
as to make their operation equal to that before the trenching was started.
Where the excavation requires the opening of existing walks, drives or other existing pavement, these
facilities shall be cut as required to install new lines and to make connections to existing lines. The sizes of
the cut shall be held to a minimum, consistent with the work to be installed. After installation of new work
is completed and the excavation has been backfilled in accordance with above, repair existing walks, drives
or other existing pavement to match existing installation.
G. Cuttin~ And Patchin~
CuRing and patching required under this section shall be done in a neat workmanlike manner. CuRing lines
shall be uniform and smooth. All cutting and patching shall be undertaken with written direction from the
tank manufacturer.
Construction Requirements
Except where specifically noted or shown, the locations and elevations of equipment are approximate and
are subject to small revisions as may prove necessary or desirable at the time the work is installed. Final
locations shall be confirmed with the Owner's representative in advance of construction. Confirmed
locations shall be made for the following:
1) Receptacles
2) Safety switches
3) Wall switches
4) Motors
5) Pilot operators
6) Alarm Devices
Where equipment is being furnished under another Section, request from Tank Contractor an accepted
drawing that will show exact dimensions of required locations or connections. Install the required facilities
to the exact requirements of the accepted drawings.
All work shall be done in the best and most workmanlike manner by qualified, careful electricians who are
skilled in their trade. The standards of work required throughout shall be of the first class only, and
electricians whose work is unsatisfactory to the Owner shall be instantly dismissed from the work upon
written notice from the Owner.
Unless shown in detail, the Drawings are diagrammatic and do not necessarily give exact details as to
elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, install the
raceway system to conform to the structural and mechanical conditions of the construction.
Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with an
approved tool. Cutting openings with a torch or other device that produces a jagged, rough cut will not be
acceptable.
Cabling inside equipment shall be carefully routed, trained and laced. Cables so placed that they obstruct
equipment devices will not be acceptable.
l:xco~n\96149~.sxs{~:-4..~k~ 4-27
Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced that
equipment is held in a rigid, tight- fitting manner.
Equipment Protection
Provide suitable protection for all equipment, work and property against damage during construction.
Assume full responsibility for material and equipment stored at the site.
Conduit openings shall be closed with caps or plugs during installation and made watertight. All outlet
boxes and cabinets shall be kept free of concrete, plaster, dirt and debris.
Equipment shall be covered and tightly sealed against entrance of dust, dirt and moisture.
Cooperation With Work Under Other Divisions
Cooperate with all other trades so as to facilitate the general progress of their work. Allow all other trades
every reasonable opportunity for the installation of their work and the storage of their materials.
The work under this section shall follow the general construction closely. Set all pipe sleeves, inserts, etc.,
and see that openings for chases, pipes, etc.., are provided before concrete is placed or masonry installed.
Work with other trades in determining exact locations of outlets, conduits, fixtures, and pieces of equipment
to avoid interference with lines as required to maintain proper installation of other work.
Make such progress in work that will not delay the work of other trades. Schedule the work so that
completion dates as established by the Tank Manufacturer are met. Furnish sufficient labor, equipment and
materials to accomplish these requirements.
Work with tank manufacturer to locate metal fabricated and welded conduit supports on metal structures
such as manways, tank top, etc.
K. Installation and Connection of Work Under Another Section
Except as otherwise indicated, details of control and signal wiring required for instrumentation are not
shown; however, ascertain the requirements and install wiring as required. If wiring and requirements differ
from that shown under the electrical specifications, request clarification from the Engineer prior to
installation of work.
Verify the electrical capacities of all electrical equipment furnished under other sections, or furnished by the
Owner, and request wiring information from the Owner if wiring requirements are different from that
specified under this Section. Do not make rough-ins until equipment verification has been received.
Install all controllers, terminal boxes, pilot devices, and miscellaneous items of electrical equipment that are
not integrally mounted with the equipment furnished under other divisions. All such equipment shall be
securely mounted and adequately supported in a neat and workmanlike manner.
Change Orders
In the event change orders are prepared, they shall each be itemized as to quantities in addition to labor,
materials, and overhead.
Pricing of change orders shall be done in compliance with the latest edition of "Means Electrical Cost Data"
and pricing shall not exceed values tabulated therein.
J:%Copl~ll\96149%speaXSec..4a.doc 4-28
O,
Pm
Clean-Up
Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment. Upon completion of
work, clean equipment and the entire installation so as to present a first class job suitable for occupancy. No
loose parts or scraps of equipment shall be lef~ on the premises.
Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer or with an
approved paint.
Clean interiors of each item of electrical equipment. At completion of work all equipment interiors shall be
free from dust, dirt and debris.
Tests
Test all electrical and instrumentation systems furnished and repair or replace all defective work. Make all
necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the
system.
Make the following minimum tests and checks prior to energizing the electrical equipment:
1) Check all wire and cable terminations for tightness.
2) Test all wiring as specified in Section SC.39.
3) Test grounding system as specified in Section SC.42.
4) Carefully check all interlocking, control and instrument wiring for each system to ascertain that the
system will function properly as indicated by schematics, wiring diagrams, or as specified herein.
5) Mechanical inspection of all circuit breakers, disconnect switches, control equipment, ete .... for
proper operation.
6) Provide all instruments and equipment required for the above tests.
Record Drawings
At the start and during the progress of the job, keep one separate set of blue-line prints for making
construction notes and mark-ups.
Show conduit routing and wiring runs as constructed and identify each.
Record all deviations from the Contract Documents.
Submit set of marked-up drawings for review. The final payment will not be made until the review is
complete.
Operations and Maintenance Manuals
Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on
each item of equipment. These manuals shall include detailed instructions and maintenance as well as spare
parts lists.
Submit seven (7) copies for review.
Preliminary Operations and Maintenance Manuals shall be included with the initial shipments.
l:~Copl~llL~6149~p~sN..~:..4tdoc 4-29
SC.15 RACEWAYS
A. Scope
This section shall include raceways, enclosures, supporting devices ancillary firings and appurtenances.
Furnish and install the complete raceway systems as shown on the Drawings and as specified herein.
Raceway is a broad-scope term that shall be defined by the National Electrical Code under Article 100.
B. Applications' ·
Except as otherwise shown on the Drawings, or otherwise specified, all conduit raceways shall be of the
following type:
1) Except as otherwise specified, all underground conduit runs and conduit in concrete shall be made with
plastic coated rigid galvanized steel conduit.
2) Indoor exposed power (600 volt and less) and control conduit shall be rigid aluminum conduit.
3) Outdoor exposed power (600 volt and less) and control conduit shall be rigid steel conduit.
C. Submittals .and Shop Drawings
Process catalog submittals for the following:
1) Rigid Metallic Aluminum Conduit
2) Plastic Jacketed Metallic Conduit
3) Rigid Non-Metallic Conduit
4) Liquid - tight Flexible Conduit
5) Liquid - tight FiRings
6) Conduit Bushings
7) Conduit Bodies
8) Conduit Sealing Fittings
9) Expansion - Deflection FiRings
10) Expansion FiRings
11 ) Cast Metal Boxes
12) Conductor Connectors
13) Tape Products
14) Supporting Devices
15) Labels
16) Grounding Devices
17) Foam Sealant
D. Samples
Process samples for the following:
1) Plastic coated rigid metallic steel conduit (12" long with coupling for 1" C)
2) Liquid tight flex (12" long with box connector for 1" C.)
Submit samples along with submittals.
J:\Coppell',96149~pecs~Sec..4a. doc 4-30
Raceways
Rigid metallic aluminum conduit shall be manufactured of 6063 alloy, T-1 temper, with no more than 0.02%
copper content. All conduit couplings shall be threaded aluminum. All such conduit shall be listed with UL
and comply with UL-6 and ANSI C80.5. Aluminum conduit shall be EASCO, or equal.
Rigid metallic steel conduit shall be hot-dip galvanized inside and outside and over threads. All such
conduit shall comply with U.L. Standard UL-6, .Federal Specification WWC-581-D, ANSI C80.1, and
NEMA RNI-1980. Furnish Triangle PWC, Wheatland or equal.
Plastic coated rigid steel conduit shall consist of rigid steel body that complies with above specifications for
rigid metallic steel conduit, plus conduit shall have 40 mil thick heat- fused PVC over outside and 3 mil coat
of fully catalyzed phenolic inside. The inside coat shall have the chemical resistance ofthe outer coating and
shall not dissolve in lacquer thinnet. All couplings shall be equipped with PVC sleeves that extend one pipe
diameter or 2", whichever is less, beyond the end of the coupling. All plastic coated conduit shall conform
to NEMA Standard #RNI- 1974 (Type A) and such conduit shall be Robroy "Plastibond Red", or equal.
Non-metallic rigid conduit shall be Schedule 40 PVC. Such conduit shall be UL listed for 90oC and shall
conform to NEMA TC-2 and UL-651 standards. Furnish Carlon, Sedco, or equal. Furnish manufacturer's
approved solvent for joining couplings.
Liquid-tight flexible conduit shall consist of hot- dipped galvanized, flexible interlocking steel core with
thermoplastic cover, integral copper ground wire (through 1-1/4" trade size) and shall be OZ/Gedney '"Flexi-
Guard", or equal.
Conduit FiRings
NEMA 4 locknuts for rigid metallic conduit shall consist of galvanized steel body with neoprene sealing
ring. Furnish Crouse-Hinds, T&B, or equal.
NEMA 1 locknuts for rigid metallic conduits shall be galvanized steel for use with galvanized steel conduit
and hardened aluminum for use with aluminum conduit.
Conduit field-applied hubs for sheet metal enclosures shall be aluminum body with recessed neoprene
sealing ring, threaded NPT insert, and shall be, T&B 370 AL series, or equal products by OZ/Gedney.
Conduit hubs for non-metallic enclosures shall be fiberglass polyester reinforced with galvanized steel core,
complete with locknut and grounding bushing. All such hubs shall be Crouse-Hinds Type NHU, or equal.
Rigid metallic conduit chase nipples, split couplings, slip fittings, unions, reducers, and enlargers, shall be
hot-dip or mechanically galvanized malleable iron.
Rigid metallic conduit short els and long els shall be hot-dip galvanized malleable iron with NPT threaded
hubs and male ends. Throats shall be smooth and free from burrs. All such fittings shall be OZ/Gedney
Type "9" Series, Appleton, or equal.
Rigid metallic conduit split couplings shall have threaded body with split tightening shelves with neoprene
sandwich. Furnish malleable iron mechanically galvanized body. Such firings shall be OZ type "SSP", or
equal.
Rigid metallic conduit grounding bushings shall be aluminum body with threaded hub, bakelite insulated
throat, and tin-plated copper ground lug. Furnish OZ/Gedney type ABLG, or equal.
4-31
G,
Liquid-tight flexible conduit fittings shall be hot-dip galvanized steel body with internal locking ring and
ground cone plus external ground wire fitting. Furnish straight or angle connectors as required. All such
connectors shall be OZ/Gedney 4Q series, or equal.
Rigid metallic conduit expansion/deflection firings shall consist of galvanized malleable iron hubs with
heat-fused epoxy coating, flexible neoprene joining sleeve banded to hubs with stainless steel bands, and
with internal bonding jumper and guide cones. Furnish Crouse-Hinds type "XDHF" or equal,
'Rigid metallic conduit expansion fittings shall consist of metallic barrel joined to hubs at each end. One hub
shall be threaded to barrel and other hub shall. have slip fit to allow up to four (4") inches of conduit lateral
movement. Provide external bonding jumper for each expansion joint. Furnish Crouse-Hinds type "XJ",
OZ Type "AX", or equal.
Conduit waterstops for sealing inside of conduit runs shall consist of aluminum pressure discs with
sandwiched neoprene seal and with 316 stainless steel hardware. Furnish OZ/Gedney type "CS" series
products, as indicated..
Conduit Bodies And Boxes
Conduit bodies such as "C", "LB", "T" and the like pulling fittings shall be zinc coated with malleable iron
or aluminum. Covers for damp and/or wet location use shall be gasketed east metal with "wedge-nut"
clamps. Covers for dry locations shall be pressed aluminum and hardware shall be 316 stainless steel. All
covers shall be equipped with clamp type clevises. Furnish Crouse-Hinds Form 7, or Appleton Form '"FM7"
products.
Conduit bodies such as "GUA", "GUAT", "GUAL", and the like pulling/splicing fittings shall be cast
aluminum with threaded east aluminum covers. All such conduit bodies shall' be Killark "GE" series, or
equal products by Crouse-Hinds or Appleton.
Cast metal outlet boxes, pullboxes, and junction boxes whose volume is smaller than 100 cubic inches, and
cast metal device boxes, shall be sand-cast, copper-free aluminum or zinc coated sand-cast malleable iron.
All boxes shall have threaded hubs. Furnish Crouse-Hinds "FD" style condulets, Appleton "FD" style
Unilets, or equal.
Covers for cast metal boxes shall be gasketed cast metal covers with 316 stainless steel screws for use in wet
or damp locations and covers used in dry locations shall be sheet metal type with stainless steel cover
screws.
Pull And Junction Boxes
Pullboxes and junction boxes whose volume is less than 100 cubic inches shall be furnished as specified
hereinbefore except where sheet metal type is shown, in which cases, furnish such sheet metal enclosures in
NEMA-12 construction with gasketed covers.
Pullboxes and junction boxes whose volume is 100 cubic inches and greater shall be NEMA-12 sheetmetal
type with gasketed covers. Provide print pocket and stainless steel interior back panel for mounting of
terminal strips where terminal strips are called for on the drawings. Mounting hardware for interior
backpanel shall be stainless steel. Sheet metal boxes shall be as manufactured by Hoffrnan or equal.
Covers for sheetmetal pullboxes and junction boxes over 100 cubic inches (and for smaller sized where
shown) shall have hinged doors.
./:XCoppell~.96149~spees~See-4a. doe
4-32
Labels
Buried conduit marking tape for marking path of secondary buried conduits shall be four (4") inch nominal
width strip of polyethylene with highly visible, repetitive marking "BURIED CONDUIT" or similar
language, repeated along its length.
Voltage warning labels for cabinets shall be waterproof vinyl strips with adhesive back and shall have
"DANGER (VOLTAGE)- DISCONNECT ALL' SOURCES OF POWER BEFORE' ENTERING"~ Letters
· shall be highly visible red color on white background.
Supporting Devices
Mounting hardware, nuts, bolts, lockwashers, and washers, shall be Grade 304 stainless steel.
/
t
Unless otherwise indicated, slotted channel framing and supporting devices shall be manufactured of ASTM
6063, TO6 grade aluminum; 1-5/8" wide x 3-1/4" deep (double opening type). Clamp nuts for use with
slotted channels shall be grade 304 stainless steel.
Where indicated, furnish grade 304 stainless steel slotted channel members 1-5/8" wide x 1-5/8" deep or 1
5/8" x 3 1/4" deep, double-faced type. All hardware and conduit clamps shall be grade 316 stainless steel.
All such channel members and fittments shall be B-Line, Unistrut or equal.
Conduit straps for use with slotted channels shall be 304 stainless steel with 316 stainless steel hardware.
After-set concrete inserts (drilled expansion shields "D.E.S.") shall consist of two types. For anchors to
accommodate 5/16" diameter bolts and smaller, provide HILTI "TE" series 304 stainless steel anchors. For
anchors to accommodate 3/8" diameter and larger bolts, provide HILTI "HVA" series with 316 stainless
steel threaded inserts.
Nest-back or clamp-back conduit supports shall be two- piece hot-dip galvanized malleable iron devices.
Furnish Crouse- Hinds "MW+CB", OZ/Gedney 140NG Series, or equal.
One-hole conduit clamps shall be hot-dip galvanized malleable iron type, Crouse-Hinds Type "MW", T&B
1270/1280 Series, OZ/Gedney "14G" Series, or equal cast aluminum products.
Conduit beam clamps shall be hot-dip galvanized malleable iron and shall be as follows:
Type
Right Angle
Parallel
Edge
Manu factu rer
Steel Owner Type "RC",
OZ/Gedney Type "UBCG", or equal
Steel Owner Type "PC",
OZ/Gedney Type "UPCG", or equal
Steel Owner Type "EC,,.
OZ/Gedney Type "UECG", or equal
Hanger rod beam clamps shall be clamp type with hardened steel, bolt, Steel Owner "500" Series, Crouse-
Hinds type "MW", or equal. Furnish swivel stud for each rod make-up.
Conduit "J" hangers shall consist of steel straddle with detachable bolt. Finish shall be electrogalvanized.
Furnish Kindorftype "C-149", Unistrut "J-1200" Series, or equal.
Conduit "U" bolts shall be hot-dip galvanized steel with 304 stainless steel hex-head bolts.
J :~oppellX96149~specs~ec-41 doc 4- 3 3
.K.
Equipment stands for supporting free-standing devices such as safety switches and starters and control
panels and the like, shall consist of a pair of footed channel members with vertical 15/8" x 3 1/4" slotted
channel verticals. Such supports shall be B-Line B2281SQ series stainless steel post bases and B- Line
B22A style stainless steel double-faced slotted channel members. All hardware and channels and post bases
shall be 304 stainless steel.
Miscellaneous Material
Double bushings for insulating wiring through sheet metal panels shall consist of mating male and female
threaded phenolic bushings. Phenolic insulation shall be high-impact thermosciting plastic rated
150 degrees C. Furnish OZ Type "ABB", or equal.
Conduit pull-cords for use in empty raceways shall be glass-fiber reinforced t,ape with foot-marked
identification along its length. Furnish Thomas, Greenlee, or equal products.
Conduit thread coating compound shall be conductive, non-galling, and corrosion-inhibiting. Furnish
Crouse-Hinds Type "STL", Appleton Type "ST", or equal.
Plastic compound for field-coating of ferrous material products shall be PVC in liquid form that sets-up
semi-hard upon curing. Furnish Rob Roy "Rob Kote", Sedco "Patch Coat", or equal.
Zinc spray for coating galvanized steel threads shall be Research Laboratory type "LPS", Mobil "Zinc-
Spray" or equal conductive zinc-rich spray enamel product.
Foam sealant for waterproofing uses shall be Chase Technologies "Chase Foam", or equal.
Installation
Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free
operation. The conduit system shall have the appearance of having been installed by competent workmen.
Kinked conduit, conduit inadequately supported or carelessly installed, do not give such reliability and
maintenance free operation and will not be accepted.
Raceways shall be installed for all wiring runs, except as otherwise indicated.
Conduit sizes, where not indicated, shall be N.E.C. code-sized to accommodate the number and diameter of
wires to be pulled into the conduit. Unless otherwise indicated, 3/4" trade- size shall be minimum size
conduit.
Unless otherwise noted, conduit runs shall be installed exposed. Such runs shall be made parallel to the
lines of the structure.
All runs of rigid conduit shall be threaded, and all male threads shall be coated with non-galling thread
compound prior to assembly.
Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each
equipped with a 40 mil thickness sleeve that shall extend over the threads of the joined conduit. Each joint
shall be watertight.
Field-cut threads in runs of plastic coated metallic conduit shall be cut with a special die that has rear
reamed out oversize so as to slip over plastic coating. Do not attempt to cut threads on plastic coated
conduit with regular dies, whereby plastic coating is skinned back to allow the incorrect die to be used.
Coat all field-cut threads with cold-galvanizing spray, use two coats to provide 1-mil minimum coating
thickness.
l:',Coppell~96149~pecs'X.Sec,-4a. do¢ 4-34
Conduit runs made in concrete pours or surface-mounted runs that are attached to the structure, shall be
equipped with an expansion/deflection fitting where they cross an expansion joint, or at every 100 feet.
Unless otherwise shown, conduit penetrations through floors located below enclosures, shall be made each
with couplings set flush with the outside faces of the concrete pour. Each pair of couplings shall be joined
with a threaded spool piece. Use coated aluminum or galvanized steel products.
Rigid metallic conduit runs shall have their couplings and 'connections made with screwed fittings and' shall
be made up wrench-tight. Check all threaded conduit joints prior to wire pull. Coat all male threads with
Grouse-Hinds "STL" or equal, conductive lubricant prior to joining.
Plastic jacketed flexible steel conduit shall be used to connect wiring to limit switches, thermostats, and
other devices that may have to be removed for servicing. Unless otherwise indicated~ maximum lengths of
flex shall be six (6') feet.
Where plastic jacketed flex is installed, make up terminal ends with liquid-tight flex connectors. In wet
locations, install sealing gaskets on each threaded male connector. Each flex connector shall be made-up
tightly so that the minimum pull-out resistance is at least 150 lbs. Install external spirally-wrapped ground
wire around each run of liquid- tight flex and bond each end to specified grounding-type fittings..
Empty conduits shall have pull-tapes installed. Identify each terminus as to location of other end and trade
size of conduit. Use blank plastic waterproof write-on label and write information on each label with
waterproof ink. Cap exposed ends of empty conduit with plastic caps.
Conduit runs into boxes, cabinets and enclosures shall be set in a neat manner. Vertical runs shall be set
plumb. Conduits set cocked or out of plumb will not be acceptable.
Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure structure, torching
out sill or braces, and removal of enclosure structural members, will not be acceptable.
Use approved hole cutting tools for entrances into sheet metal enclosure. Use of cutting torch or incorrect
tools will not be acceptable. Holes shall be cleanly cut and they shall be free from burrs, jagged edges, and
torn metal.
All raceways shall be swabbed clean after installation. There shall be no debris left inside. All interior
surfaces shall be smooth and free from burrs and defects that would injure wire insulation.
M. Conduit Bodies And Boxes
Conduit bodies such as "LB", "T", "GUAT", etc., shall be installed in exposed runs of conduit wherever
indicated and where required to overcome obstructions and to provide pulling access to wiring.' Covers for
such fittings shall be accessible and unobstructed by the adjacent construction. GUA series pulling bodies
rather than LBS and the like, shall be used for splicing purposes as well as pulling access.
Covers for all conduit bodies shall be installed with gasketed cast metal type where located in damp or wet
locations. Where LB and related type conduit bodies are located in dry locations, install sheet metal covers.
All conduit boxes installed whose inside volume is less than 100 cubic inches shall be cast metal type with
gasketed cast metal cover, unless otherwise indicated.
All conduit boxes installed whose inside volume exceeds 100 cubic inches shall be sheet metal type except
where gasketed cast metal type or fiberglass reinforced polyester are indicated.
J:\Coppell~6149~specs~Sec-4a.doc 4-35
Raceway Support
All raceway systems shall be adequately and safely supported. Loose, sloppy and inadequately supported
raceways will not be acceptable. Supports shall be installed at intervals not greater than those set forth
under Article 300 of N.E.C., unless shorter intervals are otherwise indicated, or unless conditions require
shorter intervals of supports.
Surface mounted runs of conduit on concrete 'or masonry surfaces shall be supported off the surface by
means of aluminum slotted channels and conduit clamps or nest-backs for single runs. Attach each slotted.
channel support to concrete surface by means of two (2) 1/4" diameter stainless steel bolts into drilled
expansion shields.
Conduit runs that are installed along metallic structures shall be supported by means of beam clamps.
Labeling
In addition to labeling requirements as specified throughout this and other Sections, install wiring and
raceway labeling as follows:
1) Apply write-on identification to empty conduits to identify each conduit as to terminus of other end and
also to .identify trade size of conduit.
2) Where active conduits terminate into equipment install label on each conduit terminus and show number
and size of wiring and function of circ. uitry and trade size of conduit.
SC.16 WIRE AND CABLE
A. Scope
This section shall include wire and cable, terminating devices, labeling, etc..
Submittals
Process catalog submittals for the following:
1 ) Power & Control Cable
2) Signal Cable
3) Instrument Cable
4) Conductor Connectors
5) Tape Products
6) Labels
Wire and Cable Products
All conductors shall be sotS-drawn annealed copper, Class B stranding that meets ASTM B-8.
conductors shall be uncoated, except as otherwise specified.
Copper
Cable for signal circuits shall consist of two (or three) conductor, shielded, twisted pairs (or triads) under
Hypalon jacket. All such cable shall be overall insulation rating of 600 volts and shall bear UL label on
outside of jacket. Furnish Okonite type SP-OS.
Single conductor cable for 600V class wiring shall consist of cross-linked polyethylene insulation. All such
cable shall be rated forwet or dry use. Insulation shall be type XHHW. Furnish Okonite products or equal.
Ground wire grounding conductors run underground and in slab shall be tin-plated stranded copper.
l:XCoppell~6149xsp~aXSee~tdoe 4-36
C
D,
Connectors
Connectors for power cable shall be crimp type compression connectors. Each connector shall be long-
barrel tin- plated copper products. Furnish Blackburn "CTL" series products, or equal.
Mechanical connectors for 600V class wiring shall be tin-plated copper alloy bolted pressure type with
bronze tin- plated hardware. Furnish connectors as follows:
Type
Single conductor to flat-plate connector
Multiple conductor to flat-plate connector
Split-bolt connector
Two-bolt parallel connector with spacer
Cross Connector
Splice Connector
] Manufacturer&Type
Blackburn LH
Blackburn L2H, L3H, L4H
Blackburn HPS
Blackburn 2BPW
Blackburn XT
Blackburn S
Insulated spring wire connectors, "wire-nuts", for small building wire taps and splices shall be plated spring
steel with thermoplastic jacket. Connector shall be rated at 150 degrees C continuous. Furnish 3M
"Hyflex", T&B "PT", or equal.
Connectors for control conductor connections to screw terminals shall be crimp-type with vinyl insulated
barrel and tin- plated copper ring-tongue style connector. Furnish T&B "Sta-Kon", 3M "Scotchlok", or
equal.
E. Insulating Products
Tape products shall be furnished as hereinafier specified and shall be Plymouth, Okonite, 3M, or equal.
General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure adhesive type,
"Slipknot Grey", 3M Scotch 33+, or equal.
Insulating void-filling tape and bedding tape shall be stretchable ethylene propylene rubber with high-tack
and fast fusing surfaces. Tape shall be rated for 90 degrees C continuous, 130 degrees C overload, and shall
be moisture-proof. Void filling tape shall be "Plysafe", 3M Scotch 23, or equal.
High temperature protective tape shall be rated 180 degrees C continuous indoor/outdoor, stretchable, self-
bonding silicone rubber. High temperature tape shall be Plysil #3455, 3M Scotch 70, or equal.
Insulation putty filler-tape shall be Plymouth #32074, 3M Scotchfill, or equal.
Labeling Products
Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color.
hereinafter specified. Tape shall be Plymouth "Slipknot 45", 3M Scotch #35, or equal.
Colon shall be as
Numbered wire marking labels shall be PVC sleeve-type markers, T&B, Brady or equal.
Cable identification ties shall be weather resistant polyester with blank write-on space, T&B, Brady or
equal.
J:'~=oppellLq6149~pe~s~Se~-4a. doc 4-37
Miscellaneous Material
Cable grips shall be grip-type wire mesh with machined metal support. Furnish Kellems, Appleton, or equal
products.
Wire pulling compound shall be non-injurious to insulation and to conduit and shall be lubricating, non-
crumbling, and non-combustible. Furnish Gedney "Wire-Quick", Ideal "Yellow" or equal.
Ground test wells shall be Brooks product #3RT, or equal.
General Installation Requirements
Furnish, install, and terminate all wiring as required by the Contract Documents.
Except as otherwise indicated, equipment grounding conductors shall be installed with type XHHW 600V
class insulated stranded copper wiring.
Install colored banding tape at end of each run of cable. Use the following colors:
Phase A Black
Phase B Orange
Phase C Blue
Neutral White
Ground Green
Label each set of cables at each end. Where the cable runs leave the conduit, install write-on type
waterproof label and identify cable type and conduit size and list the load served.
Power. Control And Signal Wiring Installation
Conductors shall be sized as shown and where no size is indicated, the conductor size shall be #12 AWG.
Equipment grounding conductors shall be installed with type XHHW or THHN insulated stranded copper
conductors.
Branch circuits may be spliced for receptacle, lighting and small appliance loads inside appropriate junction
boxes. Feeders shall be installed without splice.
Except as otherwise specified, taps and splices with #10 AWG and smaller, shall be made with insulated
spring wire connectors. Provide King Technology, Inc. or equal products,
Control wiring connections to stud type and screw type terminals shall be made with ring-tongue type crimp
connectors. Label each terminal jacket with wire marking label at each connection.
Each wire connection shall be made up tightly so that resistance of connection is as low as equivalent length
of associated conductor resistance.
Numbered marking labels shall be installed to identify circuit numbers from panelboards. Install labels on
each wire in each panelboard, junction, pullbox and device connection.
l:\Coppelh96149~specs~Sec=4a.d4:N: 4-38
Label each wiring run with write-on waterproof labels inside each panelboard and in junction boxes. Install
write-on label ties around wire group at conduit entrance and write-on label the wire size, conduit size and
service.
All wiring inside equipment enclosures shall be neatly trained and laced with nylon tie-wraps.
In addition to installation of all control and signal wiring system serving instrumentation, install power
wiring to serve power requirements of all instrumentation devices.
Ground Wiring Installation
Each item of equipment shall be adequately and thoroughly grounded. Comply with Article 250 of N.E.C.,
except where higher standards of grounding have been specified. In addition to req,uirements as specified
under Section SC.42, install grounding for general wiring systems as follows. :
Equipment grounding conductors (EGC) shall be installed where indicated. These wires shall be green
colored in sizes #6 AWG and smaller and green banded in larger sizes. Ground wires shall be type THHN
or XLP insulated copper wires.
EGC runs into equipment shall be grounded to equipment bus where available, or to equipment ground lugs.
Where grounding type bushings are installed, bond EGC thereto, and furthermore, ground each bushing lug
to equipment ground bus or ground lug, or ground rod.
Labeling Installation
In addition to labeling requirements as specified throughout this Section, install wiring and raceway labeling
as follows:
1) Phase band each power wire with colored banding tape. Do this at each termination.
2) Apply numbered wire marking labels to control wiring terminations for each termination in each item of
equipment. Use PVC sleeve type labels.
3) Apply numbered wire marking labels to power wiring terminations in panelboards, and at outlets, to
identify circuit numbers. Use PVC sleeve type labels.
4) Apply numbered wire marking labels to each signal wire termination in each signal terminal box, and in
each item of equipment served by signal circuits. Use PVC sleeve type labels.
5)
Apply write-on identification labels to wiring sets in each pullbox and junction box. Show wire size,
conduit size, and line and load information. Use waterproof plastic write-on labels with nylon tie-
wraps.
Testing
Each run of 600V class power and control wiring shall be tested prior to connection of line and load. Make
tests with 1000V dc hand-crank or motor driven ohmmeter. Each run of wiring shall be tested phase-to-
phase and/or phase-to-neutral, and phase- to-ground. Test results for each test shall be equal to or greater
than 25,000,000 ohms with 1000V dc applied. All tests shall be made in the presence of the Engineer, and
the results shall be recorded.
Test all runs of signal wiring with 250V de megger. Insulation values shall meet or exceed 1,000,000 ohms
per 100 feet (cable to shield).
Should any cable or cimuit fail to meet the above tests, replace wire and retest.
I:\Coppell'O6149~spec$~e~-4a. doc 4-39
SC.17 PANELBOARDS
A. Scope
This section refers to lighting and appliance panelboards.
Furnish and install all panelboards as shown on the Drawings and as specified herein.
Standards ·
Panelboards shall be in accordance with the Underwriters Laboratories, Inc. "Standard for Panelboards" and
"Standard for Cabinets and Boxes" and shall be so labeled where procedures exist. Panelboards shall
comply with NEMA. Standard for Panelboards and the National Electrical Code. Panelboards shall also
comply with UL Federal Specification W-P-115B for panelboards and W-C-375b/GEN for circuit breakers.
Submittals
Submit catalog literature that shows construction and breaker description.
Submit schedule of breakers for each panel.
Submit time current curves for each breaker.
Panelboard Construction
1) Interiors
a) All interiors shall be completely factory assembled with circuit breakers, wire connectors, etc. All
wire connectors, except screw terminals, shall be of the anticturn solderless type and all shall be
suitable for copper or aluminum wire of the sizes indicated.
b) Panelboards defined as service entrance under N.E.C. shall U.L. listed "Service Entrance" label and
shall have "solid neutral" terminals.
c)
Interiors shall be so designed that circuit breakers can be replaced without disturbing adjacent units
and without removing the main bus connectors and shall be so designed that circuits may be
changed without machining, drilling or tapping.
d) Branch circuits shall be arranged using double row construction unless otherwise noted on the
drawings. Branch circuits shall be numbered by the manufacturer.
e)
An engraved plastic laminated nameplate shall be provided listing panel type, identification number
and voltage and phase ratings. Nameplate shall be white background, black letters. Nameplates
shall be 1" high micarta lamicord.
2)
Buses
a)
Bus bars for the mains shall be tin-plated copper. Full size neutral bars shall be included. Bus bar
taps for panels with single pole branches shall be arranged for sequence phasing of the branch
circuit devices. Busing shall be braced throughout to conform to industry standard practice
governing short circuit stresses in panelboards. Phase busing shall be full height without reduction.
Cross connectors shall be copper.
b) Bus bar straps shall have minimum 100 amp rating and shall be tin- plated copper.
c) Neutral busingshall have a suitable lug for each outgoing feeder requiring a neutral connection.
l:XCol~ll~lh96149x.~p~n~XS~'~-4a. do~ 440
Em
d)
Spaces for future circuit breakers shall be as shown by the maximum number shown on the
panelboard schedule whether or not these are indicated as spaces. Spaces shall be bused for the
maximum device that can be fitted into them.
3)
e) Panelboards shall have equipment grounding bus. Ground bus shall be bonded to panelboard
enclosure, unless insulated ground bus is called for on the drawings.
Enclosures
a)
Panelboard enclosures shall be NEMA 12 constructed of code gauge galvanized steel with
continuously welded seams having no knockouts unless otherwise noted. Surface mounted boxes
shall be pickled, primed, and painted to match trim. Boxes shall be of sufficient size to provide a
minimum gutter space of 4 inches on all sides and shall be a minimum of 20 inches wide. Trim for
each enclosure shall consist of hinged doors with semi-flush type catch and .metal directory pocket
inside. A directory card with transparent cover shall be provided for each panel. Trims shall be
fabricated of code gauge steel.
b) Provide ground bus in each panel for connection of equipment grounding conductors.
4)
Circuit Breakers
a) Panelboards shall be equipped with circuit breakers with frame size and trip settings as shown on
the Drawings.
b) Circuit breakers shall be molded case, plug-in type, and shall be rated for 22,000 amps rms
symmetrical interrupting capacity at 240 volts.
5)
Characteristics
Panels shall be furnished as scheduled and as indicated on the Drawings.
panelboards shall be Square D type NQOD.
120/240V,3 phase, 4W
Installation
Boxes for surface mounted panelboards shall be mounted so that there is a one-half inch minimum air space
between the rear of each box and the wall. Mount boxes onto 15/8" x 15/8" aluminum slotted channel
vertical members. Attachment hardware shall be 304 stainless steel.
Each panel trim shall be labeled with 11/2" high engraved micarta nameplate with two rows 1/2" high
letters to identify panel. Attach each nameplate with two 304 stainless steel screws.
Fill out all directories, typewrite in each active circuit and write in soft pencil each spare and space.
Furnish and install a Brooks Model HWA-240DCT surge suppressor below Panel E.
Tools and Spare Parts
Furnish all special tools for adjustment, operation, and maintenance of the equipment plus the following
spare parts:
1) One gallon oftouch-up paint ofmanufacturer's standard finish color.
2) Spare circuit breakers equal to ten percent of the total installed in the panelboards.
./:~-,oppdlX.96149~apecs~Sec-4a, doc 4 -4 |
SCAB IVIISCELLANEOUS
A. Scope
This section shall include wiring devices, safety switches, etc...
Furnish and install all such devices and completely connect and wire each device.
B. Submittals ·
Process catalog submittals for the following:
1) Wiring Devices
2) Intrusion alarm switches
3) Safety Switches
Wiring Devices
All wiring devices shall he specification grade and shall meet NEMA WD 1-1971 requirements. Color shall
he brown, unless otherwise indicated.
Cover plates for wiring devices shall be Appleton FSK series. Boxes shall be cast metal, raised-lid type
with mounting ears.
Weatherproof/GFCI receptacle shall each consist of the following:'
1) 2-gang FDB cast metal box with raised lids and integrally cast mounting ears.
2) Arrow-Hart 20A/120V corrosion resistant duplex receptacle #5362CR-GRY, with Appleton #FSK-
WRD cover.
3) Arrow-Hart #GF2091M 1 with 4501FS weatherproof flip lid cover.
Sump pump receptacle shall be suitable for wet locations and shall consist of the following:
1) Sump pump receptacle box shall be single-gage cast metal box with raised lid and integrally cast
mounting feet. Crouse-Hinds #FSC27.
2) Receptacle for sump pump shall be 15 amp, 120 volt, two pole twist lock receptacle with associated FS
box cover. Twist lock receptacle and cover shall be Daniel Woodhead #65W47.
3)
Plug shall be 15 amp, 120 volt twist lock type, Daniel Woodhead #14W47 with #F2 non-metallic cord
grip. Match cord grip order number to cable diameter. Remove cord cap on sump pump and install
# 14W47 cord plug.
Wiring devices shall consist of specification grade switches and receptacles each contained in cast FD box
with weatherproof malleable iron covers.
Furnish the following miscellaneous wiring devices:
1) Single-pole, single-throw, 20A toggle switch shall be Arrow-Hart #1221, or equal.
2) Single-pole, double-throw (three-way) 20A toggle switch shall be Arrow-Hart # 1223, or equal.
3) Double-pole, double-throw (four-way) 20A toggle switch shall be Arrow-Hart #1224, or equal.
J:~Coplgl IX96149~tu~cs~ec-4a. doc 4-42
Ee
G$
4) Double-pole, single-throw 20A toggle switch shall be Arrow-Hart #1222, or equal.
5) Manual motor starting switch shall be Westinghouse #MSTOL with Crouse-Hinds #DS199 cover.
Intrusion Alarm Switches
Intrusion alarm switches shall have contacts rated 120 volts, 5 amps. Furnish Square D, Class 9007, Type
"C" in weatherproof housing.
Safety Switches
Safety switches shall have NEMA HD disconnect mechanisms. Enclosures shall be NEMA 3R for outdoors
and NEMA 12 dusttight indoors unless otherwise noted. Furnish Square D, Class 3110 or equal.
Where safety switches serve motor operated valves, or where safety switches contaih RPO devices which
contained remotely derived 120V AC voltages, furnish each safety switch with "CAD", control auxiliary
disconnect that shall be actuated by the main disconnect mechanism.
Wirin~ Devices Installation
Install wiring devices where shown and support each box to wall with stainless steel hardware into typical
drilled expansion shields.
Set each wiring device with axis plumb and install with yoke screws so as to adequately support each
device.
Safety Switches Installation
Install' safety switches where indicated and adequately support each enclosure with 1-5/8"x 1-5/8"
aluminum channel members and bolt with 3/8" diameter stainless steel bolts and hardware.
Install control terminals for each safety switch equipped with control wiring.
Install 11/2" high engraved micarta nameplate at top of each safety switch to identify load served. Use 3/8"
high lettering. Attachment shall be by two stainless steel screws.
Phase label all power wiring at line and load on each switch.
Elevated Storage Tank Lightning Protection
The lightning protection system shall consist of two copper down conductors, fastened to the interior of the
concrete support structure, 180 degrees apart. Below the bowl, exit the concrete wall, attach the conductor
tO the thrust ring painters rail, and at the bottom, exit the interior below grade and fasten each down
conductor to a ground rod. Ground rods shall be 1 gO degrees apart. Also, the lightning protection system
shah be as follows:
1) Each down conductor shall consist of not less than 28 wires of soft drawn copper being not less than 14
gauge and not less than 6 ounces per foot.
2) Down conductors shall be fastened to the concrete structure with strap fasteners of at least 20 gauge
copper, 1/2" in width, and distance between fasteners shall not exceed 3 feet.
3) Anchor 6" both sides of any change in direction of conductor.
4) Down conductors shall be placed no closer than 6 feet from a metal object in the interior of the concrete
structure.
J:\Coppell~96149~pe:s~Sec..4a.doc 4-43
5)
6)
Install the down conductor 8 feet from the edge of the access platform.
Install a Y connection to the down conductor at the bottom elevation of the platform and run a lead over
to the platform and fasten it to the access platform with a cast bonding copper connector.
I. RTU Auxiliary Panel
Furnish and install all such devices and completely connect and wire each device.
Submittals and Shop Drawings: Process catalog submittals for the following:
1) Pushbuttons
2) Pilot Lights
3) Selector Switches
4) Analog Indicators
Submit shop drawings on the RTU auxiliary panel.
Fabricate panel per the control schematic shown on the drawings. Install all devices and wire to terminal
strips as shown. Furnish duplex receptacle with cord squeeze connectors for connection of the UPS.
Wiring shall be type MTW.
Enclosure shall be NEMA 12, as manufactured by Hoffman or equal. Size shall be minimum 30-inches tall
by 24-inches wide by 12-inches deep. (Large size is for heat dissipation.) Enclosure shall have interior
subpanel for mounting components.
Un-interruptable power supply (UPS) shall be 400 VA and shall be 120 vac in and 120 vac out, and shall
have 'surge protection. UPS shall be TrippLite'#BC400. Mount a Hubbell #ELMS-2 equipment shelf to
backpanel and mount UPS on shelf.
Relays shall have 120 vac coil and shall have gold flashed contacts suitable for switching low level signals.
Furnish Potter & Brumfield series KRP or equal. Furnish matching sockets and hold-down retainers.
Instrument power supply for powering elevated tank level transmitter shall be 120 vac in and 24 vdc out and
shall be rated 200 mA on the output. Furnish Moore Industrial Series PPS or equal.
Receptacles shall be specification grade, Hubble Products or equal, mount receptacle in pressed steel outlet
box on backpanel.
Terminals shall be Wiedmuller Type SAK or equal.
SC.19 GROUNDING SYSTEMS
A. Scope
Furnish and install complete grounding systems in accordance with Article 250 of the National Electrical
Code as shown on the Drawings and as specified herein.
B. Submittals
Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished, which shall
include:
1) Ground rods
2) Terminal lugs and clamps
3) Exothermal welding materials
4) Ground connection hardware
l:\CoppelKO6149';pe~sXSec-4a. doc 4-44
Ct
Grounding Electrodes
All grounding electrodes and grounding electrode conductors shall be as specified under SC.39.
All ground rods shall be copper clad steel products, 5/8" diameter x 8 foot long, unless otherwise indicated.
Ground rods shall be Blackburn #6258, or equal. Provide heavy duty ground rod clamps equal to Blackburn
#GG58 where vertical connections are installed and #GUV where U-bolt connectors are installed to serve
horizontal connections.
Grounding Devices
Connectors shall be furnished as specified under Section SC.39.
Conduit grounding bushings shall be furnished as specified under Section SC.38.
Equipment grounding conductors shall be furnished as specified under Section SC.39.
Exothermal welding kits shall be "Cadweld" products as manufactured by Enrico. Molds, cartridges,
powder, and accessories shall be as recommended by the manufacturer.
Wiring Systems Grounding
All equipment enclosures, motor and transformer frames, metallic conduit systems and exposed structural
steel systems shall be grounded.
Equipment grounding conductors shall be run with all wiring. Sizes of equipment grounding conductors
shall be based on Article 250 of the N.E.C. except where larger sizes may be shown. Bond each equipment
grounding conductor to the equipment grounds at each end of each run.
Liquid tight flexible metal conduit in sizes 1" and larger shall be equipped with external bonding jumpers.
Use liquid tight connectors integrally equipped with suitable grounding lugs.
Where conduits enter into equipment free of the metal enclosure, install grounding bushing on each conduit
and bond bushing lug to equipment ground bus.
Where conduits enter equipment enclosures, equip each penetration inside with grounding bushing. Install
bonding jumper from each grounding bushing to ground bus.
Equipment enclosures that.do not come furnished with a ground bus, install ground lug in each enclosure
that shall be bonded to the metal cabinet or backpan of the enclosure.
Install ground rod at panelboard and run # 4 ground wire from panelboard ground bus to ground rod. In
addition run # 4 awg tin plated copper ground wire from ground rod to rebar in slab and Cadweld to rebar.
Testing
All exothermic weld connections shall successfully resist moderate hammer blows. Any connection which
fails such test or if upon inspection, weld indicates a porous or deformed connection, the weld shall be
remade.
All exothermic welds shall encompass 100 percent of the ends of the materials being welded. Welds which
do not meet this requirement shall be remade.
Test the ground resistance of the system. All test equipment shall be furnished by Contractor and be
approved by Engineer. 'Test equipment shall be as manufactured by Biddie or approved equal. Dry season
resistance of the system shall not exceed five ohms. If such resistance cannot be obtained with the system
as shown, provide additional grounding as directed by Engineer, without additional payment.
l:xco~xg~49~p~xs~-4a.~o~ 4-45
SC.20 LIGHTING
A. Scope
Provide systems of interior and exterior lighting that shall consist of lamps, luminaries, and mounting.
Lighting fixtures shall be furnished as scheduled on the Drawings and as additionally described or detailed
on the Drawings and as specified hereinafter.
Submittals And Shop Drawings
Process catalog submittals for each fixture type. Note fixture type on submittal.
Cm
General Requirement~
Fixture lamps shall be furnished as scheduled and as specified. Incandescent "A" anti "PS" bulb lamps shall
be inside frosted type rated 130V; fluoreseent lamps shall be cool-white type; mercury vapor lamps shall be
phosphor coated; metal halide lamps shall be clear, all unless other types are indicated.
Each fixture shall be complete with its appropriate hardware, finish trim and appurtenances as required for a
finished installation. Provide full complement of lamps for each fixture.
Fluorescent ballasts shall be equal to Universal Premium Class P, type "LH" (low heat rise) and each such
ballast shall have two (2) year warranty on parts and labor. Warranty shall cover either defective or noisy
ballasts.
All HID fixtures shall be equipped with constant wattage, high power factor ballasts. Ballast noise under
loaded conditions shall not exceed 55 dbA at three feet for each ballast.
All HID lamp sockets shall be mogul base, porcelain screw shell. All fiuorescent sockets shall be spaced
properly to allow for correct fit and contacts shall be silver plated, edge- wiped type.
Fixtures shall be free from light leaks, exposed screws and pointed projections, sharp edges, scarred,
marred, and scratched finishes.
All fixtures specified for damp or wet locations or specified for out-of-doors shall be suitable for the
environment and each such fixture shall bear UL "DL" label. Such fixtures shall not rust, discolor, or show
signs of deterioration after one (1) years service. Each fixture shall be gasketed to prevent moisture
entrance and so sealed to prevent bugs from entering. Electrical ~ttments shall be so protected that with
continuous exposure of the fixture to sunlight and moisture will not cause failure.
D,
Lightin~ Fixture Installation
Install a lighting fixture for each and every lighting outlet indicated. Should any designation be omitted, the
fixture shall be the same type as used for areas of similar usage.
Adequately support each fixture, minimum safety factor shall be 2: 1. Use stainless steel hardware unless
other means of support is shown.
Install each fixture complete with lamps, lens? hardware, and appurtenances to make a finished, complete
installation.
Install fuse at each ballasted HID fixture and at each fluorescent in each case in each hot lead.
Attach safety chain to polycarbonate lens on each Type C light fixture (ladder lights). Drill bottom of lens
and attach 12 inches of #16 jack chain such that it swivels and allows the lens to spin on and off. Drill hole
in bottom of fixture conduit mounting box and attach other end of chain with self tapping screw.
I:\Copp~llX.9614eAll~ca'~S~:-4a.do~ 4-46
LANDSCAPING
F'
SC.21 - TREES. SHRUBS, & GROUND COVER
A. · General
1. Section Includes:
a) Topsoil amending and bedding.
b) Trees, plants, ground cover, perennial bulbs and annual bedding plants.
c) Mulch and fertilizer.
d) Maintenance.
2. Related Sections
a) SC.73 - Underground Sprinkler System
b) SC .74 - Lawns and Grass
3. References
a) ANSI Z60.1 - Nursery Stock (1986 Denision).
b) FS O-F-241 - Fertilizers, Mixed, Commercial.
c) Hortus III
4. Definitions
a)
Weeds: Includes Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush GraSs,
Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak,
Blackberry, Tansy Ragwort, Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will,
Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass.
b) Plants: Living trees, shrubs, annuals, perennials and ground cover specified in this Section.
Quality Assurance
a) Plant names indicated, comply with "Standardized Plant Names" as adopted by the 1986 edition of
the American Joint Committee of Horticultural Nomenclature. Names of varieties not listed
conform generally with names accepted by the nursery trade. Provide stock true to botanical name
and legibly tagged.
b) The Contractor shall not make substitutions of any plant material without written approval of the
Owner's Representative. No substitutions will be received prior to bid opening.
c) Comply with sizing and grading standards of the 1986 edition of "American Standard for Nursery
Stock." A plant shall be dimensioned as it stands in its natural position.
d) All plants shall be nursery grown under climatic conditions similar to those in the locality of the
project for a m~niraurn of 2 years.
l:\Col~l~ll\g6t4~sl~c.s~S~,.-4b.do~ SC47
e)
Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at no
additional cost, and providing that the larger plants will not be cut back to size indicated. Provide
plants indicated by two measurements so that only a maximum of 25% are of the minimum size
indicated and 75% are of the maximum size indicated.
f)
g)
Nursery: Company specializing in growing and cultivating the plants specified in this Section with
minimum five years documented experience.
InStaller: Company specializing in installing and planting the plants specified in this Section with
minimum three years documented experience.
Re~ulatorv Requirements
a) Comply with regulatory requirements for fertilizer and herbicide composition and application.
b) Plant Materials: Certified by state department of agriculture; described by ASTM Z60.1; free of
disease or hazardous insects.
,
Delivery. Storage. And Handling
a) Deliver packaged materials in sealed containers showing weight, analysis and name of
manufacturer. Protect materials from deterioration during delivery and while stored at the site.
b) Plant Materials: Deliver trees, shrubs and other containerized plants after preparations for planting
have been completed and plant immediately. If planting is delayed more than 6-hours after
delivery, set trees and shrubs in shade, protect from weather and mechanical damage, and deep roots
moist as follows:
1) Heel-in bare root stock. Soak roots in water for 2-hours if dried out.
2) Set bailed stock on ground and cover ball with soil, peat moss, or other acceptable material.
3) Do not remove container grown stock from containers until planting time.
4) Plants shall bear waterproof label from grower designating genus, species and variety and
common name.
c) Damage: Protect plant material in transit and at the site. Material not properly protected and which
is damaged will be rejected.
Environmental ReQuirements
a) Proceed with and complete the landscape work as rapidly as portions of the site become available,
working with the seasonal limitations for each kind of landscape work required.
b)
Cooperate with other contractors and trades working in and adjacent to the landscape work areas.
Examine drawings ~hich show the development of the entire site and become familiar with the
scope of other work required.
c) Excavation: When conditions detrimental to plant growth are encountered, 'such as rubble fill,
adverse drainage conditions, or obstructions, notify Owner' s representative before planting.
d)
Scheduling: Plant or install materials only during normal planting seasons for each type of
landscape work required. Notify Owner's representative if scheduling problems arise. Correlate
planting with specified maintenance periods to provide maintenance until final acceptance of the
landscaping by the Owner.
J:\Coppelr~,149~specs~Sec-4b. doc SC4R
e)
Site
l)
Utilities:
Determine locations of under-ground utilities. The Contractor is obligated to contact the
following respective utility/communication companies or Owner to flag the location of
underground lines: site lighting, electrical, telephone cable, fiber optics cable, gas, water,
sewer, existing underground irrigation or any other utilities that may be present. Perform work
in a manner which will avoid damage. Do not permit heavy equipment such as trucks to
damage utilities. Hand excavate, as required to 'avoid damage to underground utilities.'
Maintain grade stakes set by others until removal is mutually agreed upon by all parties'
concerned.
2)
Coordinate work with the irrigation contractor, electrical contractor, mec. hanical and plumbing
contractor and others to prevent damage to underground piping or' conduit and similar
obstruction work located in landscape areas.
Protection: Do not move any equipment over existing or newly placed concrete without approval of
Owner's representative. Provide necessary protection such as board-roading to prevent damage or
cracking.
g) Water will be provided on site by the Owner. Contractor will provide hoses, other watering
equipment and labor necessary for the work.
h) Do not install plant life when ambient temperatures may drop below 35oF or above 100oF.
Sequencing and Scheduling
Coordinate the work of this Section with installation of underground irrigation system, utilities, piping
and watering heads.
10. Warranty And Guarantee
~.. a) Provide a warranty on work of this Section for a minimum one year including one continuous
growing season. Commence warranty on acceptance of the contract.
b) Warranty: Include coverage of plants from death or unhealthy conditions.
c) Replacements: Plants of same size and species as specified, planted in the next growing season,
with a new warranty commencing on date of replacement.
11. Maintenance Service
a) Maintain installed plant life until final acceptance.
b) Maintenance to include:
1)
Until final acceptance, maintain all planting and trees by watering, cultivating, weeding,
controlling pests and diseases, cleaning and replacing as necessary to keep landscape in a
vigorous, healthy condition. Rake bed areas as required.
2) In general, provide maintenance as follows:
Watering: As necessary to promote growth. Watering will be available on site. Provide
necessary hoses and other watering equipment required to complete the work. Permanent
irrigation system will be installed as part of this contract.
J:\Copp~ll\96149~sp~.cs~S~-4b.do~
SC-49
12. Soil
ii. Watering Trees: Tree balls to be kept moistened to the depth of the tree ball.
iv.
Weeding: Remove weeds and foreign grass in mulched planting beds at least once a week.
Herbicides may be used only when approved by City and Landscape Architect due to
proximity to City Water Supply.
Cultivating: Cultivate bed areas to a depth of approximately three inches twice a month at
the request of Landscape Architect. Care should be taken not to damage plant roots.
Cultivating is not anticipated for this project.
Mowing and Edging: Mow and edge newly planted lawns weekly .,when growth reaches
2-1/2 inches unless specified otherwise. Refer to grass maintenance'requirements in Lawn
Section. Remove clippings as needed to deter re-seeding of clipped weeds.
vi. Application and pesticides in accordance with manufacturer's instructions. Remedy damage
from use of pesticides.
vii. Trimming & Pruning: Remove dead or broken branches according to standard horticultural
practices.
viii. Disease Control: Apply pesticides as directed by Owner's representative and Landscape
Amhitect in accordance to manufacturer's recommendations. Plant materials not
responding to use of pesticides will be replaced with new, in kind material prior to final
acceptance.
ix. Maintain guys, turnbuckles, and stakes. Adjust turnbuckles to keep guy wires tight. Repair
or replace accessories when required.
x. Refer to other maintenance requirements in specific sections.
Testing And Amending
a) A soil test shall be made of the topsoil to be used in planting beds, planters, and backfill to
determine mechanical analysis; magnesium, potassium, and phosphorus levels, soluble
salts/conductivity; pH; and organic matter. The results shall be submitted to the Owner's
Representative. The Contractor is not responsible to correct unusual soil conditions not identified
by the soil test results. If existing soil has been undisturbed and is suitable as determined by soil
test no additional amendments are required (for trees and shrubs).
Acceptable Soil Test Results:
pH range ...........................5.5 - 7.0
Organic matter .................1.0 - 1.5%
Magnesium - Mg .............. 100+ units
Phosphorus - P205 ........... 150+ units
Potassium - K20 ...............120+ units
b)
Soluble salts/Conductivity - not to exceed 900 ppm/0.9 mmhos/cm (in soil) not to exceed 3000
ppm/2.5 mmhos/cm (in high organic mix
Amend the topsoil with ground limestone or ground sulphur/iron sulfate to obtain pH requirements
per testing lab's or Owner's recommendation.
J:M2oppell\96149NspecsXSec4b.doc
! 51I
SC-50
Plants
1) General
a) Equal to well-formed No. 1 grade or better nursery stock, in accordance with ANSI Z60 and as
noted hereafter, subject to Owner's approval.
b) The listed plant heights are from the top of the root ball to the nominal top of the plant.
c)
Provide only healthy, vigorous stock, grown under climatic conditions similar to conditions in the
locality of the project and free of disease, insects, eggs, larvae, and defects such as knots, sunscald,
injuries, abrasions, or disfigurement.
2) Size: Provide trees and shrubs of the sizes shown or scheduled. Trees and shrubS:or larger size may be
used if acceptable to the Owner, in which case, increase size of roots or balls proportionately.
3) Tree Size: Unless otherwise stated, caliper size will refer to trunk diameter as determined in accordance
with ANSI Z-60.1.
Ornamental and Shade Trees
a) Healthy, vigorous, full-branched,
specified.
well-shaped, with trunk diameter and height requirements as
b)
Balls shall be firm, neat, slightly tapered and well-burlaped. Trees with loose or broken balls at
time of planting will be rejected.
c) Trees will be individually approved or rejected by the Owner on site.
d) Balls shall be at least 10-inches in diameter for each 1-inch of caliper measured 6 - 12" above the
root ball. Containers shall be of heavy gauge plastic and wooden boxes only.
e)
Provide trees with full rounded crowns, meeting height and spread standards after pruning. No flat
sided trees or trees with open areas on any side will be acceptable. Trees shall be consistently
superior in form and branching, and typical of the growth habit of their species unless otherwise
specified.
4)
Multi-Trunk Trees: Measure multi-trunk caliper as follows. Add the caliper of the largest trunk to
one-half the calipers of the remaining trunks. (Example: an 8" caliper-multi-trunk could be three trunks
of 5"/4"/2" or 5"/3"/3").
5) Shrubs, Groundcovers, Perennials and Annuals: Nursery grown, healthy, vigorous, and of normal habit
of growth for the species.
6) Turf Grass Sod:
a)
Green, actively growing, with strong fibrous root system, free of weeds, stones, and foreign grasses
of type indicated in Plant Schedule or on Drawings. Sod which is dormant, heat or drought stressed
will not be accepted.
b) Cut sod with a minimum of 3/4-inch of soil covering the roots.
c) Deliver to the site in 12-inch square or 12-inch wide rolls or pallets.
d) Do not stack more than 24-hours between time of cutting and time of delivery.
S:\Coppell\96149xapecsXScc,-4b.doc SC-5 1
7)
8)
Grass and Wildflower Seed: Free from weeds and foreign grasses, and meeting Texas State Seed Law
requirements. Provide seed batch specifications available for examination. Weeding rates refer to pure
live seed (PLS) unless specified otherwise. Provide labeling as specified in applicable section.
Plants shall conform to the sizes and quality notes in the plant list and/or as indicated, with the
exception of that larger plants that those specified may be used if approved by the Owner. Use of larger
plants shall not increase the contract price. Specified sizes shall be after pruning, and plants shall be
measured with their branches in normal position.
9)
Plants shall have normal, well-developed branches and vigorous, fibrous root systems, conforming to
the specifications of the last edition of ANSI Z60.1, Standards for Nursery Stock published by the
American Association of Nurserymen, Inc. (A.A.N.). ,
10) Plants shall be healthy, vigorous and free from defects, decay, girdling roots, sun-scald injuries,
abrasions of the bark, plant diseases, and insect pests, their eggs and larvae.
11) Plants shall be hardy grown under climatic conditions similar to those in the locality of the project.
12) Upon becoming aware of any condition that will adversely affect the long-term survival of any plant,
notify the Landscape Architect before installation of the plant(s).
Soil Preparation Materials
1) Sandy Loam: Fertile, dark sandy loam free of rubble, stones, lumps, plant roots and reasonably free of
weeds. Loam containing nut grass, Dalisgrass, Johnson grass or any other weed shall be rejected.
2) Sharp Sand: Clean, washed sand, fine to coarse sizes.
3) Compost: Commercial product thoroughly pulverized, sterilized and decomposed. Any compost must
be sterilized due to proximity of City water supply.
4)
Commercial Fertilizer: Complete fertilizer with an organic base, uniform in composition, dry and
free-flowing. Deliver fertilizer to site in original unopened containers, each bearing manufacturer's
guaranteed statement of analysis. Fertilizer shall contain 20% nitrogen, 10% phosphoric acid, 10%
potash, unless otherwise specified or approved.
5)
Pine Bark: Decomposed pine bark having a pH between 6.0 and 7.0, sterilized, and containing no
harmful active residues, i.e. pestleides, disease organisms and foreign chemicals, screened to particle
size of l-inch or smaller unless otherwise specified.
6) Composted Cotton Burrs: Fully decomposed burrs from non-defoliated cotton only.
7)
Refer to Drawings for specific soil preparation materials which may be proprietary in nature. If such
materials are indicated, provide only these proprietary materials unless specific approval of substitutions
has been granted in accordance with General Provisions and Special Conditions.
Mulch
1 ) For Trees, Shrubs and Plants: Coarsely shredded hardwood mulch free of weeds by Living Earth, Vital
Earth or other approved sources. Refer to drawings for other requirements.
2) For Shrub bed: Finely crushed limstone shavings as specified on the drawings. Gravel may be
substituted only with landscape architect approval.
J:XCoppell~96149~specs~-c.-4b.doc
SC-52 .
Tree Staking and Guving Materials
1) Hose: New 3/4-inch rubber hose.
2)
Hardware:
a) Bolts, eyebolts, lag screw hooks, thimble, etc.: Drop-forged steel.
b) Cables: Common grade 7 strand, galvanized.
c) Wire: #10 gauge, galvanized.
3)
d) Earth Anchors: Steel, galvanized or epoxy coated.
Stakes: 6-foot metal T-bar with minimum 18-inches below grade.
4) Warning Flags: Plastic surveyor's ribbon, international orange, 1-inch wide and 2'0" long, minimum.
5) Install staking and guying as indicated on the Drawings and in a manner that will not damage the plant
in any way.
Execution
1) Inspection
a) Examine proposed planting areas and conditions of installation.
unsatisfactory conditions are corrected.
Do not start planting work until
b) Verify that irrigation system is available, in proper location, and ready for use.
2)
Soil Preparation
Till soil in designated planting beds and within 16-foot diameter of proposed trees (5 gal. or larger) to a
depth of 12 inches incorporating the following amendments.
For Trees and Individually Planted Shrubs in Area of Natural Vegetation: Backfill with native
topsoil per planting detail on plans. Apply liquid root stimulator at planting per manufaeturer's
directions. Provide mulch on top of planting pit per plan notes.
b) For Planting Beds: Till area incorporating 4 parts native topsoil to 2 pans compost and 2 pans
sandy loam. Add 1/2 !b. complete plant fertilizer for each cubic yard of mixture.
3)
Installation
Locate plants in containers as indicated on plan. Notify Owner's representative and Landscape
Architect to approve all plant locations before they are installed. The Landscape Architect reserves
the right to adjust plant locations in the field. If obstructions are encountered that are not shown on
the drawings, do not 'proceed with planting operations until alternate plant locations have been
selected and approved by Landscape Architect.
b)
Excavate circular plant pits with vertical sides, except for plants specifically indicated to be planted
in beds. Provide shrub pits at least 12" greater than the diameter of the root system and 24" greater
for trees. Depth of pit shall accommodate the root system. Scarify the bottom of the pit to a depth
of 4". Scarify the sides of the pit approximately 2 inches in depth. Remove excavated materials
from the site.
J :xl2opl~l IL~ 14cAspe,.s~S~:4b. doe
I
SC-53
4)
5)
6)
SC.22
A.
c)
d)
Set plant material in the planting pit to proper grade and alignment. Set plants upright, plumb, and
faced to give the best appearance or relationship to each other or adjacent structure. Set plant
material 1 "-2" above the finish grade when set on backfill to allow for settling. No filling will be
permitted around trunks or stems. Backfill the pit with planting mixture. Soil should then be
compacted carefully around each plant. Water well to eliminate air pockets around the roots. Do not
use frozen or muddy mixtures for backfilling.
Remove all burlap, ropes, and wires from the root balls.
Space ground cover plants in accordance with indicated dimensions. Adjust spacing as necessary to
evenly fill planting bed with indicated quantity of plants. Plant to within 12" of the trunks oftsees
and shrubs within planting bed and to within 6" of edge of bed.
Spread and arrange roots of bare-rooted plants in their natural position. Work-in planting mixture.
Do not mat roots together. Cut cleanly all broken and frayed roots before installing planting
mixture.
g) Apply mulch on tree excavation and planting beds to a depth specified on the drawings.
Plant Support
Brace plants vertically with plant protector wrapped guy wires and stakes to the following:
Tree Caliper Tree Support Method
1" or less ...................................1 stake with one tie
1 - 2 inches ................................2 stakes with two ties
3" or more .................................3 stakes with three ties
Field Quality Control
Field inspection will be performed under General ProvisionS.
Schedule - Plant List
The plant list of trees, shrubs, ground covers is shown on the plans.
LAWNS. GRASS & WILDFLOWERS
General
1) Work Included
a) Fertilizing, soil preparation, and herbicide treatment.
b) Hydromulching (also called hydroseeding).
c) Drill seeding and broadcast seeding with hydromulch cap.
d) Solid sodding.
e) Maintenance.
2)
Related Work
SC.74 - Underground Sprinkler System.
SC.72 - Trees, Shrubs, and Ground Cover.
l:\Coppell~6149'~l~cs~ee4b.doe SC-54
3)
4)
5)
6)
References
FS O-F-241: Fertilizers, Mixed, Commercial.
Definitions
Weeds: Includes Dandelion, Jimsonweed, Quackgrass, Morning Glory,Mustard, Lambsquarter,
Chickweed,-Cress, Crabgrass, Canadian Thistle, NutgraSs, Poison Oak, Blackberry, Tansy'Ragwort,'
Bermuda Grass, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, .Bindweed, Bent Grass, Wild
Garlic, Perennial Sorrel, and Brome Grass.
Regulatory Requirements
Comply with regulatory agencies for fertilizer and herbicide composition and applleation.
Ouality Assurance
The Contractor shall have a minimum of five years experience in the application of hydromulch.
7) Maintenance Data
Submit maintenance data for continuing Owner maintenance including maintenance instructions, cutting
method, frequency, and maximum height for grass and wildflowers; types, application frequency, and
recommended coverage of fertilizer. Submit maintenance data for Landscape Arehitect's approval prior
to submitting to Owner. Maintenance data shall be typed and bound in a notebook.
8) Delivery, Storage. and Handling
9)
10)
a) Deliver products to site under provisions &General Provisions.
b) Store and protect products under provisions of General Provisions.
c) Deliver grass seed in sealed containers. Seed in damaged packaging is not acceptable.
d) Deliver fertilizer in waterproof bags showing weight, chemical analysis, and name of manufacturer.
Coordination
Coordinate the
watering heads.
work of this Section with installation
of underground sprinkler system piping and
Provide a uniform stand of weed free grass by watering, mowing and maintaining seeded areas
immediately after placement until acceptance. Reseed or resod areas, with specified materials, which
fail to provide a uniform stand of grass until all affected areas are accepted by the Owner's
representative.
Scope
Areas designated lawn shall be sodded or seeded as indicated on the plan with Buffalograss and native
grasses. If landscape installation occurs between September 1 and May 1, the Contractor shall
hydromulch with perennial ryegrass to provide an interim cover, then establish with Bufalograss after
May 1 of the following year.
.l:"f_.opF~lR96149'~..specs',,5~.cloc
SC-55
Products
1) Materials
a) Lawn Seed Mixture: Submit seed vendor's certification for required grass seed mixture, indicating
percentage by weight, and percentages of purity, germination, and weed seed for each grass species.
All seed must be fresh, clean and new crop seed mixture. The seed shall be hulled, extra fancy
grade, treated with a fungicide, free from weeds and foreign grasses, and meeting Texas State Seed
Law requirements. Provide seed batch specifications available for examination. Seeding rates refer
to pure live seed (PLS). Native grass seed available from Bamert Seed Company, Muleshoe, Texas
(1-800-272-5506) or Lofts Seed Inc. (1-800-526-3890).
b) Lawn:
Pure Live Seed Poun~ls/lOOOSF
Buffalograss-Buchloe dactyloides "Topgun" Primed KNO3 ............................................2.0
c) Blend for Wildflower/Native Grass area:
Buffalograss - Buchloedactyloides "Topgun" Primed KNO3 ...........................................1.0
Sideoats Gramma-Bouteloua curtipendula "Haskell" or "El Reno" . .................................1.0
Little Bluestem - Andropogon scoparius "Cimmeron" . .....................................................1.0
Green Sprangletop - Leptochloa dubia "XrNS'' or "Van" . .................................................0.5
Bluebonnet - Lupinis texensis ............................................................................................1.0
Indian Blanket - Gallardia pulchella ..................................................................................0.3
d)
Temporary Lawn
The time 'of planting may require an interim grass cover of perennial rye grass applied at rate of six
pounds per 1000 square feet.
2)
Accessories
a)
Virgin Wood Fiber Mulch with Tacki~er: Degradable, pure virgin wood fiber, made from whole
wood chips with tacki~er incorporated in the mulch from the mulch manufacturer. The mulch must
be free from weeds, or other foreign matter toxic to seed germination and suitable for
hydromulching. Acceptable product is available from Conwed, Weyerhauser and Camfor. Apply
mulch at minimum rate of 2,000 pounds per acre (or 50 pounds per 1,000 square feet). Cover seeds
on slopes where grade is 4-inches per foot or greater with tacki~er at increased rate of 3,000
pounds per acre.
b)
Fertilizer: FS O~F-241. Fertilizer shall be a mixed, commercial acid forming fertilizer,
recommended for Bermuda grass, with fifty percent of the elements derived from organic sources;
of proportion necessary to eliminate any deficiencies of topsoil as indicated in testing analysis or to
the following proportions: Bermuda and Buffalo grass-nitrogen 16 percent, phosphoric acid 20
percent, soluble potash 0 percent. Application rate 2-ponds of nitrogen and l-pound of phosphorous
per 1,000 square feet.
c) Water: Clean, fresh and free of substances or matter which could inhibit vigorous growth of grass.
d) Herbicide: A postemergent (foliar applied) commercial herbicide, shall be applied in all lawn areas
before seeding according to manufacturer's directions.
e) Tacki~er: Liquid concentrate diluted with water forming a transparent 3-dimensional film like crust
permeable to water and air and containing no agents toxic to seed germination.
I:x~opPelrx96149~iggsxSeg-4b.doc SC-56
Execution
1) Inspection
a) Notify Owner's representative at least 7 working days prior to start of seeding operations.
b)
Verify that prepared soil base is ready to receive the work of this Section. Examine finish surfaces,
grades and' topsoil quality, and depth. Do not proceed 'until approval is given by Owner's
representative.
c) Beginning of installation means acceptance of existing site conditions.
2)
Preparation
a) The Contractor shall maintain positive drainage on the site.
b) Weed Removal:
i)
Area scheduled for buffalograss: Totally remove all grasses and weeds. Apply a non- selective
herbicide (e.g "Roundup" or approved equal) to thoroughly exterminate existing grasses, weeds,
or other vegetation (unless noted on the drawing for protection) in area scheduled to receive
seeding or hydromulching.
c)
ii)
Area scheduled for wildflowers and native grasses: Use a selective herbicide or post-emergent
herbicide for spot application to remove dallisgrass, crabgrass, johnsongrass, nutsedge,
dandelion and other weeds identified on site by the Landscape Architect. Other existing native
grasses are to remain as identified on site by the Landscape Architect.
Remove rocks, clods, weeds, trash or debris from area to be seeded or sodded. Remove and legally
dispose off site all stones 1-1/2" or larger, sticks, root or other debris that is exposed from rough
grading or during soil preparation.
d) Any fine grading must be completed prior to hydromulching or sodding. Loosen topsoil of lawn
areas to minimum depth of 2" to prepare an acceptable seed bed.
e)
Level, fine grade and scarify areas to be seeded with weighted spike harrow, spike float drag, or by
hand raking. Remove all ruts, depressions, humps so surface drains well. Provide sufficient final
grading and soil bed preparation to provide a smooth, even grade suitable for a fine, even lawn,
graded approximately 1/2 - 1" below top of curbs and walks.
Preparing Soil and Fine Grading
a) Areas to be drill seeded for buffalograss: PulVerize soil with disc, chisel plow, tiller or other
method approved by Owner's representative or Landscape Architect, making minimum of one pass.
to break up clods. Do not till if soil is wet. Do not penetrate soil deeper than two inches so as not to
encourage growth of weeds.
b) Perform fine grading as needed to fill depressions and provide for positive drainage. Provide soil
bed that is firm, granular and free of clods and stones. Incorporate fertilizer at specified rate.
c)
Fertilizing: Spread and disc fertilizer onto the soil at specified rate prior to seeding. Level and
smooth soil before seeding. Avoid seeding on dry soil. Apply dry fertilizer no more than 48 hours
prior to seeding.
d) Firm soil after incorporating the fertilizer by rolling. Do not roll if soil is wet.
J:\Coppeli'L~6149~specsXSec:-4b.doc
I ~
SC-57
e) Drag area and/or fine rake as needed to break up lumps and produce a smooth, even grade free from
unsightly variations, ridges or depressions. Hand rake within the drip line of existing trees.
f) Fine grading shall be subject to approval by the Owner's representative and Landscape Architect.
g) The following lawns should be seeded within these respective dates:
·, Buffalograss: May I - September 1
4. Buffalograss (Drill Seeding with Hvdromuleh Cap):
a) Eliminate weeds from all areas to be seeded either mechanically or chemically.
/
b) Drill seed or broadcast buffalograss seed in designated area using two (2) pounds pure live seed per
1000 square feet. Incorporate seed into soil to a depth of 1/4 inch to 1/2 inch.
c)
d)
e)
g)
Apply a Hydromulch cap over seeded area at specified rate.
Establish healthy stand of buffalograss with 100 per cent coverage of the area within 100 days.
Do not sow immediately following rain, when ground is too dry, or during windy periods.
Cover seeded slopes where grade is 4 inches per foot or greater with taeki~er at increased 'rate of
3000 pounds per acre.
Replacement: Replant any areas of lawn as needed in order to achieve 100 per cent coverage within
the specified time frame to establish the lawn.
Temporary Lawn Seeding: Depending on construction schedule, it may be necessary to establish
temporary lawn to prevent erosion and provide an acceptable appearance. A temporary lawn will be
required in those areas designated for buffalograss for which installation must be delayed until the
specified seeding dates. Lawns must be accepted after June 1 and prior to November 15, otherwise a
temporary lawn must be installed. Perform seeding, fertilizing, watering, weeding and other
maintenance to insure full coverage of temporary lawn.
a) Eliminate weeds from all areas to be seeded either mechanically or chemically.
b) Broadcast perennial rye grass seed over entire area at the rate often (10) pounds P.L.S. per 1,000
square .feet.
c) Rake seed into soil to a depth of 1/4 inch to 1/2 inch.
d) Water all seeded areas to establish full stand within 60 days. Do not allow areas to become dry, or
water to the extent that seed will be lost by erosion.
e) When it is time to install the permanent turf grass or other planting in these areas, kill the temporary
lawn with herbicide and scalp to receive new grass seed.
6) Wildl~ower and Native Grass Seeding
a) Weed Removal:
Use selective herbicide on entire area OR post-emergent herbicide for spot application to remove
dallisgrass, crabgrass, johnsongrass, nutsedge, dandelion and other weeds Native grasses existing
on the site, such as switchgrass, little bluestem, lovegrass or other grasses designated on the plan or
l:xl~opl~ll~6149~pec~\S~c4b.cloc SC-SR
identified in the field by the Landscape Architect, shall not be eliminated by any herbicide
treatment.
b)
The areas designated as native grass planting areas shall be "scalped", i.e. mowed to a maximum
height of one inch above the existing ground level and all cut material removed and disposed of as
directed by the Owner's representative.
c) Do not disk, plow or disturb the soil greater than one inch in depth'so as to not release dormant seed
within the subsoil.
d) Drill seed or broadcast seed of native grasses in designated areas.
e) Time of Seedin~: ,"
· Wildflowers:
September 15 - October 31
Native Grasses:
April 1 - May 31 or
September 1 - October 31
f)
The wildflower and grass seed shall be uniformly and evenly distributed over the areas shown on
the plans. Broadcast only one species at a time. The planting method used shall insure that the seed
make positive contact with the soil but shall not be planted deeper than the seed size of the species
being planted. Apply I part wildflower seed with 4 parts damp, masonry sand and tamp into soil
(except bluebonnet seed).
g) Apply hydromulch cap as specified for buffalograss.
h) Do not sow immediately following rain, when ground is too dry, or during windy periods.
i)
Seed Protection:
· Identify seeded areas with stakes and string around area periphery.
height of 12 inches. Space stakes at maximum 20'-0" o.c.
Set string at minimum
· Cover seeded slopes where grade is 4 inches per foot or greater with tackifier at increased rate
of 3000 pounds per acre.
j) Replacement: Replant any areas of native grasses or wildflowers as needed in order to achieve 100
per cent coverage within one year of final acceptance.
7)
Sodding
a) Grading and Rolling: Carefully smooth all surfaces to be sodded.
depressions or surface irregularities.
Roll area to expose soil
b)
Fertilizing: Spread Tuff Fertilizer onto the soil evenly at the rate of ten pounds per 1,000 square
feet of lawn area. Rake in lightly. Be sure soil is level and smooth before laying sod. Avoid laying
sod on dry soil. Apply fertilizer no more than 48 hours prior to laying sod.
c) Laying Sod:
i) Lay first strip of sod slabs along a straight line (use a string in irregular areas).
ii) Butt joints tightly, but do not overlap edges.
J:x~OI)pell%96149%spees~Sec4b.doc SC-59
iii) On second strip stagger end joints.
iv) Use a sharp knife to cut sod to fit curves, edges, sprinkler heads.
v)
vi)
Lay smooth. Align with adjoining grass areas. Place top elevation of sod 1/2 inch below
adjoining edging, paving, and curbs.
On slopes 6 inches per foot and steeper, lay sod perpendicular to 'slope and secure every row
with wooden pegs at maximum 2 feet on center. Drive pegs flush with soil portion of sod.
d)
vii) Prior to placing sod, on slopes exceeding 8 inches per foot or where indicated, place wire mesh
over topsoil. Securely anchor in place with wood pegs sunk firmly into the ground.
/
Watering: Do not lay whole lawn before watering. When a conveniently large area has been
sodded, water lightly preventing drying. Continue to lay sod, and water until installation is
complete.
e)
Rolling Sod: After laying all sod, roll lightly to eliminate irregularities and to form good contact
between sod and soil. Avoid a very heavy roller or excessive initial watering which may cause
roller marks.
f) Replacement: Replace any areas of grass not showing sufficient growth at the end of three weeks
per the original method of application at no additional cost to the Owner.
g) Watering: Continue irrigation regularly to keep soil evenly moist until active growth resumes.
8)
Maintenance
Maintain grass and lawns until completion and acceptance of the entire project, including watering, spot
weeding, mowing, applications of herbicicles, fungitides, insecticides, re-sodding and re-seeding until a
full, uniform stand of grass free of weeds, undesirable grass species, disease, and insects is achieved and
accepted by the Owner's representative.
SC.23 UNDERGROUND IRRIGATION SYSTEM
A.
General
1) Scope
The Contractor shall furnish all work and materials, appliances, tools, equipment, facilities,
transportation, and services necessary for and incidental to performing all operations to provided an
underground irrigation. system complete, as shown on the drawings and/or specified herein. The
completed irrigation system shall serve and provide 100% coverage of lawn and planting areas within
limits shown on the accompanying irrigation drawings. All systems shall be electrically controlled
unless otherwise specified. The Contractor shall verify existing and proposed conditions on drawing
and by site visits. All materials shall be new and unused unless otherwise specified.
2)
Related Work Specified Elsewhere
SC.73 - Lawns, Grass and Wildflowers
SC.72 - Trees, Shrubs, and Groundcover
3) Codes and Permits
All work shall be installed according to applicable electrical codes and ordinances of the City's Building
Code. Any permits required for inspection and installation shall be obtained and paid for by the
Contractor. All electrical work shall comply with the National Electric Code.
J:\Coppell~96149x, specs~Sec-4b.doc SC-60
4) Water Supply
Water shall be available from an existing source on the site. Field verify with Owner's representative.
Water for necessary testing,and flushing and jetting shall be furnished at no cost to the Contractor.
5) Electric Supply
Power exists at proposed controller lo.cation indicated on the drawings. The Contractor shall coordinate
" location of new controller with the Owner's representative.
6) Sleeve and Ducts
The Irrigation contractor is responsible to locate sleeves prior to paving of new walks and drives. Use
Schedule 40 PVC pipe for all sleeves.
" 7) Project Conditions
a) Contractor shall be responsible for repairing or replacing any utilities damaged by his operations if
" utilities were previously identified.
b) Irrigation system layout is diagrammatic. Exact locations of piping, sprinkler heads, valves and
" other components shall be established by Contractor in the field at time of installation. Final system
layout shall be acceptable to the Owner.
" 8) Record Drawings
a) The Contractor shall, during the progress of the work, keep an accurate record of all changes and
corrections to the layouts shown on the drawings. The Contractor shall indicate on record drawings
a measured distance along the pipes to locate each valve and run of pipe so that the valve may be
relocated in the event surface opening becomes covered. He shall also furnish "record drawing" of
wiring diagram covering location of wiring for control valves and controllers.
b) Upon completion of construction and prior to final payment, the Contractor shall submit to the
Owner one reproducible copy on mylar sepia showing these changes and records, and an annotated
r- copy of the specifications.
9) Guarantee and Warranty
a) The Contractor shall guarantee all workmanship, materials, fixtures and equipment covered by the
Specifications to be free from defects for a period of two years from date of acceptance of the
,-- project and shall replace any part or parts found to be defective within the period of guarantee at no
cost to the Owner, except for repairs or replacements necessitated by damage of any kind.
· Maintenance of the system, i.e., raising and lowering heads to compensate for lawn growth,
" cleaning and adjustment of heads, raising and lowering of shrub heads to compensate for plant
growth, adjustment of coverage (are of spray), unstopping heads plugged by foreign material,
and adjustment of controller as necessary to insure proper sequence and watering time, shall be
" given to the Owner for Two (2) years at~er final acceptance of the installation.
· Backfilling of all excavation shall be guaranteed. If, at any time during the one-year period of
" warranty, trenches should settle below grade, the Contractor shall repair any settling, except
washing due to rain, at no expense to Owner.
,- * Maintenance and guarantee as stated above do not include alterations necessitated by additional
landscaping, regrading or walk changes, etc. Maintenance does not include trimming grass
around heads or any service required due to lack of Owner's maintenance. The guarantee and
l:XCoppellX96149~pec. s~Sec4b,doc SC-61
maintenance do not cover any mechanical damage (breakage) or any repairs or service needed
for causes beyond the control of the Contractor.
b) The guarantee for the irrigation system shall be re-typed onto the Contractor's letterhead and contain
"' the following information:
GUARANTEE FOR UNDERGROUND IRRIGATION SYSTEM
We hereby guarantee that the underground irrigation system we have furnished and installed is free
from defects in materials and workmanship, and the work has been completed in accordance with the
" drawings and specifications, ordinary wear and tear and unusual abuse or neglect excepted. We agree to
repair or replace any defects in materials or workmanship which may develop during the period of one
year from date of acceptance and also the repair or replace any damage resulting from the repairing or
" replacing of such defects at no additional cost to the Owner. We shall make such repairs or
replacements within seven days after receipt of written notice. In the event of our failure to make such
repairs or replacements within the time period expressed, we authorize the Owner to proceed to have
"" said repairs or replacements made at our expense and we will pay the costs and charges therefore upon
demand.
" Project:
Signed:
,- Date:
I0) Samples and Submittals
" Submit four copies of manufacturer's product data for each of the system components to Owner.
11) Storage
Contractor shall be allocated space on the site for storage of material, but shall coordinate such storage
with the Owner and shall in no way impede execution of the work of the Owner through the use of this
space. The Contractor shall keep storage area clean and neat at all times. Owner assumes no
" responsibility for protection of materials.
12) Testing
All testing called for in Specifications are to be carried on under supervision of the Contractor in the
presence of the Owner.
13) Operational Instructions
Contractor shall, upon completion of job, instruct Owner in the operation and general maintenance of
,- the system. The Contractor shall submit to the Owner four copies of manufacturer's product data for
the system components including controller, sprinkler heads, valves, rain and freeze preventors.
Provide instructions for operation and maintenance of system and controls, seasonal activation and
-- shutdown, and manufacturer's parts catalog.
Provide schedule indicating length of time per season each valve is required to be open to provide a
,_ determined amount of water.
14) Materials Standards
" a) ASTM D2241, Poly Vinyl Chloride (PVC) Plastic Pipe (SDRoPR).
b) ASTM D2287 - Flexible PVC tubing.
J:~oppel 1~96149xspecsXSec-4b.doc SC-62
I 1' i ' '
c) ASTM D2466 Poly (Vinyl Chloride) (PVC) Plastic Pipe FiRings, Schedule 40.
d) ASTM D2464 - Poly Vinyl Chloride (PVC) Plastic Pipe FiRings, Threaded, Schedule 80:
" e) ASTM F438 - Poly Vinyi Chloride (PVC) Plastic Pipe FiRings, Socket Type, Schedule 40.
f) ASTM D2564 - Solvent Cements for Poly Vinyl Chloride (PVC) Plastic Pipe and FiRings.
.~,,,
g) ASTM B88 Copper Pipe.
,-- h) ASTM D2287 - Flexible PVC tubing.
i) ASTM F438 - Poly Vinyl Chloride (PVC) Plastic Pipe FiRings, Socket Type, SChedule 40.
~ j) ASTM D2855-Standard Recommended Practice For: Making Solvent-Cemented Joints with
Poly-Vinyl Chloride (PVC) Pipe and FiRings.
15) Quality Assurance
Installer's qualifications: Minimum of 5 years experience installing irrigation systems of comparable
,,'- size. The job superintendent representing the Contractor and supervising the work shall be a licensed
irrigator in Texas.
-- B. Products
1) Materials-General
,- a) Polyvinyl Chloride Pipe (PVC): PVC pipe manufactured in accordance with standards noted herein.
i) Marking and Identification: PVC pipe shall be continuously and permanently marked with the
,_ following information: Class 200 SDR 21 number, ASTM D2241 standard number, and the
NSF (National Sanitation Foundation) seal.
ii) PVC Pipe FiRing: ASTM D2464 an D2466, of the same materials as PVC pipe specified and
r- shall be compatible with PVC pipe provided.
b) Solvent Cement: ASTM D2564 for PVC pipe and firings.
c) Copper Tubing: Seamless, type ."M" hard drawn, ASTM B88.
" d) COpper Piping: Hard, straight lengths of domestic manufacture only, ASTM B88, Type "K". No
copper tube of foreign extrusion, or so-called irrigation tubing (thin wall) allowed.
~- e) Copper Pipe FiRings: Cast brass or wrought copper, sweat-solder type.
f) Wire: 14 gauge, single copper strand minimum. Type UF with 1/64 inches insulation. Underwriters
-- Laboratory (UL) approved for direct underground burial when used in a National Electric Code
Class II Circuit (30 volts AC or less).
,_ g) Flexible PVC Risers (Nipples): Virgin PVC material, complying with ASTM D2287, tested at 200
psi static pressure for 2-hours and having a quick burst rating or 400 psi minimum. Flexible PVC
pipe nipples shall be "Excalibur" type or approved equal.
h) Swing Joints: "Lasco" O-ring seal type or approved equal.
i) Pop-Up~ Spray~ Rotary and Bubbler Heads: As indicated on drawings.
J:~Copl~lP,96149~pt~.,,~:-4b.do~ SC-63
I 1 i ,
" j) Valves: As indicated on drawings.
k) Backflow Preventer (or Double Check Assembly): As indicated on drawings.
l) Quick Couplers: As indicated on drawings.
,_ m) Controllers: As indicated on drawings..
n) Valve Box: Valve boxes shall be used on all electric valves, quick couplers and gate valves.
Provide extension sections as necessary for pipe depth. Brooks Products, Amtex or approved equal'.
C. Execution
,- 1) Installation-General
a) Examine final grades and installation conditions. Do not start irrigation system work until
~ unsatisfactory conditions are corrected. Do not install system as shown on the drawings when it is
obvious in the field that obstructions, grade differences or discrepancies in equipment usage, area
dimensions, or static water pressure exist that might not have been considered in the design. Bring
obstructions or differences to the attention of the Landscape Architect. In the event this
"' notifications is not performed, assume full responsibility for any revision necessary.
b) Before installation is started, the Contractor shall flag or stake where each and every sprinkler is to
" be located in accordance with the drawings. Should a discrepancy in the drawings become apparent
at this time in regards to size and shape of areas to be watered, such discrepancy shall be pointed out
to the Owner. Work must not proceed until the Owner approves any changes made necessary by
"- -such discrepancy. Watering of plants and lawn shall be accomplished in conformity with the intent
of the sprinkler system design to provide 100% coverage.
,- c) Install pipe, valves, controls, and outlets in accordance with manufacturer's instructions.
2) Excavation and Backfill
a) All excavations shall be unclassified and shall include earth, loose rock, or any combination thereof,
in wet or dry state. All trenches shall be backfilled with the material removed except where special
backfill specification of certain pipe may specify otherwise. In this case, the special backfill
" specifications shall take precedence over this general specification. All trench backfill shall be
flooded in order to prevent settling.
"" b) Trenches and adjoining areas shall be hand raked to leave grade in as good or better condition than
before installation. Trees shall not be moved or damaged. In the case of newly planted trees or
shrubs, no digging shall be done within the root ball. It is understood that the piping layout is
-~ diagrammatic and piping shall be routed around trees and shrubs in such manner as to avoid damage
to planting and roots. Hand excavate whenever possible to avoid curing of roots greater than 1"
dia., during construction.
3) Pipe Installation
a) Sprinkler mains shall be installed in a 3 to 4 inch wide (minimum) trench with a minimum of 12 to
"" 18 inches of cover. Lateral piping shall be installed in a 3 to 4 inch wide (minimum) trench deep
enough to allow for installation of sprinkler heads and valves, but in no case shall lateral piping be
installed with less than 12 inches of cover in lawn areas and no less than 12 inches in shrub beds.
b) PVC Pipe Installation: All lumber, rubbish and large rocks shall be removed from the trenches.
Pipe shall have a firm uniform bearing for the entire length of each pipe line to prevent uneven
t- settlement. Pad the trenches with dirt or sand, if the soil is rocky.
~ ,I :\Coppellx96149~pecsL~ec.-4b.doc SC-64
,- c) Pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. All
foreign matter or dirt shall be removed from inside of the pipe before welding and piping shall be
kept clean by approved means during and after laying of piping.
d) Backfilling of Trenches: Because of the expansion and contraction of PVC pipe, backfilling shall
be done in the cool part of the day. If this is not possible or practical, water flooding of trenches is
,--. necessary before and during backfill. Selected fill-dirt or sand shall be used, if soil condition is
rocky or contains large clodS.
4) Shrub Heads
· Provide and install shrub spray heads as specified and where indicated on the drawings. The correct
degrees or arc or nozzle shall be determined by areas to be covered and by wind condition that may
," affect coverage. Shrub heads shall be installed on copper tube risers sufficiently high to water over
shrubs when they have reached their ultimate growth, except those shrubs indicated on the drawings to
be installed low to flood. The Landscape Architect will direct the height to set shrub heads in order to
~ provide maximum coverage. No copper risers will be located along a sidewalk, drive or curb that might
conflict with pedestrian or vehicular traffic.
5) Pop-Up Spray and Rotor Heads
Provide and install heads and nozzles as specified and where indicated on drawings. Pop up spray heads
shall be installed on a flexible PVC riser directly onto lateral piping as detailed on the drawings.' Heads
shall be installed no closer than four inches from the curb. The underside of flange of head shall be
flush with the finish grade. The Contractor will be required to adjust heads while operating for
precipitation rate, arc or radius, plumbhess, and angle required to re-adjust head after establishment of
grass or other plant material at no additional expense to the Owner.
6) Quick Coupler Valves
Specified on plans. The Contractor shall be required to adjust valves and valve boxes to proper grade
after installation at no additional cost to the Owner to establish proper grade should settlement or
erosion occur.
7) Electric Remote Valves
Remote valves shall be supplied in accordance with specifications. Valves shall be installed in a level
position deep enough so that there will be at least 10 inches of cover for valves. The Manufacturer's
specifications and installation instructions for the valves supplied shall become a part of these
Specifications. A 10 inch green plastic box will be installed over each valve.
8) Wiring
"~'~ a) Wire from the automatic sprinkler controls to the valves shall be supplied in accordance with the
:.. specifications. A separate wire is required from the control to each valve. The common neutral
wire shall be no smaller than No. 14 Type UF, with white insulation. Valve lead wires shall not be
"' smaller than No. 14 Type UF and shall have black or red insulation. Color coding is for
~ identification purposes only. A 24" coil of excess wire (both common and lead) will be left at each
value for future maintenance.
b) No conduit is required for the UF wire, except under paved areas, and it shall be hid in trenches
provided for piping. Wire shall be tucked under piping.
9) Approval
Obtain Owner's review and acceptance of height for proposed sprinkler heads and valves prior to
installation.
J:\CoppelP,96149~pec~Sec.-4b.doc SCo65
,- 10) Testing
The sprinkler main, only, shall be tested for a period of 12 to 14 hours under normal water pressure and
,- proved tight. If leaks occur, the joint or joints shall be replaced and the test repeated.
11) Final Adiustment
a) After the system has been installed, the system shall be completely flushed to remove any and all
debris from the pipe lines by removing the .nozzles from heads and turning on'the system: Replace
the nozzles and check operation of system, section by section, to determine that there is no debris
!eft in the heads to obstruct proper operation. Repeat as needed.
b) All sprinklers shall be checked for proper operation and proper alignment for direction of throw.
c) All nozzling shall be checked for proper arc of spray. Prevailing wind conditions and area to be
covered will determine correct am spray of all nozzles. In case nozzle am of spray is not correct,
nozzles shall be changed to provide correct coverage at the Contractor's expense.
l:\C. oppelr~96149~specsXSe~-4b.doc SC-66
GEOTECHNICAL INVESTIGATION
2.0 MG ELEVATED STORAGE TANK
WAGON WHEEL RANCH PARK.
COPPELL, TEXAS
HENLEY
~'- JOHNSTON
& ASSOCIATES, INC.
, _ engtnee~ 9eosdence
(214) 94'1-3808 Jax(214) 943-7645
.,"" 235 Morgan Aue,, DoJb2s, '2'e.~.s 75203-1088
GEOTECHNICAL INVESTIGATION
2.0 MG ELEVATED STORAGE TANK
WAGON WHEEL RANCH PARK
COPPELL, TEXAS
.. Coppell, Texas
._ Thru
Shimek, Jacobs & Finklea
INTRODUCTION
-- In accordance your authorization of our proposal dated 22 October 1996, we have
completed a Geotechnical Investigation for a proposed 2 Million Gallon Elevated Storage
Tank at Wagon Wheel Ranch Park located near the intersection of Northpoint Drive and
Royal Lane in Coppell, Texas. '
PURPOSE AND SCOPE
The purpose of this investigation was to develop specific geotechnical data at the
location of the proposed new elevated storage tank by means of subsurface exploration
" and laboratory testing and develop recommendations for the design and construction of
foundations for the structure. The scope of this investigation includes the accumulation
of basic geotechnical data regarding existing subsurface conditions in the area of the
proposed tank. The necessary data were gathered by means of subsurface exploration
and laboratory testing. Engineering evaluation of the resulting data was accomplished
to provide specific recommendations to aid in the design and construction of foundations
for the proposed project.
HENLEY
JOHNSTON
& ASSOCIATES, INC.
~ I, engineerin9 9eoscien~e corts,,~ar~s
-1-
SUBSURFACE INVESTIGATION
Subsurface conditions at the proposed site of the new 2 Million Gallon Wagon Wheel
Ranch Park Elevated Storage Tank were investigated by two (2) NX-size core borings
drilled to depths of approximately 80 to 90 feet below existing ground surface. These
borings were located on the site by Shimek, Jacobs & Finklea. Originally three borings
were planned at the site. Because of difficulties moving at the site, due to inclement
-weather, and the similarity of the first two borings drilled, it was determined that the third
,. boring was not needed to characterize the site, and, consequently, only BOring Nos. 2
and 3 were drilled. The borings were drilled using a truck mounted rotary drilling rig
... which employs dry auger. ing techniques to advance the borings to the top of rock and
wash rotary drilling in the rock materials.
Sampling techniques were dependent upon the type of material encountered. Samples
of cohesive overburden materials encountered in the borings were obtained utilizing a
thin-walled, seamless, Shelby-tube sampler advanced into the ground by means of a
" continuous ra:pid thrust from a hydraulic ram on the drilling rig. This technique generally
conforms with ASTM D 1587.
Samples from granular strata were obtained utilizing procedures of the Standard
Penetration Test (ASTM D 1586). This sampling technique employs a 140-pound
hammer, dropped 30 inches, to drive a 2-inch O.D. split-barrel sampler into the soil.
The sampler is initially seated six inches and then driven in two additional six-inch
· increments while recording the number of blows in each increment. The total number
of blows in the last two six-inch increments, the "N" value, is recorded on the enclosed
',Log of Boring" illustrations. Refusal is defined as 50 blows in any one increment with
6 inches or less advancement of the sampler, 100 total blows or 10 blows with no
advancement of the sampler.
The primary rock formation encountered in the borings was sampled with a double-tube
core barrel fitted with an appropriate cutting bit.
~" HENLEY
JOHNSTON
& ASSOCIATES, INC.
=~ I, engheering 9eoscience cortsulmr~s
-2-
The samples were extracted from the sampling devices in the field. All soil samples and
selected rock samples obtained from the borings were encased in polyethylene plastic
to prevent changes in moisture content and to preserve in situ physical properties.
Samples were classified as .to basic type and texture in the field, labeled as to
appropriate boring number and depth, and placed in core boxes for transport' to the
,_ laboratory.
,, Both borings were drilled dry to the top of rock. Upon completion of each boring, the
drill water was bailed from the borehole. The boreholes caved at about 43 to 44 feet
.-- below existing grade and were dry to that depth. This is noted on the individual "Log of
Boring" illustrations at the bottom of each log.
LABORATORY TESTING
~-' Samples received in the laboratory were visually classified by an experienced
/ Engineering Geologist. All soil samples were classified in accordance with the Unified
~ Soil Classification System; rock core was classified using standard geologic terminology.
Terms and symbols used on the boring logs are described on the enclosed sheet
*" entitled "Legend, Lithology, Soil Consistency &Relative Rock Hardness."
"' To aid in the classification process, Atterberg Limits, Moisture Content, Grain Size
Analysis and Unit Dry Weight tests were performed on representative samples. ·-All of
the above test data are summarized on Plate 2. Atterberg Limits also are presented
graphically on the Plasticity Chart on Plate 3.
The strength of each cohesive sample was estimated using a hand penetrometer. The
results of these estimates are recorded graphically on the "Log of Boring" illustrations.
Strength properties of selected cohesive soil and rock samples were investigated by
Unconfined 'Compression tests. In this test, axial load is applied to a laterally
unsupported cylindrical sample until failure occurs within the sample. These test results
are summarized on Plate 2 and stress-strain curves for the soil tests are presented on
Plates 4 and 5.
HENLEY
JOHNSTON
& ASSOCIATES, INC.
~ L engineerfng geOs. ciertce consul~anzs
-3-
SUBSURFACE CONDITIONS
The specific type, depth, and thickness of materials penetrated by the borings are
reflected on the "Log of Boring" illustrations. From ground surface down, the borings
encountered overburden soils'of alluvial origin consisting of silty clays, silty sands and
sandy gravels underlain by sandstone of the Woodbine Formation of Cretaceous Age.'
From ground surface to about 18-foot depth, silty clays encountered are high plasticity
soils which are subject to high volume changes with variations in soil moisture content.
These clays are slightly sandy with scattered small gravel; they are brown in color and
.very stiff to hard in consistency to about 6 to 8-foot depths and tan in color and hard in
consistency below that depth range. In their current moisture condition, these siity clay
soils have a high potential for expansion. A zone of silty clay, sandy to very sandy, tan
and gray in color and hard in consistency is present below the high plasticity clays to
depths of about 21 to 26 feet; these clays are moderate plasticity soils. Below these clay
strata are strata of granular soils that are predominantly silty sands to about 43 to 44-foot
depth and sandy gravels below that depth to about 50 to 52-foot depth where the
primary formation is encountered. These granular strata are indicated by the Standard
Penetration Test results to be very dense in condition. In their current moisture
condition, these silty clay soils have a high potential for expansion.
Below the overburden soils, the primary formation, sandstone of the Woodbine Formation
of Cretaceous Age, was encountered. This material is argillaceous and fossiliferous and
contains thin shale partings. The sandstone is poorly to moderately well cemented, light
gray in color and firm to moderately hard in rock hardness. The unweathered sandstone
extends at least to the 90-foot maximum depth explored at this site.
Observations of depth to groundwater at the site indicated no measurable groundwater
~,
to about 44-foot depth at the time of the field investigation. Groundwater would be
" anticipated to be present in the sandy gravels in the lower portion of the overburden
soils. Groundwater, when present, is typically perched on the unweathered sandstone
HENLEY
JOHNSTON
& ASSOCIATES, INC.
,,~ t, engineering geoscience consultants
and found in the granular zones as well as the weathered sandstone strata. The level
and quantity of groundwater should be expected to fluctuate with seasonal variations in
area rainfall.
FOUNDATION CONSIDERATIONS
Based on the results of this investigation, we recommend that structural loads for the
proposed elevated storage tank be transferred into the unweathered, light gray
sandstone of the Woodbine Formation by means of straight-walled, aug~-excavated,
cast-in-place, concrete shafts. We recommend that these piers extend at least two feet
into the light gray unweathered sandstone. Alternatively, structural loads may be
supported by dri!led-and-underreamed piers, based at about 20-foot depth in the silty,
sandy clays present above the granular strata at this site. Recommendations for both
foundation types are presented in subsequent paragraphs.
Straight-Walled Concrete Piers
For design of straight-walled concrete piers, allowable load intensities for end bearing
and side shear stress transfer in the light gray unweathered sandstone have been
developed utilizing equations derived from the Theory of Elasticity, average strength
values from Unconfined Compression tests; a factor of safety of 3; and may be
summarized as follow:
Stress Transfer
End Bearing. = 6.5 tsf
Side Shear, Compression -- 2.0 tsf
Side Shear, Tension = 1.0 tsf
Side-shear stress transfer is limited to the perimeter portion of the pier shaft in intimate
contact with the unweathered limestone formation, below the base of any temporary
casing required to install the shafts. For design purposes, the upper two feet of the gray
limestone should be neglected in capacity computations.
. HENLEY
JOHNSTON
& ASSOCIATES, INC.
~,, L .... enO, ineerb~ 9eoscience corts-l~anr~
-5-
The side shear values provided are directly applicable only for isolated drilled shaft
foundations separated in plan by a clear distance of at least two shaft diameters. If this
spacing cannot be maintained, this office should be contacted so that additional studies
can be accomplished and reduced design values developed.
We estimate that settlements of straight shaft piers based in the hard, light gray,
unweathered sandstone will be small fractions of an inch. The settlement will occur
largely as elastic deformation and should be substantially complete at'the end of
construction.
Drilled-and-Underreamed Piers
We recommend that drilled-and-underreamed piers based in the hard silty, sandy clays
at about'20 feet below existing grade be proportioned using an allowable net bearing
pressure determined by the following equation:
-- q. = 5400 (1 + 0.2 D/B)
where:
'~ q. = allowable net bearing pressure, psf
D = depth of base of foundation below final grade, feet
"' B = diameter of foundation underream, feet
" The numerical value of the term, D/B, cannot exceed 2.5. The allowable net bearing
pressure determined by.the above equation includes a factor of safety of three with
respect to soil shear strength. We recommend that pier underream diameters not
· exceed 8 feet and that the bell to shaft ratio not exceed 2.75:1.
Uplift loads on drilled-and-underreamed piers are resisted by the materials above the
"" underream~ We recommend that the uplift capacity of an underreamed pier be taken as
the lesser of the following two criteria.
HENLEY
JOHNSTON
& ASSOCIATES, INC.
engineerin9 geoscience consu!lanls
-6-
- the weight of soil in a truncated cone above the base of the underream at
an angle of 35 degrees with the vertical and soil weight of 120 pcf; the
difference between soil weight and concrete weight can be added to this
value for the volume of the pier.
,_ the resistance of a cylinder the diameter of the underream and height equal
to the depth of the underream base minus 3 feet computed as the lateral
~ area of the cylinder times a cohesion value of 2700 psf; the Weight of soil
and concrete in the cylinder can be added to this value.
~,.~
Both resistance values are ultimate values. We recommend that a Factor of Safety of 1.5
,~- be used with the first and a Factor of Safety of 2 be used with the second.
--' We estimate that settlement of drilled-and-underreamed piers based on the silty clays will
be less than one inch when designed in accordance with the above recommendations.
Lateral Loads
" Lateral loads on shafts must be considered in the overall drilled shaft foundation design.
For lateral load analyses of these piers, we recommend that the coefficient of subgrade
" reaction, k,, be determined for piers as the lesser of the values determined by the
following equation and 26 pounds per cubic inch:
k. = fz/D
Where:
f = coefficient of variation of lateral subgrade reaction, pci
(recommend using f = 20 pci)
z = depth, feet
D = pier diameter, feet
, HENLEY
JOHNSTON
& ASSOCIATES, INC.
.~, t, .. . engineering 9eoscience consul~ar~s
-7-
Uplift on Pier Shafts
The near surface clays to be penetrated by straight shaft or drilled-and-underreamed
piers have a potential for expansion and could subject the piers to some uplift forces
caused by expansion of the adjacent materials. We recommend that the piers be
'designed to allow for uplift from the expansive clays equivalent to about 1500 psf on the
shaft area above 12-foot depth,
CONSTRUCTION PROCEDURES /
Each straight shaft or drilled-and-underreamed pier installation should be vertical (within
,. acceptable tolerances), placed in proper plan location and cleaned prior to concrete
placement. Reinforcing steel cages should be prefabricated in a rigid manner to allow
?.. expedient placement of both steel and concrete into the excavation. It is essential that
drilling of piers and the placement of both steel and concrete be completed in a
.- continuous operation. In all cases, no-portion of the stratum being counted on to
provide structural support should be exposed to atmospheric conditions for more than
four (4) hours following the completion of drilling prior to the placement of the concrete.
Based on the information from this study, we anticipate that temporary casing will be
required to control groundwater seepage and/or caving of overburden soils for straight
shaft installations. Casing should be available on site. If required, casing should be
installed a sufficient distance into the bearing stratum to insure a watertight seal; normally
a distance of I to 2 feet is adequate for this purpose. After the satisfactory installation
of any temporary casing, the required shaft penetration may be excavated by machine
auger within the casing in a conventional manner.
if the groundwater level is above the base of any temporary casing being utilized,
extreme care should be maintained at all times to insure that the head of the plastic
concrete is higher than the static groundwater level outside the casing. In actual
practice, it is desirable that the head of the plastic concrete be appreciably above
the static groundwater level prior to breaking of the seal between the temporary casing
HENLEY
JOHNSTON
& ASSOCIATES, INC.
t, engineering geoscience consul~o~tts
-8-
and the bearing stratum. Once the seal is broken, the temporary casing may be slowly
removed in a vertical direction only (no rotation permitted) while additional concrete is
elevated to the top of the casing and placed through a tremie in order to connect with
the existing concrete contained within the lower portion of the shaft.
.
In order to verify compliance with specifications and acceptability of the bearing stratum,
a qualified and experienced geotechnical observer familiar with design details should be
present at all times during each pier installation.
~,, FLOOR SLABS AND GRADE BEAMS
Based on the data developed by this study, the area covered by the new elevated
,- storage tank may be underlain by silty clay soils of high plasticity and high volume
change potential. Structural elements in direct contact with the ground surface may be
· - subject to potential movement associated with soil moisture changes. We recommend
that any soil supported slab be designed to allow for significant vertical movements.
---- Based on the soil stratigraphy and properties developed by this investigation, we-have
estimated the Potential Vertical Rise (PVR) using the procedure of Texas Department of
~- Transportation Method TEX-124E. The PVR at this site is estimated to be 3.7 inches for
soils in the dry condition and about 1.5 inches for the wet condition. In general, moisture
"' contents of soils at this site were near the dry condition at the time of our recent site
investigation and we estimate that PVR would be about 3.6 inches if those moisture
"' conditions are maintained through construction.
For typical grade beamS., we would recommend that a void space of at least 6 inches
separate the bottom of the beam from the underlying soil surface. However, in this case,
as the beam is supporting dead loads that are generally in excess of anticipated swell
pressures, we recommend that the grade beam bear on the soil surface.
HENLEY
· JOHNSTON
· &ASSOCIATES,' INC.
engineering 9eoscience consuZ, zam, s
-9-
PAVING AND DRAINAGE
After the soil surface in areas to be paved has been brought to grade, the performance
of pavement can be enhanced by treating the clay soils exposed at grade with hydrated
lime. Subject to modification during construction, a hydrated lime content of six (6)
- .
percent by dry soil weight (approximately 6 pounds of lime 'per cubic foot of soil treated) -
would be expected to effectively treat the subgrade soil.
Soil treated with hydrated lime for use as sub-base should be compacted tO a minimum
value of 95 percent of the maximum density as defined by Texas Method TEX-113E and
,_, at a moisture content at least two (2) percentage points above Optimum Moisture
content. This requirement is important in minimizing post construction movement and
,-, in assuring complete hydration of the lime treated soils.
,- The following minimum pavement sections have been developed for your consideration':
ASPHALTIC CONCRETE
· ~- Light Vehicular Traffic (Parking Lots. Drives. Etc.)
~ 1-1/2 inch HMAC SUrface Wearing Course
~- 3 1/2 inch HMAC Base Course
6 inch Compacted Lime-treated Subgrade
Heavy Vehicular Traffic (Service Drives, Trucks, Etc.)
1-1/2 inch HMAC Surface .Wearing Course
5 inch HMAC Base Course
8 inch Compacted Lime-treated Subgrade
HENLEY.
JOHNSTON
& ASSOCIATES, INC.
engineering geoscience
-10-
REINFORCED CONCRETE
,-- Light Vehicular Traffic (Parking Lots, Drives. Etc.)
5 inch Reinforced Concrete Paving
~ (Re-Steeh #3 at 18 inches on center)
6 inch Compacted Lime-treated Subgrade
/,--..
Heavy Vehicular Traffic (Trucks, Service Drives,- Etc.)
,.-. 7 inch Reinforced Concrete Paving .'.
(Re-Steeh #3 at 18 inches on center)
,-- 6 inch Compacted Lime-treated Subgrade
.--- Pavement grades should be established in anticipation of some vertical movement
associated with expansion or contraction of the near surface clay soils. Good surface '
'~' drainage to move water rapidly off of and away from paved areas and treatment of
landscaping areas to control irrigation water are necessary to minimize moisture changes
." in the clay subgrade. '
In the event reinforced concrete paving is used, it is essential that any and all reinforcing
be placed so as to insure a minimum of 11/2-inches of cover. It is believed that one or
more of the above suggested pavement sections may be entirely suitable for use on this
project. Selection of the proper section should be based on anticipated traffic loads,
frequency, and long term maintenance, as well as project economics. In general,
asphaltic concrete sections have a lower initial cost, but require. more frequent
maintenance than the concrete surface.
'1
HENLEY
JOHNSTON
& ASSOCIATES, INC.
engineering 9eoscience consull. art~s
~11-
EARTHWORK
Other earthwork recommendations are as follow:
1. Excavate and waste, or store for future use, organic topsoil and all
deleterious materials'. present at the site.
2. Scarify soils exposed in fill areas and transitional areas (cut to fill
~ and fill to cut) to a depth of approximately eight (8).;::inches, add
~ moisture (if required), mix and recompact to a density of 92 to 98
~ percent of the maximum density obtained by the Standard Proctor
Compaction Test (ASTM D 698). The moisture content of the
.- compacted soils should be maintained between optimum and plus
four percent of the optimum value (determined from ASTM D 698)
,~ until covered by fill or floor slabs.
,'- 3.. Place fill soils in 'loose lifts not exceeding eight (8) inches and
compact to the moisture/density values specified in No. 2 above.
4. If it is necessary to import material, the soils should be inorganic
r- sandy clays, having a Liquid Limit less than 35 and a Plasticity Index
between 6 and 15.
In the event that any changes in the nature, design or location of the elevated storage
tank are planned, the conclusions and recommendations contained in this report shall
not be considered valid unless the changes are reviewed and conclusions of this report
modified or verified in writing.
HENLEY
· JOHNSTON
& ASSOCIATES, INC.
engineering geoscience consultants
The analysis and recommendations submitted in this report are based in part upon the
data obtained from two borings. The nature and extent of subsurface variations at the
site may not become evident until construction. If variations then appear evident, it will
be necessary to reevaluate the recommendations of this report.
It is recommended that the soil and foundation engineer be provided the opportunity for
general review of final design drawings and specifications in order to confirm that
earthwork and foundation recommendations have been properly interpreted and
"
implemented in the design drawings and specifications.
We appreciate the opportunity to work with you on this phase of the' project. Please
call us when we can be of further service during later stages of design or during
construc(ion.
~, ..... ,T,~ ~t Respectfully submitted,
E :~c;~-..'P~~.~.;~John W. ohnston, P..
,-- A.D. Henley, R.G.
: Henley-Johnston & Associates, Inc.
JWJ/ADH
HJA No. 6695
r-- 15 January 1997
~ HENLEY
JOHNSTON
· . &ASSOCIATES, INC.
k e~ee~g 9eosc~nce
I ~ I
NORTHPOINT DR.
" ] 2.0 MG ELEVATED STORAGE TANK
COPPELL, TEXAS
~' BORING LOCATION PLAN
o 3o 60 12o HENLEY-JOHNSTON &ASSOCIATES, INC.
,- engineering geoscience consulfconts
~ SCALE FEET HJA No.: 6695 J PLATE 1
DATE JANUARY 1997
I T~ I i
2.0 MG ELEVATED STORAGE TANK
" WAGON WHEEL RANCH PARK
COPPELt., TEXAS
,-- SUMMARY OF LABORATORY TESTS
SUMMARY OF INDEX PROPERTIES
"' BORING DEPTH LL~ PI MC DUW -200 UNIFIED .SOIL
NUMBER (ft.) (%) (%) (pc't} (% finer) CLASSIFICATION
,-_ 2 3.0-4.5 60 38 20.9 CH
: 2 9.0-10.0 58 34 21.5 CH
2 19.0-20.0 17.2 111.5
! 2 29.0-30.0 3.4 16.4
3 1.5-3.0 ~2 31 19.6 CH
3 4.5-6.0 23.0
3 7.5-9.0 62 38 23.2 CH
3 14.0-15.0 18.2 111.6
3 25.0-26.5 - - 4.0 7.5 NON-PLASTIC
3 39.0-40.5 11.4 18.1
SUMMARY OF STRENGTH TESTS
PEAK FAILURE TANGENT
BORING DEPTH STRESS STRAIN MODULUS MATERIAL
NUMBER (ft.) (psi') (%) (ks~ TYPE
2 19.0-20.0 60.6 1.6 4.93 CLAY, silty, sandy, tan and gray
2 55.4-56.1 295.4 SANDSTONE, shah/, light gray.
2 66.9-67.6 262.1 SANDSTONE, shaly, light gray
2 73.3-74.1 97.0 SANDSTONE, shah/, light gray
2 78.5-79.3 186.1 SANDSTONE, shaly, light gray
3 .14.0-15.0 60.5 3.1 3.41 CLAY, siity, slightly sandy, tan
3 70.8-71.4 95.7 SANDSTONE, shaly, light gray
3 80.4-61.1 186.1 SANDSTONE, shah/, light gray
3 87.0-87.9 ' 87.7 SANDSTONE, shah/, light gray
HENLEY
JOHNSTON
ASSOCIATES, INC.
engfneerf~ 9eoscience corts,;r,,n~s
PLATE 2
70
/
"' 60 /
""' / '~)'
"' :Z: / / ·
30 ,'
~ 0 // '
:~ / / MH or CH
10 / / /
,-- .. / CLI--Iv,L /ML c r OL
o /
0 10 20 30 40 50 60 70 80 90 1 O0 '110
" LIQUID LIMIT (LL)
· - SUMMARY' OF AT'i"ERBERG LIMITS
BORING SAMPLE 'LIQUID PLASTICITY UNIFIED SOIL
NUMBER DEPTH,ft. LIMIT INDEX CLASSIFICATION
2 3.0-4-.5 50 35 CH
2 9.0-10.0 58 3¢ CH
-- 3 1.5-3.0 52 31 CH
3 7.5-9.0 62 35 CH
3 25.0-28.5 .... NON-PLASTIC
" 2.0 MG ELEVATED STORAGE TANK
COPPELLr TEXAS
SUMMARY OF
r- ATTERBERG LIMITS
HENLEY-JOHNSTON & ASSOCIATES
eng'meedng gem~ence ~neuRartl~
"" HJA NO.= 6695
PLATE 3
I ] I
,- BORING NO.: 2
DCEPTH (FT): 19.0-20.0
LAY, silty, sandy, with
" scattered gravel,
hard, tan and gray
'- 70.0 t "'>
60,0
50,0
'U3.
%,_/
,.- rj3 40.0
ul
-- U7 30.0
20.0
10.0
TANGENT MODULUS AT 50'js
ULTIMATE STRESS:
4..93 KSI
,.._ 0o0
· ... 0.0 1.0 2,0 3,0 4.0 5,0
-- AXIAL STRAIN
2.0 MG ELEVATED STORAGE TANK
TEST TYPE UNCONF1NE:D COMPRESSION TEST
(ASTM D 2166) COPPELL, TEXAS
i UNCONFINED COMPRESSION TEST
STRESS-STRAIN PLOT
DRY UNIT : 111.5 engineering
ILIA NO.: 6695
DATE ~ 01/02/97 ' PLATE: 4.
I ] i
BORING NO.: 3
DEPTH (FT): 1 zkO- 15.0
CLAY, silty, slightly sandy,
with scattered small
gravel, hard, ton
"" 70.0
6O .0 -
50.0 -
'
,.. ~ 40.0-
U1 '
ILl '
n,' _
i.--
--- r~ 30.0 --
_j. _
_ -
-
20.0 -
10.0 -
,- - TANGENT MODULUS AT
- ULTIMATE: 5"q"RE:SS:
~ - 3.41 KSI
0.0 1.0 2..0 3.0 4.0 ,5.0
AXIAL STRAIN
2.0 MG ELEVATED STORAGE TANK
TEST TYP~ UNCONFINEI) COMPRESSION TEST
(ASTM D 2~ 6e) COPP.ELLr TEXAS
,... UNCONRNED COMPRESSION TEST
STRESS-STRAIN PLOT
: 111 °6 engln. dr~
HJA NO.,:, 6695
DATE ~ 01/02/97 PLATE 5
CLASSIFICATION ABBREVIATIONS CONSISTENCIES AND
SYMBOLS HARDNESS DESCRIPTIONS
"' abnt. abundant
SOIL ang. angular FOR SANDS, GRAVELS, &SANDY SILTS
arch. orerloceous
Org. Orgilloceous Peck. Hanson & Thornburn (1974)
"' i Asphalt or Lignite bdd. bedded
. . . bdg. bedding Standard Penetration
i;~,-. Concrete bent. bentonite Consistency Resistance N
:'-:i' bldr. boulder .. Very Loose; .Less than 4
,--- ~ '+ BT Braze' Tensile Loose- 4 to 10 ..
Fdl colc. calcareous Medium' 10 to 30
corb. corbonaceous Dense 30 to 50
i~roVel or Sandy cbL cobbIs Very Dense Greater than 50
,-- GW Gravel cgl. conglomerate
well qroded clst. cloystone
Gravel or Sandy cmt. cemented FOR CLAYS &SANDY CLAYS
G P Gravel dio. diameter
poorly qroded (COHESIVE SOILS)
dk. dark
~' GM sity Grovel or ~ Dry Unit Weight Peck, Honso,, & Thor"burn (1974)
Slty Sandy Grovel El. e evotion
I
Clayey Gravel or fossil. fossiliferous Unconfined Standard Penetration
GC clayey Sandy froc. fracture Consistency Compression tsf Resistonce N
-- Grovel gyp. gypsiferous
Sand or Grovelly incl. inclusion ~eo~ Soft Less than 0.25 Less than 2
SW Sand intbdd. interbedded 0.25 to 0.5 2 to
well .qroded l~1 joint Medium 0.5 to 1.0 4 to
~:' Sand or Grayally' . laminated Stiff 1.0 to 2.0 6 to 15
" S P sand
:.-'.';"._;.poorly qraded LL Liquid Ijmit Very Stiff 2,0 to 4.,0 |5 to 30
It. light Hard Greot~er than
SM Sand or MC Moisture Content
,_ Grayally Sand ME Modulus of
clayey Sand or Dasticity RELATIVE HARDNESS MODIFERS (:ROCK)
SC Clayey Grayally mad. medium
_ Sand min.' minutes (RELATED TO FRESH SAMPLE]
Silts, Sandy Silts, mad. moderately Modif~l from SC5 EWP. Tech Guide No.
" M L Grayally Silts, or nod. nodule
Diatornoceous Soils occ, occoslonal Hardness Rule of Thumb Test
r Leon Clays, Sandy
/ ~-/ C L Clays, or Grovelly port. particle
ClayS Pen. Penetrometer Soft Permits denring by moderate
~" ' phos. phosphaUc finger pressure
, Organic Sits or
I I O L Leon Organic Cloys PI Plasticity Index
"' pyritized Firm Resists denring by fingers but
,I t p~/,
"' M H gicoceous Cloys or Qu Uncon~ned con be penetrated by pencil
Dlatomoceous Soil Compression point to medium to shallow
ll~ Rec. recovery depth (No. 2 pencil)
CH Fat. Clays rnd. rounded
ROD Rock Quality Mad. I-lord Very shallow penetration of
"' ~,/ Deslgnotion pencil point, con be scratched
/ OH Fat Organic Cloys sol: saturated by knife and in same
· :/ sept. septor'K~n instances cut with knife
'- R 0 C K sev.
sll. siliceous Hard No pencil penetration. can be
slL ellghtly scratched with knife, con be
I~1 LS Umestor'~ slk. slickensided broken by' light to moderate
~ T.D. Total Depth hammer blows
-- _-_- v. very
;-'-' S h Sh~lo weo. weathered Very Hard Cannot be scratched by knife,
-- con be broken b repeated
:,.~-~.- heovy hammer P~ows
,_. ?fT.' Mad
2.0 MG ELEVATED STORAGE TANK
i,:iiii SS Sandstone COPPELL, TEXAS
....... LEGEND, UTHOLOGY, SOIL CONSISTENCY,
" \\ Fracture Zone &RELATIVE ROCK HARDNESS
; ~4 HENLEY-JOHNSTON & ASSOCIATES, INC.
j Weathered Zone engineering geoscience consultants
ILIA No.: 6695 ·
DATE: ,JANUARY 1997
! I I
HENtrY-JOHNSTON &ASSOCIATES, INC.LOG OF BOPJNC PRO~IECT No.: 6695
· .g;,,~g ~,,~,~, =o~u,, 2.0 MC ELEVATED STOP, ACE TANK BORING No.: 2
,-- DRILL DATE: 12/20/.96 WAGON WHEEL RANCH PARK SHEET 1 of 4
METHOD: SHELBY 11JBE/SPUT SPOON LOCATION: SEE PLATE 1
To ~o.0'. ,x co,E TO 80.~ COPPELL, TEXAS CROUND ELEVATION: ~52,t.3
.~ ~ o
m ~. MATERIAL DESCRIPTION
li CLAY, silty, slightly sandy; with.
scattered small gravel, very stiff to
"' Z hard, brawn X
- 2.5
~ X
'
," - 5.0 --
X
Z x
- 7.5 '~1/" 516,1
" ~ CLAY, silty, slightly sandy, with X
-- scattered small gravel, hard, tan
"' - 10.0 --~ X
- 12.5 -~
-- - 15.0 _~ T X
- 17,5 -~
.-- -,~ 505.8
// CLAY, silty, sandy, with scotfared
/~ I gravel. hard. tan and. gray
//
_// X
~-- -- 20.0 / /
//
//
//
//
"
_//
-- 22.5 / /
//
,-- //
· //
//
//
7/ X
HDt. EY-JOHNSTON & ASSOCIATES, lelC.LOG OF BOPJNC PROJECT No.: 6695
· ,oz.,,~.o g,,a.,- =,,,~,,2.0 MC ELEVATED STORACE TANK BORING No.: 2
D.~LLD^TE: ~2/2o/gs WAGON WHEEL RANCH PARK SHEET 2of 4
" METHOD: SHE19Y TUBE/SPLIT SPOON LOCATION: SEE PLATE 1
~o ~o.r. ,x co,E~o ~o.r COPPELL, TEXAS GROUND ELEVATION: ±524.3
._. CORE
~m ~_ MATERIAL DESCRIPTION ~ ~ ~!
" . CLAY. silty: sandy. with'· scattered 498.6
· '~ gravel, hard, tan and gray /
,_ , i SAND, silty, very dense, buff to tan
- 27.5
' + 57 BPF
:! , (30.28.29)
.,- - 30.0 -
-- ~. 492.3
--32.5 '; i SAND. silty, gravelly. very dense, ton
' Jr 69 BPF
~: / (35,37,32)
,- - 35,0
,- :
- 37.5
,_ Jr 65 BPF
(36.37.28)
,- -- 40.0 ".
-- ~,2.5 --: ·' 481.3
,_. i GRAVEL, sandy, very dense, tan
- 45.0 - Jr 50 Blows
; (35,50/6" )
- 47.5
4- 65 BPF
"' (35,33,32)
HD4LEY~ON &ASSOCIATES, NC.LOG OF BOroN{; PROJECT No,: 6695
..~,.6.g~.~..~..,-.. 2.0 MG ELEVATED STORAGE TANK BORING No.: 2
-- o.~LL DA~ ~2/20/96 WAGON WHEEL RANCH PARK sHE~ ~
METHOD: $HE].ff ILlBE/SPLff SPOON LOCATION: SEE PLATE 1
to so.0, ,. c~ ~o e~.~ COPPELL, TEXAS GROUND ELEVATION:
~ CORE
o_ MATERIAL DESCRIPTION _~ ~ '~c~
~" ..
· .'~.'! SANDSTONE, argilloceous, fossilferous,
· .-7.: thin bedded, shaly, with thin shale SET CASING
,_ . .:2:2:2:: partings, with traces of lignite, TO 51.0"
v.-.-.- poorly to moderately well cemented,
'-'-'-'. firm to moderately hard, light gray
- 52,5 -:.-..... ...
" - 55.0 -'.:::::::: .10.0 10.0
"""""1
,- :.:.:.:..
- 57.5 -.'.-.'.
..... ~..
"' - 60.0 -.'.':'.'
:-:::
'.:::.:~
-- 62.5 - .'.'.'.
'..:.:.:.:
-- F- 65.0 --:.i;.~'I ~0.0!~0,0
""""1
- 67,5 --..-..-
::.:-:
~:.:.v
~ - 70.0 -':':'-
_-_.
'.','.I
-- 72,5 -'.':.'.
" "::::::::1
HD4LEY-,JOi-HSTOH ~ ASSOCIATES, INC.I~:)G'OF BORING PROJECT No.: ~695
· "gi""~"g g""~'~ ""'~""2.0 MG ELEVATED STORAGE TANK BORING No.: 2
-- DRi-- DATE: ~2/20/96 WAGON WHEEL RANCH PARK sHE~r 4 of 4
METHOD: S-B. BY ~JBE 7SPtI~ SPOON LOCATION: SEE PLATE 1
~o 50.0'. ,x co,E ~o ,o.~COPPELL, TEXAS aROUND D_EV^TDN: ±S24.3
~ CORE ~"~ "~"~"" ~ +
I:::::::: SANDSTONE,. orgiilaceous, ~ossilferous,' lo.0 lo.0
· -- thin bedded, sholy, with thin shale
._ .::::::. J partings, with traces of lignite,
..:.:.:-: poorly to moderately well cemented,
""""1
L_ 77.5 -v.v. firm to moderately hard, light gray
....
.... 1
.... 444.3
,- _ 80.0 ....
TOTAL DEPTH: 80.0'
NOTE: Boring cared in at-4-43' as
-8~.5 - casing was pulled, Dry to blockage,
-- - 85.0 -
- 87.5 -
~ ~- ~o.o -
-'~2.5 - '
,-- - B5.0 -
- g7.5 -
HDILEY-JOHNSTON &/LSSOCIA1ES, INC.LOG OF BORING PROJECT No.: 6695
· ,~...~.u g...~..~..o...,,-.h2.0' MC ELEVATED STOP, ACE TANK BORING No.: 3
· -- DRILL DATE: 12/14-/96 WAGON WHEEL RANCH'PARK SHEET 1 of
METHOD: SHELBY TUBE/SPUT SPOON LOCATION: SEE PLATE 1
~o s..0'..x co~ ~o .o.~ COPPELL, TEXAS GROUNDELEVATION: +524.8
~ o
P" ,_1
m ~_ MATERIAL DESCRIPTION
' scattered small gravel, very stiff to
,- ~ hard. brown X
- 2.5 ' ' X
ra~ x
-- - 5.0
i~ 518.5 X
'- ~ CLAY, silly, slightly sondy, with
- 7,5 _ L__ scattered small gravel, hard, tan X
,~__ X
--- - 10.0 -~i ' X
- 12,5 -~
--- - 15.0 ~Z X
- 17.5 - ~ · ' 506.8
//
~ / / CLAY, silly, very sandy, with scattered
// gravel, hard, tan and gray
// X
///
,.. - 20.0 - /
/,~/ 503.8
~<~ SAND, silly, very dense, uff to tan
-- 22.5 - ~.~:.
..,.,:::_'.-.
....
..;i-.~'
HENLEY-JOHNSTON & AS~IATES, INC.LOG OF BORING PROJECT No.: 6695
,.~.,~ ~,.a,., =~,~ 2.0 MC ELEVATED STORAGE TANK BORING No.:
-- D,,u D~TE: ,2/~+196' WAGON WHEEL RANCH PARK SHEET 2 of ¢
METHOD: SHELBY TUBE/SPLI1 SPOON LOCATION: SEE PLATE 1
~o 56.0'..~ co,E ~o .o.~COPPELL, TEXAS GROUND ELEVATION: +52~t.8
... CORE
=~ ~ ~ MATERIAL DESCRIPTION ~"'
"" SAND, silty, very dense buff to tan '~r 68 BPF
i "/ -F 50 Blows
' ;..'.. ~ =5"
'- - 3o o "'~i :i ' (5o/5')
" 32'5 ! '~ '
': !~ 490.8 + 60 BPF
"' ~ '. SAND, silty, clayey, with small gravel, (31,29,31)
" -35.0 ' very dense, tan ' '
~ .
! .
~- 59 BPF
(33,29,30)
-~,2.5 ~ ~
.. 480.8 + 65 BPF
GRAVEL, sandy, very dense, tan (28,30,35)
,- - 45.0
;
~'~ ,
. BPF
i ;' 4- ~:~6,32,30)
HI]f,..LrY--4OI.~STON &ASSOCIATES, INC.LOC OF BORING PROJECT No,: 6695
.,~i,,~.. 9-.,~.- =,..,,t..,-2.0 MG ELEVATED STORAGE TANK BORING No.: 3
" DRILL DATF"- ,2/~+/9e WAGON WHEEL RANCH PARK SHEET 3of
METHOD:. SHELBY TUBE/SPLIT SPOON LOCATION: SEE PLATE
· ~o ..o'... co,s ~o 9o.~ COPPELL. TEXAS GROUND ELEVATION: +524.8
=z CORE ..~..~.~ <_.
-- u~ o
o ' MATERIAL DESCRIPTION
,_ ~Z~ ~ ,~ ~,,,,,
~:~/ :GP, AVEL, s<3ndy,' very dense, ten
" ~ 472.8
"""" SANDSTONE, Qrgilloceous, fossilferous,
- 52,5 "??7 thin bedded, sholy, with thin sh<~le
" '-'-' portings, with trQces of lignite,
.... poorly to moderetely well cemented,
.~"'~ firm ~.o moderetely herd, light.
- 55.0 -- .-..~
:-:-:.:' SET CASING
· :':':-: TO 56.0'
-- .:.:.:.:.
- 57.5 -..'.'.'-'
.'.v- 4.0 3.8
-.....:.:
" - 60.0 -"v.'.
-- 62.5 --.'.'.'-'
-- - 65.0_ :..-.:..,. ~0.07.~
~. - 67.5 --.v.'.
i: '-:-:
,_ - 70.0 - ......-.
:.::-"7.:-!~
- 72.5 --::::"
i 'i i i
.
HIENLL~--,~ &ASSOCIATES, INC.LOG OF BO~NC PROJECT No.: 6695
· "'~"~ ~'~"~'"~ ~"~ 2.0 MG ELEVATED STORAGE TANK BORING No.: 3
,- D,~u. D^~: ~2/~/9e SpO0. lWAGON WHEEL RANCH PARK SHES'r 4of 4
METHOD:. SHB.BY IUBE/SPLIT LOCATION: SEE PLATE 1
~o ~.o'. ,x CORE ~o 9o.~COPPELL, TEXAS CROUND ELEVAT~,: +524.8
m ~ MATERIAL DESCRIPTION
"" i t I I I ! -
· :.:::::: SANDSTONE, argillaceous, fossilferous, 10.0 8.9
· '.-.'.-.' thin bedded, shaly, with thin shale
,_ .:-:.:-:. partings, with traces of lignite,
:.:.:.:-: poorly to moderately well cemented.
-77,5 -::::::::' firm to moderately hard, light gray
...
.-.......
....
...
....
....
....
:-.~.-.,
....
....
" - 80.0 --.'-'.'.'
....
....
....
....
....
- 82.5 -"-"
....
,_
" -- 85.0 - .'~'~", 10.0 7.2
....
....
....
....
....
....
....
........i
:..~...,~
....
.....
-- 875 .....
......
....
....
....
.....
....
....
.....
....
....
....
....
, 434.8
'- - 90.0 ""' '
TOTAL DEPTH: 90.0'
" NOTE: Boring caved in at ±4~-' as
-92.5 - casing was pulled. Dry to blockage.
,_ - cj5.0 -
- 97.5 -
i ~ !
I