CRDC 1402-BD150827T H E C 1 T Y O F
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Woodridge Channel Improvements
CRDC-14-02
r
ICHAEL W. WELLBAUM�
p.................
87935
O,�•.�� F,O: ��v:
/F•.LENS .• � ..
ttt��lit
THE CITY OF COPPELL
Bid No. Q-0915-01
Prepared by
^ ^A,
tnp
teague nail & perkins
TBPE Registration No. F-230
August
2015
TABLE OF CONTENTS
Section 2 - Contract Documents
Page #
Section 1 - Bidding Documents
1-1
Notice to Bidders
1-2
Instructions to Bidders
1-4
Bid Form/Proposal/Bid Schedule
1-16
Prevailing Wage Rates
1-27
Bid Affidavit
1-28
Conflict of Interest
1-30
Section 2 - Contract Documents
2-1
Standard Form of Agreement (Contract)
2-2
Certificate of Insurance
2-8
Instructions for Bonds
2-9
Performance Bond
2-10
Payment Bond
2-12
Maintenance Bond
2-14
For this project, the Standard Specifications for Public
Works Construction — North Central Texas Council of
Governments Fourth Edition, the City of Coppell Standard
Construction Details (Ord.#2006-1129), and Appendix `C'
Design Criteria and Standards in the City of Coppell
Subdivision Ordinance (Ord.#94-643) shall govern all work
to be done, together with any additional Supplementary
Conditions, Specific Project Requirements, General Notes,
Description of Pay Items and/or Technical Specifications
included herein.
Section 3 - City of Coppell's Supplementary Conditions 3-1
to the NCTCOG General Provisions
Section 4 - Specific Project Requirements 4-1
Section 5 - Description of Pay Items 5-1
Section 6 - Technical Specifications
6-1
City of Coppell Project Sign
6-2
Tree Planting
6-3
Turf and Grasses
6-13
Decomposed Granite
6-23
Planting Irrigation
6-26
Section 7 - Geotechnical Report 7-1
SECTION 1
BIDDING
DOCUMENTS
T H E - C I T Y - O F
1-1
Bidding Documents
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the construction of Woodridge Channel
Improvements (Project No. CRDC-14-02). This work shall consist of enclosing an
existing open drainage channel with an underground storm drainage structure, along with
landscape/hardscape improvements above and surrounding the structure, sanitary sewer
line replacement, and all appurtenant work as laid out and described in the construction
plans. Work shall include all components necessary for the "turnkey" construction of the
storm drainage and related improvements as shown in the plans for Project No. CRDC-
14-02.
Bidding documents, including Construction Plans, Construction Specifications and Contract
Documents, may be obtained for a non-refundable cost of $150.00 from the office of
Teague Nall and Perkins, 17304 Preston Road, Suite 1340, Dallas, Texas 75252,
telephone (214) 461-9867. Digital copies of the bidding documents can be downloaded at
www.BidSync.com. Bidding documents also may be examined free of charge at the offices
of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. To ensure
proper notification of Addendums, make sure that you are a registered plan holder on the
plan holder's list.
Sealed bids addressed to the Purchasing Manager, City of Coppell, Texas, for the
construction of Woodridge Channel Improvements (Project No. CRDC-14-02) will be
received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway
Boulevard, until 2:00 p.m., September 17, 2015, and then publicly opened and read aloud.
Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-
0915-01 designated clearly on the exterior of the bid envelope.
A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall in the
second floor conference room (255 Parkway Boulevard) at 2:00 p.m. on September 10,
2015. The conference is not mandatory; however, all interested bidders are strongly
encouraged to attend.
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.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A
PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal
1-2
Bidding Documents
property to be incorporated into the project. (Note: This procedure may not be used, however, for
materials which do not become a part of the finished product, such as, equipment rental or purchase,
form materials, etc.). In order to be exempt from the sales tax on such tangible personal property,
the contract shall separate and provide separate charges for materials to be incorporated into the
project from charges for labor. The City will provide the Contractor with an exemption certificate for
the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at
the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the
space provided on the bid form. The successful bidder's bid form will be used to develop a
separated contract and determine the extent of the tax exemption.
1-3
Bidding Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard
Specifications for Public Works Construction - North Central Texas Council of
Governments Fourth Edition, and the Supplementary Conditions of Agreement have
the meanings assigned to them in these General Conditions. The term "Bidder"
means one that submits a Bid directly to Owner, as distinct from a sub -bidder, who
submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified,
responsible Bidder, as determined after review of calendar days, overall price, and
qualifications, to whom the Owner (on the basis of the Owner's evaluation as
hereinafter provided) makes an award. The term "Bidding Documents" includes the
Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and
Specifications, and the proposed Contract Documents (including all Addenda issued
prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "Owner" or "OWNER" is used in the specifications and
Contract Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "Engineer" or "ENGINEER" is used in the
Specifications and Contract Documents, it shall be understood as referring to the City
Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell,
Texas 75019.
Consulting Engineer: Wherever the word "Consulting Engineer" or "Design
Engineer" is used in the Specifications and Contract Documents, it shall be
understood as referring to the Design Engineer or his authorized representative,
Teague Nall and Perkins, Inc., 1100 Macon Street, Fort Worth, Texas 76102.
Inspector: The authorized representative of the City of Coppell assigned to observe
and inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This work shall consist of the construction of improvements to the Woodridge
Drainage Channel just west of South MacArthur Boulevard, and shall include
enclosing an existing open drainage channel with an underground storm drainage
structure, along with landscape/hardscape improvements above and surrounding the
structure, and all appurtenant work as laid out and described in the construction
plans.
The overall scope of work shall include all components necessary for the "turnkey"
construction of the project as shown in the plans for the Woodridge Channel
Improvements (Project No. CRDC-14-02). The Contractor for this project shall be
1-4
Bidding Documents
responsible for coordinating with the residents regarding driveway access, trash
pickup (as applicable), etc. within the project.
3. Copies of Bidding Documents.
3.1 Bidding documents, including Construction Plans, Construction Specifications and
Contract Documents, may be obtained for a non-refundable cost of $150.00 from the
office of Teague Nall and Perkins, 17304 Preston Road, Suite 1340, Dallas, Texas
75252, telephone (214) 461-9867. Digital copies of the bidding documents can be
downloaded at www. Bid Sync.com. Bidding documents also may be examined free
of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard,
Coppell, Texas.
The following general requirements pertain to the Bidding Documents:
A) No bidding documents will be issued later than two (2) days prior to the bid
opening date.
B) After award of the Contract, the successful Bidder will be furnished two (2)
full-size sets and three (3) half-size sets of Contract Documents at no charge.
Additional sets will be furnished for an additional fee per set.
3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of
Coppell assumes no responsibility for errors or misinterpretations resulting from the
use of incomplete sets of Bidding Documents. No partial sets of plans, specifications
or proposal forms will be issued.
3.3 The Owner, in making copies of Bidding Documents available on the above terms,
does so only for the purpose of obtaining Bids on the Work and does not confer a
license or grant for any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as
the Owner may require to establish his financial responsibility, experience and
possession of such equipment as may be needed to prosecute the work in an
expeditious, safe and satisfactory manner. Submissions will be made to City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. The required
information to be submitted shall consist of, but shall not necessarily be limited to, the
following:
A. Current Project Experience (must be submitted within five (5) days if
requested): A list of all projects presently under construction by the bidder
including approximate cost and completion date shall be submitted upon
request.
1-5
Bidding Documents
B. Past Project Experience (must be submitted within five (5) days if
requested): A list of comparable projects completed within the previous five
years including approximate cost(s), quantities, and completion date(s).
C. Equipment (must be submitted within five (5) days if requested): A list of
equipment, which will be used on this project. The Bidder shall demonstrate
that he has adequate equipment to complete this project, properly and
expeditiously and shall state what additional equipment, if any, that he must
rent/lease as may be required to complete this project.
D. Financial (must be submitted within five (5) days if requested): Each
Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an
audited certified financial statement (current within the last six (6) months of
bid date). This information will be used to confirm that the Bidder has suitable
financial status to meet obligations incidental to performing the work.
E. Technical Experience (must be submitted within five (5) days if requested):
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business (must be
submitted within five (5) days if requested).
5. Conflict of Interest.
City Charter states that no officer or employee of the City shall have a financial
interest (direct or indirect) in any contract with the City, nor shall be financially
interested (directly or indirectly) in the sale to the City of any land, or rights or interest
in any land, materials, supplies or services. This prohibition does not apply when the
interest is represented by ownership of stock in a corporation involved, provided such
stock ownership amounts to less than one percent (1 %) of the corporation stock.
Any violation of this prohibition will constitute malfeasance in office. Any officer or
employee of the City found guilty thereof should thereby forfeit his office or position.
Any violation of this prohibition with the knowledge, expressed or implied, of the
persons or corporations contracting with the City shall render the contract voidable
by the City Manager or the City Council. By submitting a bid, the Contractor
represents that no employee or officer of the City has an interest in the Contractor.
6. Examination of Contract Documents and Site.
6.1 Access to the site will be available on the day of the pre-bid meeting. It shall be the
Contractor's responsibility before submitting a Bid, to (a) examine the Contract
Documents thoroughly, (b) visit the site to become familiar with local conditions that
may affect cost, progress, performance or furnishing of the Work, (c) consider
federal, state and local Laws and Regulations that may affect cost, progress,
performance or furnishing of the Work, (d) study and carefully correlate Bidder's
observations with the Contract Documents, and (e) notify Engineer of all conflicts,
1-6
Bidding Documents
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 furnished to the Owner by Owners of such underground Facilities or others, and
the Owner does not assume responsibility for the accuracy or completeness thereof.
All existing structures, improvements, and utilities shall be adequately protected, at
the expense of the Contractor, from damage that might otherwise occur due to
construction operations. Where construction comes in close proximity to existing
structures or utilities, or if it becomes necessary to move services, poles, guy wires,
pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and
cooperate with the utility or structure owner. The utility lines and other existing
structures shown on the plans are for information only and are not guaranteed by the
City to be complete or accurate as to location and/or depth. It shall be the
Contractor's responsibility to verify locations and depths sufficiently in advance of
construction such that necessary adjustments may be made to allow for the proper
installation of proposed improvements as indicated in the plans. The Contractor shall
be liable for damage to any utilities resulting from the construction of this project.
6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain
any additional examinations, investigations, explorations, tests and studies and
obtain any additional information and data which pertain to the physical conditions
(surface, subsurface and underground facilities) at or contiguous to the site or
otherwise which may affect cost, progress, performance or furnishing of the Work
and which Bidder deems necessary to determine its Bid for performing and
furnishing the Work in accordance with the time, price and other terms and
conditions of the Contract Documents.
6.4 On request in advance, the Owner will provide each Bidder access to the site to
conduct explorations and tests as each Bidder deems necessary for submission of a
Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions,
according to the City standards, upon completion of such explorations.
6.5 The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the
Work, are identified in the Contract documents.
6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder
that Bidder has complied with every requirement of this Article 6, that without
exception the Bid is premised upon performing and furnishing the work required by
the Contract Documents and such means, methods, techniques, sequences or
procedures of construction as may be indicated in or required by the Contract
Documents, and that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
1-7
Bidding Documents
7. Interpretations and addenda.
7.1 All questions about the meaning or intent of the Contract Documents are to be
directed to the Consulting Engineer. Interpretations or clarifications considered
necessary by the Consulting Engineer in response to such questions will be issued
by Addenda mailed or delivered 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.
8. Contract Time.
8.1 The time of completion of the project will be set through the bidding technique used
in the Proposal Form. A more detailed explanation of the bidding technique and
completion time is given in Item 1.7 of the Specific Project Requirements (Section 4).
Completion time will be a strong factor in the awarding of a contract for this project.
8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall
submit a detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written
amendment as specified in Item 108.8 of the General Provisions.
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract and Item 1.7 of the
Specific Project Requirements.
10. Substitute or "Or -Equal' Items.
The Contract, if awarded, will be on the basis of materials and equipment described
in the Drawings or specified in the Specifications without consideration of possible
substitute or "or -equal" items. Whenever it is indicated in the Drawings or specified
in the Specifications that a substitute or "or -equal" item of material or equipment may
be furnished or used by Contractor if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the Effective Date of the
Agreement. No substitutions should be considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons
or organizations to be submitted to the Owner in advance of the specified date prior
1-8
Bidding Documents
to the Effective Date of the Agreement, the apparent Successful Bidder, and any
other Bidder so requested, shall within seven (7) days after the request submit to the
Owner a list of all such Subcontractors, Suppliers and other persons and
organizations proposed for those portions of the Work for which such identification is
requested. Such list shall be accompanied by an experience statement with
pertinent information regarding similar projects and other evidence of qualification for
each such Subcontractor, supplier, person or organization if requested by the Owner.
If the Owner, after due investigation, has reasonable objection to any proposed
Subcontractor, Supplier, other person or organization, Owner may, before the Notice
of Award is given, request the apparent Successful Bidder to submit an acceptable
substitute in which case the apparent Successful Bidder shall submit an acceptable
substitute. Bidder's Bid price may be increased (or decreased) by the difference in
cost occasioned by such substitution, and the Owner may consider such price
adjustment in evaluating Bids and making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner
may award the contract to the next lowest Bidder that proposes to use acceptable
Subcontractors, Suppliers, other persons and organizations. The declining to make
requested substitutions will not constitute grounds for sacrificing the Bid security of
any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as
described in Item 15 of these Instructions to Bidders. The blank spaces in the Bid
Form shall be filled in for each item for which a quantity is given and the Bidder shall
state the price for which he proposes to do each item of work. All blanks on the bid
form must be completed in ink or typed. No substitutions, revisions, or omissions
from the plans and/or specifications will be accepted unless authorized in writing by
the Owner.
12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual,
must be stated on the Bid Form.
A corporation Bidder must name the state in which the organization is chartered.
Bids which are signed for a corporation shall have the correct corporate name
thereof, its post office address, and the signature of the president or other authorized
officer of the corporation, manually written below the corporate name in the following
manner: "By (name) - (corporate title) ."
If the bid is made by a firm or partnership, the name and post office address of the
managing member of the firm or partnership shall be given or the bid may be signed
by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the
1-9
Bidding Documents
bid a power of attorney evidencing authority to sign the bid, executed by the
members of the firm or partners.
If the bid is made by an individual, his post office address shall be given. Bids which
are not signed by the individuals making them shall have attached thereto a power of
attorney evidencing authority to sign the bid in the name of the person for whom it is
signed.
13. Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due
to increase or decrease in the costs of materials, labor, or other items required for
this project, may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be
used for the comparison of bids, unless stated otherwise in the description of
pay items. Payments will be made to the Contractor only for the actual quantities of
work performed or materials furnished in accordance with the contract. The quantity
of work to be done and the materials may be increased or decreased as provided for
in the Contract Documents.
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the
Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard,
P.O. Box 9478, Coppell, Texas 75019 until, until 2:00 p.m., September 17, 2015,
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.
Q-0915-01 and the name and address of the Bidder shall be submitted. If the Bid is
sent through the mail or other delivery system the sealed envelope shall be enclosed
in a separate envelope with the notation "BID ENCLOSED Construction of:
Woodridge Channel Improvements (Project No. CRDC-14-02) on the face of it
and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission
shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form.
16. Modification and Withdrawal of Bids.
16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in
the manner that a Bid must be executed) and delivered to the place where Bids are
to be submitted at any time prior to the opening of Bids.
16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed
written notice with the Owner and promptly thereafter demonstrates to the
reasonable satisfaction of Owner that there was a material and substantial mistake in
the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder
will be disqualified from further bidding on the work.
1-10
Bidding Documents
17. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for,
conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner
reserves the right to waive any irregularities in the bids as received and to reject any
and all bids without qualification(s). More than one bid from an individual, firm or
partnership, corporation or association, under the same or different names, will not
be considered. Reasonable grounds for believing that a Bidder is interested in more
than one such bid may cause the rejection of all bids in which said Bidder is
interested. Bids in which prices are obviously unbalanced may be rejected. Bids
submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard
Specifications for Public works will be rejected. Bids with more than 205 Calendar
Days for the time of completion will be rejected.
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) calendar days after the day
of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to
that date.
19. Award of Contract.
19.1 For the purpose of award, each bid submitted shall consist of.-
Base
f:
Base Bid (A) = The correct summation of the products of the estimated quantities
shown in the proposal which may include combination of base and alternate bids,
multiplied by their bid unit prices.
Time Bid (B) _ (CD x Daily Value) = the product of the number of calendar days
(CD) provided by the Contractor and the Daily Value established by the Owner.
For the purposes of this Contract, the Daily Value is $5000.00.
The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest
sum of the Bid (A) plus the Time Bid (B) according to the following formula:
Total Bid = Base Bid (A) + Time Bid (B)
Time Bid (B) from the preceding formula will not be used to determine the final
payment to the Contractor. All payments will be based on actual quantities and bid
unit prices.
19.2 The Owner reserves the right to reject any and all Bids, to waive any and all
informalities except for the time of submission of the Bid and to negotiate contract
terms with the Successful Bidder. The Owner also reserves the right to reject all
nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner
reserves the right to reject the Bid of any Bidder if the Owner believes that it would
1-11
Bidding Documents
not be in the best interest of the Project to make an award to that Bidder, whether
because the Bid is not responsive or the Bidder is unqualified or has doubtful
financial ability or fails to meet any other pertinent standard or criteria established by
the Owner. Discrepancies in the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct
sum.
19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit
prices, and other data, as may be requested in the Bid form or prior to the Notice of
Award. Time of completion will be a consideration in the award of the bid.
19.4 The Owner may consider the qualifications and experience of any Subcontractors,
Suppliers, or other persons or organizations proposed for those portions of the Work
as to which the identity of Subcontractors, Suppliers, and other persons and
organizations must be submitted as requested by the Owner. The Owner also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
19.5 The Owner may conduct such investigations as the Owner deems necessary to
assist in the evaluation of any Bid and to establish the responsibility, qualifications
and financial stability of Bidders, proposed Subcontractors, Suppliers and other
persons and organizations to perform and furnish the Work in accordance with the
Contract Documents to the Owner's satisfaction within the prescribed time.
19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder
whose evaluation by the Owner indicates to the Owner that the award will be in the
best interests of the Project.
19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) calendar days after the date of the Bid opening.
20. Incentive/Disincentive.
There is no incentive for this project.
• The maximum time of completion that will be allowed for the construction of the
Woodridge Channel Improvements is 205 calendar days. A contract time bid
of more than 205 days will be considered nonresponsive and, therefore, rejected.
• A disincentive of $1000 per calendar day shall also apply to this project for any
work that exceeds the "Original Contract Time". There is no maximum
disincentive.
1-12
Bidding Documents
• Additional provisions for the incentive/disincentive are set forth in Item 1.7 of the
Specific Project Requirements (Section 4).
21. Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the
Successful Bidder shall execute and furnish to the Owner three (3) original signed
contracts and a Certificate of Insurance.
22. Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project
construction have been paid in full, and that there are no claims pending.
23. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not
hire nor work any illegal alien.
24. Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to
the Contractor requesting that he proceed with the construction. The Calendar day
count for the project shall commence within ten (10) calendar days after the date of
the Notice to Proceed or when the contractor begins work, whichever occurs first.
25. Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to
be incorporated into the project. In order to be exempt from the sales tax on such
tangible personal property, the contract shall separate and provide separate charges
for materials to be incorporated into the project from charges for labor. The City will
provide the Contractor with an exemption certificate for the materials. The contractor
is expected to issue a resale certificate in lieu of paying a sales tax at the time of
purchase. The bidder shall show the cost of materials to be incorporated into the
contract (tangible personal property) in the space provided on the bid form. The
successful bidders bid form will be used to develop a separated contract and will
determine the extent of the tax exemption. Upon execution of the construction
contract, the successful bidder shall provide a per item breakdown of:
a) materials incorporated into the project; and
b) labor, equipment, supervision and materials not incorporated into the project.
26. 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
1-13
Bidding Documents
these specifications shall be made on the basis of this statement by Owner or their
authorized representative.
27. Change Orders.
No oral statement of any person shall modify or otherwise change, or affect the
terms, conditions or specifications stated in the resulting Contract. All change orders
to the Contract will be made in writing by the Owner.
28. Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this Contract, in
whole or in part, without the prior written consent of Owner.
29. Venue.
This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Dallas County, Texas.
30. Maintenance Bond.
The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of
the value of the work at the completion of the project. The bond must be provided
prior to final payment by the City.
31. Testing Requirements.
The Owner shall make arrangements with an independent laboratory acceptable
for testing as required by the construction plans and standard specifications. The
Contractor shall bear all related costs of retests or re -inspections. The Contractor
shall notify the ENGINEER in a timely manner of when and where tests or
inspections are to be made so that they may be present. One copy shall be
provided to the Contractor of all reports and laboratory test results. Testing by the
City does not alleviate the contractor's responsibility for his own quality
assurance/quality control testing. Contractor shall replace any deficient
construction items at his own expense.
32. Overtime.
Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are
subject to overtime. Overtime request or scheduled testing must be made in writing
and approved by the City of Coppell. Seventy-two hours advance -notice is required.
All overtime incurred by the City for inspection services and any overtime incurred
by the testing laboratory shall be paid by the Contractor. If not paid, such cost may
be deducted from partial payments. The pay rate for Inspector overtime charges will
be $54 / hr.
33. Payment.
1-14
Bidding Documents
Contractor shall submit Applications for Payment in accordance with Item 109.5 of
the General Provisions. Applications for Payment will be processed by Engineer as
provided in the General Provisions.
34. Documentation of Existing Conditions.
Contractor must prepare a video and provide a copy to City of existing conditions
within entire work area prior to the start of construction. This is subsidiary to the pay
item for Right-of-way Preparation.
35. Bid Security.
Contractor must submit a bid security in the amount of five (5%) percent of the
amount of the maximum total bid as a guarantee that the Bidder will promptly enter
into a Contract and execute a Performance, Payment and Maintenance Bonds on
the forms included in the Contract Documents if awarded the contract.
Acceptable Bid Security are:
a) Certified or cashier's check made payable to the Owner.
b) An approved Bidder's Bond underwritten by a surety named in the current list
of "Surety Companies Acceptable on Federal Bonds" as published in the
Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury
Department.
36. Bonds
Performance, Payment and Maintenance Bonds are required for this project and
shall be provided in accordance with the General Conditions.
1-15
Bidding Documents
BID FORM
PROJECT IDENTIFICATION: Woodridge Channel Improvements
Project No. CRDC-14-02
Coppell, Texas
DATE
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
c/o Purchasing Manager
255 Parkway Boulevard
P.O. 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q-0915-01
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into
an agreement with OWNER in the form included in the Contract Documents to
perform and furnish all Work as specified or indicated in the Contract Documents for
the Contract Price and within the Contract Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to
Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for
ninety (90) days after the day of Bid opening. BIDDER will sign and submit the
Agreement with other documents required by the Bidding Requirements within fifteen
(15) days after the date of OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
(a) BIDDER has examined copies of all the Bidding Documents and of the
following Addenda (receipt of all which is hereby acknowledged):
M
Date:
Recd:
1-16
Bidding Documents
(b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
(c) BIDDER has studied carefully all reports of exploration and tests of
subsurface conditions contained in the contract documents and which have
been used in preparation of the contract documents. CONTRACTOR may
rely upon the accuracy of the technical data contained in such reports, but not
upon nontechnical data, interpretations or opinions contained therein or for
the completeness thereof for CONTRACTOR's purposes. Except as
indicated in the immediately preceding sentence, CONTRACTOR shall have
full responsibility with respect to subsurface conditions at site.
BIDDER has studied carefully all drawings of the physical conditions in or
relating to existing surface or subsurface structures on the site, which are
contained in the contract documents and which have been utilized in
preparation of the contract documents. CONTRACTOR may rely upon the
accuracy of the technical data contained in such drawings, but not for the
completeness thereof for CONTRACTOR's purposes. Except as indicated in
the immediately preceding sentence, CONTRACTOR shall have full
responsibility with respect to physical conditions in or relating to such
structures.
(d) BIDDER has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations,
explorations, tests and studies (in addition to or to supplement those referred
to in (c) above) which pertain to the subsurface or physical conditions at the
site or otherwise may affect the cost, progress, performance or furnishing of
the Work as BIDDER considers necessary for the performance or furnishing
of the Work at the Contract Price, within the Contract Time and in accordance
with the other terms and conditions of the Contract Documents., and no
additional examinations, investigations, explorations, tests reports or similar
information or data are or will be required by BIDDER for such purposes.
(e) BIDDER has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports or similar information or data in
respect of said Underground Facilities are or will be required by BIDDER in
order to perform and furnish the Work at the Contract Price, within the
Contract Time and in accordance with the other terms and conditions of the
Contract Documents.
(f) BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and
conditions of the Contract Documents.
1-17
Bidding Documents
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to BIDDER.
(h) This bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person,
firm or corporation to refrain from bidding; and BIDDER has not sought by
collusion to obtain for itself any advantage over any other Bidder or over
OWNER.
(i) It is understood and agreed that the following quantities of work to be done at
unit prices are approximate only, and are intended principally to serve as a
guide in evaluating bids.
(j) It is understood and agreed that the quantities of work to be done at unit
prices and materials to be furnished may be increased or diminished as may
be considered necessary in the opinion of the OWNER to complete the work
fully as planned and contemplated, and that all quantities of work, whether
increased or decreased, are to be performed at the unit prices set forth,
except as provided for otherwise in the Contract Documents.
4. BIDDER understands that the work for each street will be completed in multiple
phases. Plans for phasing or move -ins by utility and paving contractors will require
approval by the Engineer. It is understood and agreed that all work under this
contract will be completed within the bid calendar days. Completion date will be
established in the Notice to Proceed. It is understood that time of completion will be
a consideration in the award of the bid.
5. It is understood and agreed that the contractor's experience in this type of work
will be a strong consideration in the award of the bid.
6. It is strongly recommended that each BIDDER visit the site prior to submitting a
bid. Construction constraints exist, including heavy traffic volume along the
roadway and accessibility requirements to & from adjacent streets, neighborhoods
and properties, which could affect productivity.
7. BIDDER will complete the Work for the following price(s):
1-18
Bidding Documents
Woodridge Channellmprovements
Project No. CRDC-1402
City of Coppelf
BASE BID PROPOSAL
ITEM APPLICABLE ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. SPECIFICATIONS QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
1 1 LS Mobilization
complete in place, for the sum of
Dollars
and Cents
per lump sum. $ $
2 1 EA Project Sign
, complete in place, for the sum of
per each.
$
$
3 1 LS
General Site Preparation
complete in place, for the sum of
Dollars
and
Cents
per lump sum.
$
$
4 1 LS
Furnish, Install, Maintain, and Remove Erosion Control Devices
complete in place, for the sum of
Dollars
and
Cents
per lump sum.
$
$
5 1 LS
Furnish, Install, Maintain, and Remove Temp. Traffic Control Devices
complete in place, for the sum of
Dollars
and
Cents
per lump sum.
$
$
6 4500 CY
Unclassified Channel Excavation
complete in place, for the sum of
Dollars
and
Cents
per cubic yard.
$
$
stn
Woodridge Channel Improvements
Project No. CRDC-1402
City of Coppell
BASE BID PROPOSAL
ITEM APPLICABLE ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. SPECIFICATIONS QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
7 108 LF 6'X6' Reinforced Concrete Box Culvert by Bore and Jack
, complete in place, for the sum of
per linear foot. $ $
8 765 LF 2-10'X6' Reinforced Concrete Box Culvert (MBC)
complete in place, for the sum of
Dollars
and Cents
per linear foot. $ $
9 1 EA TxDOT Concrete Wingwall
complete in place, for the sum of
Dollars
and Cents
per each. $ $
10.1 1 LS Concrete Drop Structure
, complete in place, for the sum of
and Cents
per lump sum. $ $
10.2 1 LS Concrete Junction Structure
complete in place, for the sum of
Dollars
and Cents
per lump sum. $ $
11 10 LF 18" Class III RCP
, complete in place, for the sum of
per linear foot. $ $
� to
w �.0 . P
Woodridge Channel Improvements
Project No. CRDC-1402
City o/ Coppell
BASE BID PROPOSAL
ITEM APPLICABLE ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. SPECIFICATIONS QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
12 49 LF 24" Class III RCP
, complete in place, for the sum of
per linear foot. $ $
and
Cents
per linear foot.
$
$
13 44
LF
54" Class III RCP
complete in place, for the sum of
Dollars
and
Cents
per linear foot.
$
$
14 3
EA
42" Catch Basin
complete in place, for the sum of
Dollars
and
Cents
per each.
$
$
15 5958
SF
6' Wide 5" Reinforced Concrete Trail
complete in place, for the sum of
Dollars
and
Cents
per square foot.
$
$
16 2828
SF
Concrete Segmental Retaining Wall
complete in place, for the sum of
Dollars
and
Cents
per square foot.
$
$
17 510
LF
Pedestrian Rail for Retaining Wall
complete in place, for the sum of
Dollars
per linear foot. $ $
� tPPns
Woodridge Channellmprovements
Project No. CRDC-1402
City of Coppell
BASE BID PROPOSAL
ITEM APPLICABLE ESTIMATED UNIT DESCRIP71ON OF ITEMS WITH UNIT TOTAL
NO. SPECIFICATIONS QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
18 50 LF 9" Concrete Mow Band
complete in place, for the sum of
Dollars
and Cents
per linear foot. $ $
19 5 EA Furnish and Install 3" Caliper Tree
, complete in place, for the sum of
and Cents
per each. $ $
20 20 EA Furnish and Install Multi -Trunk Ornamental Tree
complete in place, for the sum of
Dollars
and Cents
per each. $ $
21 5 CY Furnish and Install Mulch — 3" Layer
complete in place, for the sum of
Dollars
per cubic yard. $ $
22 1000 CY Furnish & Install Top Soil
complete in place, for the sum of
Dollars
per cubic yard. $ $
23 80500 SF Furnish & Install Soil Preparation
complete in place, for the sum of
Dollars
and Cents
per square foot. $ $
tnp
Woodridge Channellmprovements
Project No. CRDC-1402
City of Coppeff
BASE BID PROPOSAL
ITEM APPLICABLE ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. SPECIFICATION(S) QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
24 80500 SF Furnish & Install Common Bermuda Sod
, complete in place, for the sum of
Dollars
and Cents
per lump sum. $ $
and
Cents
per square foot.
$
$
25 3 MO
Provide Routine Landscape Maintenance
complete in place, for the sum of
Dollars
and
Cents
per vertical foot.
$
$
26 250 SF
Furnish and Install Decomposed Granite
complete in place, for the sum of
Dollars
and
Cents
per square foot.
$
$
27 1 LS
Furnish and Install Irrigation System
complete in place, for the sum of
Dollars
and
Cents
per lump sum.
$
$
28 1 LS
Furnish and Install Irrigation Sleeves
, complete in place, for the sum of
Dollars
and Cents
per lump sum. $ $
oto
Yne
Woodridge Channel Improvements
Project No. CRDC-1402
City of Coppefl
ALTERNATE BID PROPOSAL
ITEM APPLICABLE ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. SPECIFICATIONS QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
ALTERNATE BID PROPOSAL
ALTERNATE # 1
7 108 LF 6'X6' Reinforced Concrete Box Culvert by Open Cut
, complete in place, for the sum of
per linear foot.
ALTERNATE # 2
29 1 LS Channel Restoration
, complete in place, for the sum of
and Cents
per lump sum. $ $
BID SUMMARY — BID NO. Q-0915-01
Woodridge Channel Improvements
TOTAL BASE BID ITEMS (A) $
TOTAL TIME BID
TOTAL OF CALENDAR DAYS X $5,000 (B) $
TOTAL ALTERNATE ITEMS (Al) $
TOTAL ALTERNATE ITEMS (A2) $
BASIS FOR COMPARISON OF BIDS (A) + (B)* $
CALENDAR DAYS
*The bid with the lowest amount for (A) + (B) will be considered the low bid. The total
base bid (A) may include combination of alternates items (Al) and (A2). The awarded
contract amount will be on the basis of the Base Bid (A) and any selected alternate only.
NOTE: A TIME BID OF MORE THAN 205 CALENDAR DAYS SHALL BE CONSIDERED
NONRESPONSIVE AND WILL BE REJECTED.
4. Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature page.
5. 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).
6. 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. If the City elects to delete any portion,
the contract quantities will be adjusted accordingly.
1-25
Bidding Documents
PROPOSAL GUARANTY
A Proposal Guaranty shall be provided in accordance with Item 102.5 of the
Standard Specifications for Public Works Construction — North Central Texas
Council of Governments Fourth Edition.
SUBMITTED ON
Signature:
1-26
Bidding Documents
PREVAILING WAGE RATES
Classification Hourly Rate
CONCRETE FINISHER (Paving & Structures)
.....................................................................14.12
ELECTRICIAN .............................................19.80
FORM BUILDER / FORM SETTER
Paving & Curb..............................................13.16
Structures .....................................................13.84
LABORER
Asphalt Raker ..............................................12.69
Flagger.........................................................10.06
Laborer, Common........................................10.72
Laborer, Utility..............................................12.32
Pipelayer......................................................13.24
Work Zone Barricade Servicer .....................11.68
POWER EQUIPMENT OPERATOR
Asphalt Distributor........................................15.32
Asphalt Paving Machine ..............................13.99
16.24
Broom or Sweeper.......................................11.74
12.25
Concrete Pavement Finishing Machine.......
16.05
Concrete Saw ..............................................14.48
12.62
Crane Operator, Lattice Boom ....................17.27
12.86
80 Tons or Less
14.14
Crane Operator, Lattice Boom over.............20.52
14.84
80 Tons
Crane, Hydraulic 80 Tons or Less...............18.12
Crawler Tractor ............................................14.07
Excavator, 50,000 pounds or less ...............17.19
Excavator, over 50,000 pounds...................16.99
Foundation Drill, Truck Mounted..................21.07
Foundation Drill, Crawler Mounted ..............17.99
Front End Loader 3 CY or Less...................13.69
Front End Loader, over 3 CY.......................14.72
Loader / Backhoe.........................................15.18
Mechanic ......................................................17.68
Milling Machine ............................................14.32
Motor Grader, Fine Grade ...........................17.19
Motor Grader, Rough ...................................16.02
Pavement Marking Machine ........................13.63
Reclaimer/Pulverizer....................................11.01
Roller, Asphalt..............................................13.08
Roller, Other.................................................11.51
Scraper.........................................................12.96
Small Slipform Machine ...............................15.96
Spreader Box...............................................14.73
Servicer........................................................14.58
Steel Worker (Reinforcing) ..........................16.18
Classification Hourly Rate
TRUCK DRIVER
Lowboy -Float ..................... :.........................
16.24
Off Road Hauler ...........................................
12.25
Single Axle ...................................................
12.31
Single or Tandem Axle Dump Truck............
12.62
Tandem Axle Tractor with Semi Trailer.......
12.86
Transit -Mix ...................................................
14.14
WELDER .....................................................
14.84
1-27
Bidding Documents
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and
are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all
commodities upon which prices are extended at the price offered, and upon the conditions contained
in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90)
calendar days from the date of the bid opening.
STATE OF
COUNTY OF
BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this
day personally appeared
Name
duly sworn, did depose and say:
Name
Name of Firm
foregoing on behalf of the said
who after being by me
am a duly authorized office/agent for
and have been duly authorized to execute the
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I
certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/
commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
Name and Address of Bidder:
Telephone: (
Title:
by:
Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of 20
Notary Public in and for the State of
1-28
Bidding Documents
If BIDDER IS:
An Individual
By
(Seal)
(Individual's Name)
doing business as
Business address
Phone No.
A Partnership
By
(Seal)
(Firm Name)
(General Partner)
Business address
Phone No.
A Corporation
By
(Corporation Name)
(State of Incorporation)
By
(Name of person authorized to sign)
(Title)
(Corporate Seal)
Attest
(Secretary)
Business address
Phone No.
A Joint Venture
By
(Name) (Address)
By
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is
a partner to the joint venture should be in the manner indicated above.)
1-29
Bidding Documents
CONFLICT OF INTEREST QUESTIONNAIRE
FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire is being filed in accordance with chapter 176 of the Local
OFFICE USE
Government Code by a person doing business with the governmental entity.
ONLY
Date
By law this questionnaire must be filed with the records administrator of the
Received
local government not later than the 7th busi ness day after the date the
person becomes aware of facts that require the statement to be filed. See
Section 176.006, Local Government Code.
A person commits an offense if the person violates Section 176.006, Local
Government Code. An offense under this section is a Class C misdemeanor.
1
Name of person doing business with local governmental entity.
2
❑ Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing
authority not later than September 1 of the year for which an activity described in Section
176.006(a), Local Government Code, is pending and not later than the 7th business day after
the date the originally filed questionnaire becomes incomplete or inaccurate.
3
Name each employee or contractor of the local governmental entity who makes
recommendations to a local government officer of the governmental entity with respect
to expenditures of money AND describe the affiliation or business relationship.
4
Name each local government officer who appoints or employs local government
officers of the governmental entity for which this questionnaire is filed AND describe
the affiliation or business relationship.
1-30
Bidding Documents
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
Page 2
For vendor or other person doing business with local governmental entity
5 Name of local government officer with whom filer has affiliation or business relationship. (Complete
this section only if the answer to A, B, or C is YES.
This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has
affiliation or other relationship. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer
of the questionnaire? ❑ Yes ❑ No
B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local
overnment officer named in this section AND the taxable income is not from the local governmental entity?
Yes ❑ No
C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government
officer serves as an officer or director, or holds an ownership of 10 percent or more? ❑ Yes ❑ No
D. Describe each affiliation or business relationship.
Signature of person doing business with the governmental entity
1-31
Date
Bidding Documents
SECTION 2
CONTRACT
DOCUMENTS
T H E - C I T Y - O F
COPPELL
s
2-1
Contract Documents
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of
in the
year 2015 by and between the CITY OF COPPELL, TEXAS, a municipal corporation
(hereinafter called OWNER) and
CONTRACTOR).
(hereinafter called
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows.-
Article
ollows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Work is generally described as follows:
This work shall consist of improvements to the existing Woodridge Drainage
Channel southwest of the intersection of East Sandy Lake Road and South
MacArthur Boulevard. Work shall include all components necessary for the
"turnkey" construction of the underground storm drainage structure, along with
landscape/hardscape improvements above and surrounding the structure,
sanitary sewer replacement and related improvements as shown in the plans for
Project No. CRDC-14-02.
The Project for which the Work under the Contract Documents may be the whole or only a
part is generally described as follows:
Construction of:
Woodridge Channel Improvements
PROJECT NO. CRDC-14-02
Bid No. Q-0915-01
Article 2. ENGINEER.
The Project has been designed by Teague Nall and Perkins, Inc. Contract administration
will be provided by the City of Coppell Engineering Department who is hereinafter called
ENGINEER and who is to act as OWNER's representative, assume all duties and
responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract
Documents.
2-2 Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 205 calendar days. The Contract
time commences to run as provided in Item 103.2 of the General Provisions, and
the work shall be completed and ready for final payment in accordance with Item
109.5 of the General Provisions.
3.2. Liquidated Damages. As stated in Item 20 of the Instructions to Bidders, the
OWNER desires to expedite construction on this contract to minimize the
inconvenience to the traveling public and to reduce the time of construction.
Therefore, for the purposes of this project, an incentive/disincentive procedure shall
be incorporated into the contract based upon the provisions for the
incentive/disincentive as set forth in Item 20 of the Instructions to Bidders, Section 1
of these contract documents.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance
with the Contract Documents in current funds subject to additions and deductions by
Change Orders as provided in the contract documents in accordance with the unit
prices listed in the Proposal and Bid Schedule, Section 1 of these contract
documents.
The total contract sum shall be the amount of:
The total tangible personal property cost
included in the contract sum is:
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of
the General Provisions. Applications for Payment will be processed by ENGINEER as
provided in the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER, each month during construction as provided below.
All progress payments will be on the basis of the progress of the Work measured by
the schedule of values established in Item 109.5 of the General Provisions (and in
the case of Unit Price Work based on the number of units completed) or, in the
event there is no schedule of values, as provided in the General Provisions.
5.1.1. Prior to Completion, progress payments will be made in an amount equal to
the percentage indicated in Item 109.5.2 of the General Provisions, but, in each
case, less the aggregate of payments previously made and less such amounts as
ENGINEER shall determine, or OWNER may withhold, in accordance with Item
109.4 of the General Provisions.
2-3 Contract Documents
5.2. Final Payment. Upon final completion and acceptance of the Work in
accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in
said Item 109.5.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the
following representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in Item 102.3 of the General Provisions, and
accepts the determination set forth in Item SC -105.1.3 of the Supplementary
Conditions of the extent of the technical data contained in such reports and
drawings upon which CONTRACTOR is entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility
for obtaining and carefully studying) all such examinations, investigations,
explorations, tests, reports, and studies (in addition to or to supplement those
referred to in paragraph 7.1 above) which pertain to the subsurface or physical
conditions at or contiguous to the site or otherwise may affect the cost, progress,
performance, or furnishing of the Work as CONTRACTOR considers necessary for
the performance or furnishing of the Work at the Contract Price, within the Contract
Time and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of Item 102.3 of the General
Provisions; and no additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data are or will be required by
CONTRACTOR for such purposes.
7.3. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities
at or contiguous to the site and assumes all responsibility for the accurate location
of said Underground Facilities. No additional examinations, investigations,
explorations, tests, reports, studies, or similar information or data in respect of said
Underground Facilities are or will be required by CONTRACTOR in order to perform
and furnish the Work at the Contract Price, within the Contract time and in
accordance with the other terms and conditions of the Contract Documents,
including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General
Provisions.
7.4. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, explorations, tests, reports, and studies with the terms
and conditions of the Contract Documents.
2-4 Contract Documents
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following. -
8. 1.
ollowing:
8.1. This Agreement (pages 2-2 thru 2-7, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive),
including Performance Bond, Payment Bond and Maintenance Bond.
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: Standard Specifications for Public Works Construction — North Central
Texas Council of Governments Fourth Edition.
8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions
(pages 3-2 thru 3-10, inclusive).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the "Woodridge Channel Improvements (Project No. CRDC-
14-02) for the City of Coppell".
8.8. Drawings (Construction Plans) entitled: "Woodridge Channel Improvements
(Project No. CRDC-14-02) for the City of Coppell".
8.9. The following listed and numbered addenda.-
8.10.
ddenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 104.2 and 109.3 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this
Agreement (except as expressly noted otherwise above).
2-5 Contract Documents
The Contract Documents may only be amended, modified, or supplemented
as provided in Items 104.2 and 109.3 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 101. of the General
Provisions will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release
or discharge the assignor from any duty or responsibility under the Contract
Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assignors and legal representatives to the other party hereto, its partners,
successors, assignors and legal representatives in respect of all covenants,
agreements and obligations contained in the Contract Documents.
2-6 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
OWNER: City of Coppell
255 Parkway Boulevard
Coppell, TX 75019
BY:
TITLE.-
ATTEST:
ITLE:
ATTEST:
Address for giving notices:
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Dir. of Engineering/Public Works
CONTRACTOR:
TITLE:
ATTEST:
Address for giving notices:
2015.
(If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach
evidence of authority to sign and evidence of authority to sign.)
resolution or other documents
authorizing execution of Agreement.)
2-7 Contract Documents
Certificate of Insurance
After award of contract, Contractor will provide Owner With Certificate of Insurance, which
will be executed and bound here with final documents.
Please see the Standard Specifications for Public Works Construction — North Central
Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required.
Contractor's Insurance
o Worker's Compensation — As set forth in the Workers Compensation Act
o Commercial General Liability - $1,000,000 Accident/Occurrence
o Automobiles - $500,000 Combined single limit per occurrence
o Owner's Protective Liability - $600,000 per occurrence; 1,000,000 aggregate
o "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage
o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed
Operations Aggregate
■ Additional insured — The Owner shall be named as an additional insured on the
Commercial General Liability (Public), Owner's Protective Liability, and
Excess/Umbrella Liability Insurance Policies furnished by the Contractor.
Please see the Standard Specifications for Public Works Construction — North Central
Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements.
2-8 Contract Documents
Instructions For Bonds
A. The surety on each bond must be a responsible surety company that is qualified to
do business in Texas and satisfactory to the Owner.
B. The name and residence of each individual party to the bond shall be inserted in the
body thereof, and each such party shall sign the bond with his usual signature on
the line opposite the scroll seal, and if signed in Maine, Massachusetts or New
Hampshire, an adhesive seal shall be affixed opposite the signature.
C. If the principals are partners, their individual names will appear in the body of the
bond, with the recital that they are partners composing a firm, naming it, and all the
members of the firm shall execute the bond as individuals.
D. The signature of a witness shall appear in the appropriate place, attesting the
signature of each individual party to the bond.
E. If the principal or surety is a corporation, the name of the State in which
incorporated shall be inserted in the appropriate place in the body of the bond, and
said instrument shall be executed and attested under the corporate seal, the fact
shall be stated, in which case a scroll or adhesive seal shall appear following the
corporate name.
F. The official character and authority of the person or persons executing the bond for
the principal, if a corporation, shall be certified by the secretary or assistant
secretary according to the form attached hereto. In lieu of such certificate, records
of the corporation as will show the official character and authority of the officer
signing, duly certified by the secretary or assistant secretary, under the corporate
seal, to be true copies.
G. The date of this bond must not be prior to the date of the contract in connection with
which it is given.
2-9 Contract Documents
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL
MEN
PERFORMANCE BOND
BY
THESE PRESENTS: That
whose address is
hereinafter
called Principal, and , a
corporation organized and existing under the laws of the State of 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, hereinafter called "Beneficiary", in the penal sum of
DOLLARS
($ ) 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 Beneficiary, dated the
of , A.D. 2015, which is made a part hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Construction of:
Woodridge Channel Improvements
PROJECT NO. CRDC-14-02
Bid No. Q-0915-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the plans, specifications and Contract documents during the original term
thereof and any extension thereof which may be granted by the Beneficiary, with or without
notice to the Surety, and during the life of any guaranty or warranty required under this
Contract, and shall also well and truly perform and fulfill all the undertakings, covenants,
terms, conditions and agreements of any and all duly authorized modifications of said
Contract that may hereafter be made, notice of which modifications to the Surety being
hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty
materials and workmanship that appear within a period of two (2) years from the date of
final completion and final acceptance of the Work by Owner; and, if the Principal shall fully
indemnify and save harmless the Beneficiary from all costs and damages which
Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse
2-10 Contract Documents
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, Texas.
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 anyway affect its obligation on this Bond, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the
terms of the Contract, or to the Work or to the Specifications.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, 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.
each
IN WITNESS WHEREOF, this instrument is executed in _
one of which shall be deemed an original, this
.2015.
PRINCIPAL
By:
Title:
ATTEST:
SURETY
By:
Title:
ATTEST:
the
copies,
day of
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the
process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not corporation, give
person's name.
2-11 Contract Documents
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter
called
and existing under the laws of the State of
Principal, and
, a corporation organized
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, hereinafter called "Beneficiary", in the penal sum of
DOLLARS
($ ) 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, dated the of
, A.D. 2015, which is made a part hereof by reference, for the construction
of certain public improvements that are generally described as follows:
Construction of:
Woodridge Channel Improvements
PROJECT NO. CRDC-14-02
Bid No. Q-0915-01
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 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 Plans, Specifications,
2-12 Contract Documents
Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Contract, or to the Work to be performed thereunder.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, 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.
each
IN WITNESS WHEREOF, this instrument is executed in _
one of which shall be deemed an original, this
2015.
PRINCIPAL
By:
Title:
ATTEST:
SURETY
By:
Title:
ATTEST:
the
copies,
day of
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice
and service of the process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.
2-13 Contract Documents
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT
as Principal, and
a corporation organized under the laws of
as sureties, do hereby expressly
acknowledge themselves to be held and bound to pay unto the
a Municipal Corporation, Texas, the sum of
Dollars and
Cents ($ ), for the payment of which sum
will and truly be made unto said , 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
has this day entered into a written contract with the said
to build and construct Woodridge Channel
Improvements (Project No. CRDC-14-02), Bid No. Q-0915-01, which contract and the
plans and specifications therein mentioned, adopted by the
are hereby expressly made a part thereof as through
the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the
Contractor will maintain and keep in good repair, the work herein contracted to be done
and performed, for a period of two (2) years from the date of the acceptance of said work,
and to do all necessary repairs and/or reconstruction in whole or in part of said
improvements that should be occasioned by settlement of foundation, defective
workmanship or materials furnished in the construction or any part thereof or any of the
accessories thereto constructed by the Contractor. It being understood that the purpose of
this section is to cover all defective conditions arising by reason of defective material and
charge the same against the said Contractor, and sureties on this obligation, and the said
Contractor and sureties hereon shall be subject to the liquidation damages mentioned in
said contract for each day's failure on its' part to comply with the terms of said provisions of
said contract. Now, therefore, if the said Contractor shall keep and perform its' said
agreement to maintain said work and keep the same in repair for the said maintenance
period of two (2) years, as provided, then these presents shall be null and void, and have
no further effect, but if default shall be made by the said Contractor in the performance of
its' contract to so maintain and repair said work, then these presents shall have full force
and effect, and said CITY OF COPPELL shall have and receive from the said Contractor
and its' principal and sureties damages in the premises, as provided; and it is further
agreed that this obligation shall be a continuing one against the principal and sureties,
2-14 Contract Documents
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 WHEREOF, the said has
caused these presents to be executed by
and the said
executed by its Attorney
of
PRINCIPAL
By:
Title:
WITNESS:
has caused these presents to be
in fact and the said Attorney in fact
, has hereunto set his hand, the day
2015.
SURETY
By:
Title:
ATTEST:
NOTE. Date of Maintenance Bond must not be prior to date of Contract.
2-15 Contract Documents
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
T H E - C I T Y - O F
COPPELL
A S 1
3-1
Standard Specifications
Supplementary Conditions
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR
THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF
GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH
ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL
PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
DIVISION 100: GENERAL PROVISIONS
ITEM 101. — DEFINITIONS & ABBREVIATIONS
SC -101.1
Engineer: The word "Engineer" or "ENGINEER" in these contract documents and
specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box
9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be
authorized by said Owner to act in any particular position.
Owner: The word "Owner" or "OWNER" in these contract documents and specifications
refers to the CITY OF COPPELL acting through its authorized representatives.
Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is
used in the Specifications and Contract Documents, it shall be understood as referring to the
Design Engineer or his authorized representative, Teague Nall and Perkins, 17304 Preston
Road, Suite 1340, Dallas, Texas 75252.
Working Day: Add the following sentence to the end of the "Working Day" definition: "Hours
worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to
overtime. Overtime request or scheduled testing must be made in writing and approved by
the City of Coppell. Seventy-two hours advance -notice is required. All overtime incurred by
the City for inspection services and any overtime incurred by the testing laboratory shall be
paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments."
All other terms used in these Supplementary Conditions which are defined in the General
Provisions shall have the same meanings used in the General Provisions.
3-2 Standard Specifications
Supplementary Conditions
ITEM 103.3 — SURETY BONDS
SC -103.3.1
Add following sentence to Item 103.3.1:
"Maintenance Bond shall be required in the amount of 50% of the cost of the public
improvements for a 2 year period."
ITEM 103.4 - INSURANCE
SC -103.4.6
Add the following new item:
103.4.6 If OWNER requests in writing that other special insurance be included in the
property insurance policy, CONTRACTOR shall, if possible, include such
insurance, and the cost thereof will be charged to OWNER by appropriate Change
Order or Written Amendment. Prior to commencement of the Work at the site,
CONTRACTOR shall in writing advise OWNER whether or not such other
insurance has been procured by CONTRACTOR."
SC -103.4.7
Add the following new item:
103.4.7 CONTRACTOR intends that any policies provided in response to Item 103.4 shall
protect all of the parties' insured and provide coverage for all losses and damages
caused by the perils covered thereby. Accordingly, all such policies shall contain
provisions to the effect that in the event of payment of any loss or damage the
insurer will have no rights of recovery against any of the parties named as insured
or additional insured, and if such waiver forms are required of any Subcontractor,
CONTRACTOR will obtain the same."
SC -103.4.7.1
Add the following new item:
"103.4.7.1 Teague Nall and Perkins, Inc. shall be included as an "Additional Insured" on all
project liability insurance."
3-3 Standard Specifications
Supplementary Conditions
ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK
SC -103.6
Add following sentence to end of Item 103.6.
"Before CONTRACTOR starts the Work at the site, a conference attended by
CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules
referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop
Drawings and other submittals and for processing Applications for Payment, and to establish
a working understanding among the parties as to the Work."
ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT
SC -104.2.1
Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase:
"except as provided below."
Add the following sentence to the end of paragraph two in Item 104.2.1:
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment
under the following conditions:"
ITEM 105.1 — CONTRACT DOCUMENTS
SC -105.1.1
Add the following language at the end of the Item 105.1.1: "If there is any conflict between
the provisions of the Contract Documents and any such referenced standard specifications,
manuals or codes, the provisions of the Contract Documents shall take precedence over that
of any standard specifications, manuals or codes."
SC -105.1.3
Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies". Add
the following to the end of Item 105.1.3.-
"in
05.1.3:
"In the preparation of Drawings and Specifications, the Design Engineer has established and
relied upon the following reports of exploration and tests of subgrade conditions at the site of
the work:
Geotechnical Engineering Study — Woodridge Channel Improvements, SWC Sandy
Lake Road at S. MacArthur Boulevard, Coppell, Texas, by CMJ Engineering, Inc.,
dated October 2014.
Copies of these reports are available upon request.
3-4 Standard Specifications
Supplementary Conditions
The CONTRACTOR may also take borings at the site to satisfy himself as to subsurface
conditions."
ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES
SC -105.2.2
Amend the first sentence of Item 105.2.2 to change the words 'one year" to "two years".
ITEM 105.4 — CONSTRUCTION STAKES
SC -105.4
Delete the first paragraph of Item 105.4 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation
has been provided for establishing vertical and horizontal control. The CONTRACTOR shall
be responsible for establishing all lines and grades, and the precise location of all proposed
facilities. The ENGINEER may make checks as the Work progresses to verify lines and
grades established by the CONTRACTOR to determine the conformance of the completed
Work as it progresses with the requirements of the construction documents. Such checking
by the ENGINEER shall not relieve the CONTRACTOR of his responsibility to perform all
Work in connection with Contract Drawings and Specifications and to the lines and grades
given therein."
ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS
SC -107.3.2
Replace Item 107.3.2 with the following new paragraph:
107.3.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct
or indirect, in any contract with the City, nor shall be financially interested, directly
or indirectly, in the sale to the City of any land, or rights or interest in any land,
materials, supplies or services. This prohibition does not apply when the interest
is represented by ownership of stock in a corporation involved, provided such
stock ownership amounts to less than one percent (1%) of the corporation stock.
Any violation of this prohibition will constitute malfeasance in office. Any officer or
employee of the City found guilty thereof should thereby forfeit his office or
position. Any violation of this prohibition with the knowledge, expressed or
implied, of the persons or corporations contracting with the City shall render the
contract voidable by the City Manager or the City Council. The CONTRACTOR
represents that no employee or officer of the City has an interest in the
CONTRACTOR."
3-5 Standard Specifications
Supplementary Conditions
ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES
SC -107.14
Delete the language in Item 107.14 in its entirety and substitute the following in lieu thereof.-
"Recent
hereof:
"Recent legislation has removed the sales tax exemption previously provided by Section
151.311 of the Tax Code covering tangible personal property purchased by a contractor for
use in the performance of a contract for the improvement of City -owned realty.
It is still possible, however, for a contractor to make tax-free purchase of tangible personal
property, which will be incorporated into and become part of a City construction project
through the use of a "separated contract" with the City. A "separated contract" is one, which
separates charges for materials from charges for labor. Under such a contract, the
contractor becomes a "seller" of those materials, which are incorporated into the project,
such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu
of paying the sales tax at the time such items are purchased. The contractor then receives
an exemption certificate from the city for those materials. (This procedure may not be used,
however, for materials, which do not become a part of the finished product. For example,
equipment rentals, form materials, etc. are not considered as becoming "incorporated" into
the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure in
sales tax for materials, which are to be incorporated into the project. The successful bidder's
bid form will be used to develop the "separated contract" and will determine the extent of the
tax exemption. Upon execution of the construction contract, the CONTRACTOR shall
furnish a breakdown (per item) of:
1) materials incorporated into the project; and
2) labor, equipment, supervision and materials not incorporated into the project."
ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC -107.19.2.1
Add the following new Item 107.19.2.1 immediately after Item 107.19.2:
"107.19.2.1 Should CONTRACTOR cause damage to the work or property of any
separate contractor at the site, or should any claim arise out of
CONTRACTOR's, OWNER's, ENGINEER's, Consulting Engineer's or any
other person's actions, CONTRACTOR shall promptly attempt to settle with
such other contractor by agreement, or to otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by
Laws and Regulations, indemnify and hold OWNER, ENGINEER and
Consulting Engineer harmless from and against all claims, damages, losses
3-6 Standard Specifications
Supplementary Conditions
and expenses (including, but not limited to, fees of engineers, architects,
attorneys and other professionals and court and arbitration costs) arising
directly, indirectly or consequentially out of any action, legal or equitable,
brought by any separate contractor against OWNER, ENGINEER or
Consulting Engineer to the extent based on a claim arising out of
CONTRACTOR'S performance of the Work. Should a separate contractor
cause damage to the work or property of CONTRACTOR or should the
performance of work by any separate contractor at the site give rise to any
other claim, CONTRACTOR shall not institute any action, legal or equitable,
against OWNER, ENGINEER or Consulting Engineer or permit any action
against any of them to be maintained and continued in its name or for its
benefit in any court or before any arbiter which seeks to impose liability on or
to recover damages from OWNER, ENGINEER or Consulting Engineer on
account of any such damage or claim. If CONTRACTOR is delayed at any
time in performing or furnishing Work by any act or neglect of a separate
contractor and OWNER and CONTRACTOR are unable to agree as to the
extent of any adjustment in Contract Time attributable thereto,
CONTRACTOR may make a claim for an extension of time in accordance
with Item 108.8. An extension of the Contract Time shall be
CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER
and Consulting Engineer for any delay, disruption, interference or hindrance
caused by any separate contractor."
ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES
SC -107.23.2.1
Add the following new Item 107.23.2.1 immediately after Item 107.23.2:
"107.23.2.1 Existing Utilities and Sewer Lines: The CONTRACTOR shall be responsible
for the protection of all existing utilities or service lines crossed or exposed by
the construction operations. Where existing utilities or service lines are cut,
broken or damaged, the CONTRACTOR shall replace the utilities or service
lines with the same type of original construction, or better, at his own cost
and expense. This includes any and all irrigation systems, whether or not
they are identified on the plans.
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."
3-7 Standard Specifications
Supplementary Conditions
ITEM 108.1 — PROGRESS SCHEDULE
SC -108.1
Amend the first sentence of Item 108.1 by adding the following at the beginning of the
sentence: "If requested by OWNER or ENGINEER".
ITEM 108.3 - OTHER CONTRACTORS: OBLIGATION TO COOPERATE
SC -108.3
Delete the last sentence of the second paragraph of Item 108.3 and substitute the following
in lieu thereof:
"In such event, CONTRACTOR shall be entitled to an extension of working time only for
unavoidable delays verified by the ENGINEER, as provided in Item 108.8; however, no
increase in the contract price shall be due the CONTRACTOR."
Insert the following sentence at the end of the second paragraph of Item 108.3:
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule
events to minimize delay caused to the CONTRACTOR. No additional time shall be given to
the CONTRACTOR of such related work except as provided in Item 108.8."
ITEM 108.8 - DELAYS: EXTENSION OF TIME: LIQUIDATED DAMAGES
SC -108.8
Add the following at the end of the last paragraph in Item 108.8: "No extension of the
contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused
an adverse impact to the critical path and that loss of time can not be made up by revising
the sequence of the work of the project."
DIVISION 200: SITE PROTECTION AND PREPARATION
ITEM 203 —SITE PREPARATION:
203.3.2 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."
3-8 Standard Specifications
Supplementary Conditions
ITEM 203.7 - EMBANKMENT:
203.7.3. Strike the first sentence and replace with the following: "Earth
embedment and select material shall be compacted to between 95
percent and 100 percent of Standard Proctor Density as determined
by ASTM D-698 at, or up to five (5) percentage points above,
optimum moisture content, using mechanical compaction methods,
unless otherwise specified in the Plans or Specifications."
DIVISION 300: ROADWAY CONSTRUCTION
ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT:
303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The
use of Fly Ash as an admixture in any Class of concrete is specifically
prohibited without written approval of the ENGINEER.
ITEM 303.5 - CONSTRUCTION METHODS:
Under Item 303.5.4 Joints:
Replace Item 303.5.4.2 — Expansion Joints, with the following:
"Expansion joints shall be installed perpendicularly to the surface and centerline
of the pavement. Expansion Joint material shall be redwood boards, 3/4 -inch in
width, and extended through curbs. Expansion joints are to be installed at each
end of radius at street intersections. Expansion joints shall be equally spaced
between intersections with not less than one every 200 linear feet of pavement,
unless otherwise specified on the Plans or directed by the ENGINEER.
Add the following to the end of the sentence in Item 303.5.4.2.3 Proximity to
Existing Structures:
"or as directed by the ENGINEER".
Delete the first sentence of the first paragraph of Item 303.5.4.3 Contraction Joints,
and insert the following.-
"Contraction
ollowing:
"Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch
in width, and installed every 20 linear feet of pavement, and extend through
curb, unless otherwise directed by the ENGINEER."
Under Item 303.5.6 Finishing -
3 -9 Standard Specifications
Supplementary Conditions
Add the following paragraph at the end of Item 303.5.6.1 Machine.-
"Fog
achine:
"Fog sprays powered by pressure pumps, and capable of covering the entire
area of freshly placed concrete with a fine mist, shall be used if water is needed
for finishing operations."
Add a new paragraph after the first paragraph of Item 303.5.6.2 Hand, which reads
as follows:
"Fog sprays powered by pressure pumps, and capable of covering the entire
area of freshly placed concrete with a fine mist, shall be used if water is needed
for finishing operations."
DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES
ITEM 504. — OPEN CUT - BACKFILL:
Under Item 504.2.3.3 Type "B" Backfill:
Insert the following paragraph after the first sentence of Item 504.2.3.3.3 Additional
Requirements.-
"Additional
equirements:
"Additional Requirements for Type "B" backfill when used in streets - All trench
backfill shall be compacted to between 95 percent and 100 percent of Standard
Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage
points above, optimum moisture content, using mechanical compaction methods
unless otherwise specified in the Plans. Water jetting may be used gull r with
specific written permission of the ENGINEER."
ITEM 504.5 - EMBEDMENT:
Under Item 504.5.3.2 Compaction:
Amend the second sentence of Item 504.5.3.2.1 Densities - Areas Not Subjected to
or Influenced by Vehicular Traffic, by striking the words: "to a density comparable
with adjacent undisturbed material" and replacing with "to a density between 95
percent and 100 percent Standard Proctor Density as determined by ASTM D-698
at, or up to five (5) percentage points above, optimum moisture content, unless
otherwise specified in the Plans or directed by the ENGINEER."
3-10 Standard Specifications
Supplementary Conditions
DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS
ITEM 803 — SLOPE AND CHANNEL PROTECTION:
Under Item 803.3.3 Riprap Construction Methods:
Add the following sentence to Item 803.3.3.6 Mortar Riprap:
"Mortar or concrete type shall be approved by the ENGINEER and shall conform
to A.S.T.M. C 387-83."
3-11 Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
T H E - C I T Y - O F
COFFELL
T 0
t x A1 a A
s
4-1
Specific Project Requirements
SPECIFIC PROJECT REQUIREMENTS
The construction specifications, which apply to this project are the Standard Specifications
for Public Works Construction - North Central Texas Council of Governments Fourth
Edition. The following Specific Project Requirements contain general and specific project
requirements applicable to this project in the City of Coppell. These individual
specifications control for this project. Additional amendments to the NCTCOG Standard
Specifications are contained in Section 3 - Supplementary Conditions to the Standard
Specifications for Construction. In the event that an item is not covered in the Project
Drawings (Construction Plans) and these Specifications, then the Standard Specifications
for the City of Coppell, Texas shall apply.
In addition, reference to the following shall be considered as referring to the specifications
or Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.S.A.
American Standards Association
A.S.T.M.
American Society of Testing Materials
A.A.S.H.T.O.
American Association of State Highway
& Transportation Officials
A.C.I.
American Concrete Institute
A.W.S.
American Welding Society
A.W.W.A.
American Water Works Association
S.S.P.C.
Steel Structures Painting Council, Federal
Specifications Treasury Department
U.L.
Underwriters Laboratories
N.E.M.A.
National Electrical Manufacturers Association
W.P.C.F.
Water Pollution Control Federation
TX. DOT
Texas Department of Transportation
C.D.G.S.
City of Dallas General Specifications
S. S. P. W. C. N. C. T.
Standard Specifications for Public Works
Construction North Central Texas
T. M. U.T.C. D.
Texas Manual on Uniform Traffic Control Devices
4-2 Specific Project Requirements
1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City
of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019.
1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City
Engineer, City of Coppell, Engineer of the Owner, or such other representatives as
may be authorized by said Owner to act in any particular position.
1.3 CONSULTING ENGINEER: Wherever the word "Consulting Engineer" or "Design
Engineer" is used in the Specifications and Contract Documents, it shall be
understood as referring to the Design Engineer or his authorized representative,
Teague Nall and Perkins, Inc., 17304 Preston Road, Suite 1340, Dallas, Texas
75252, telephone (214) 461-9867.
1.4 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL:
All improvements described in this Proposal and Construction Drawings shall be
performed in accordance with the Project Drawings and Specifications. In the event
that an item is not covered in the Project Drawings and Specifications, then the City
of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix `C'
Design Criteria and Standards in the City of Coppell Subdivision Ordinance
(Ord.#94-643) shall apply.
1.5 SITE: The CONTRACTOR shall limit his work to the area shown on the Project
Drawings as within the street right-of-way. Entrance onto private property shall be
at the expressed approval of the ENGINEER, only.
1.6 PROJECT DESCRIPTION: This work shall consist of improvements to the
existing Woodridge Drainage Channel southwest of the intersection of East
Sandy Lake Road and South MacArthur Boulevard. Work shall include all
components necessary for the "turnkey" construction of the underground storm
drainage structure, along with landscape/hardscape improvements above and
surrounding the structure, sanitary sewer replacement and related
improvements as shown in the plans for Project No. CRDC-14-02.
1.7 EXPLANATION OF CONTRACT TIME:
In the event the CONTRACTOR completes the contract prior to the expiration of the
Original Contract Time, the OWNER will pay the CONTRACTOR an incentive
payment of the Daily Value amount specified in Item 20 of the Instructions to
Bidders (Section 1) in the Contract Documents for each calendar day the actual
completion date precedes the Original Contract Time and is subject to the
conditions set forth below. The term "Original Contract Time" as used herein will
mean the number of calendar days established by the CONTRACTOR for
completion of the work of the Contract on the date the Contract was executed. The
term "calendar day" as used in this Article will mean every day shown on the
calendar. Calendar days will be consecutively counted from commencement of
Contract Time regardless of weather, weekends, holidays, suspensions of
4-3 Specific Project Requirements
CONTRACTOR's operations, delays or other events as described herein. For
purposes of the calculation and the determination of the incentive/disincentive, the
Original Contract Time will not be adjusted for any reason, cause or circumstance
whatsoever, regardless of fault, save and except in the instance of a catastrophic
event (i.e., war, invasion, riot, declared state of emergency, national strike, or other
situations as declared by the OWNER). The parties anticipate that delays may be
caused by or arise from any number of events during the course of the Contract,
including, but not limited to, work performed, disruptions, permitting issues, actions
of suppliers, subcontractors or other contractors, actions by third parties, weather,
weekends, holidays, or other such events, forces or factors sometimes experienced
in roadway construction work. Such delays or events and their potential impacts on
performance by the CONTRACTOR are specifically contemplated and
acknowledged by the parties in entering into this Contract. Further, any and all
costs or impacts whatsoever incurred by the CONTRACTOR in accelerating the
CONTRACTOR's work to overcome or absorb such delays or events in an effort to
complete the Contract prior to expiration of the Original Contract Time, regardless of
whether the CONTRACTOR successfully does so or not, shall be the sole
responsibility of the CONTRACTOR in every instance. In the event the project is
altered by work deleted, change orders, supplemental agreements, utility conflicts,
design changes or defects, extra work, right of way issues, or other situations which
are not the fault of or a direct result of CONTRACTOR negligence which may
impact the critical path of the project construction schedule, the OWNER may
choose to negotiate the extension or reduction of the Original Contract Time with
the CONTRACTOR.
In the event of a catastrophic event (i.e., war, invasion, riot, declared state of
emergency, national strike, or other situations as declared by the OWNER) directly
and substantially affecting the CONTRACTOR's operations on the Contract, the
CONTRACTOR and the OWNER shall agree as to the number of calendar days to
extend the Original Contract Time, so that such extended Original Contract Time will
be used in the calculation of any incentive payment. In the event the
CONTRACTOR and OWNER are unable to agree to the number of calendar days
to extend the Original Contract Time, the OWNER shall unilaterally determine the
number of calendar days to extend the Original contract Time reasonably and
necessary and due solely to such catastrophic event and the CONTRACTOR shall
have no right whatsoever to contest such determination, save and except that the
CONTRACTOR establishes that the number of calendar days determined by the
OWNER were arbitrary or without any reasonable basis. The CONTRACTOR shall
have no rights under the Contract to make any claim arising out of this incentive
payment provision except as is expressly set forth in this Provision. As conditions
precedent to the CONTRACTOR's entitlement to any incentive the CONTRACTOR
must:
1. Actually complete all Contract requirements, including the completion of all
punch list work, and obtain final acceptance by the OWNER prior to expiration of
the Original Contract Time.
4-4 Specific Project Requirements
2. The CONTRACTOR shall notify the OWNER in writing, within 30 days after the
final acceptance of the Contract by the OWNER, that the CONTRACTOR elects
to be paid the incentive payment which the CONTRACTOR is eligible to be paid
based on the actual final acceptance date, and such written notice shall
constitute a full and complete waiver, release and acknowledgement of
satisfaction by the CONTRACTOR of any and all claims, causes of action,
issues, demands, disputes, matters or controversies, of any nature or kind
whatsoever, known or unknown, against the OWNER, its employees, officers,
agents, representatives, consultants, and their respective employees, officers
and representatives, the CONTRACTOR has or may have, including, but not
limited to, work performed, work deleted, change orders, supplemental
agreements, delays, disruptions, differing site conditions, utility conflicts, design
changes or defects, time extensions, extra work, right of way issues, permitting
issues, actions of suppliers or subcontractors or other contractors, actions by
third parties, shop drawing approval process delays, expansion of the physical
limits of the project to make it functional, weather, weekends, holidays,
suspensions of CONTRACTOR's operations, extended or unabsorbed home
office or job site overhead, lump sum maintenance of traffic adjustments, lost
profits, prime mark-up on subcontractor work, acceleration costs, any and all
direct and indirect costs, any other adverse impacts, events, conditions,
circumstances or potential damages, on or pertaining to, or as to or arising out of
the Contract. This waiver, release and acknowledgement of satisfaction shall be
all-inclusive and absolute, save and except any routine OWNER final estimating
quantity adjustments.
Should the CONTRACTOR fail to actually complete the Contract and obtain final
acceptance by the OWNER prior to expiration of the Original Contract Time, or
should the CONTRACTOR, having timely completed the Contract and obtained final
acceptance by the OWNER prior to expiration of the Original Contract Time, but
having failed to timely request the incentive payment for any reason, and including
but not limited to the CONTRACTOR choosing not to fully waive, release and
acknowledge satisfaction as set forth in (2) above, the CONTRACTOR shall have
no right to any payment whatsoever under this Article. Notwithstanding the
CONTRACTOR's election or non -election of the incentive under this provision, the
disincentive provision applies to all circumstances where the work in the Contract is
not finally accepted by the Original Contract Time.
Should the CONTRACTOR fail to complete the Contract on or before the expiration
of the Original Contract Time, as adjusted in accordance with the provisions above,
the OWNER shall deduct from the monies due the CONTRACTOR the Daily Value
specified in the Contract Documents for each calendar day completion exceeds the
Original Contract Time. This deduction shall be the disincentive for the
CONTRACTOR's failing to timely complete the Contract. This shall be strictly
enforced.
4-5 Specific Project Requirements
In the event the CONTRACTOR elects to exercise this incentive payment provision,
should this provision conflict with any other provision of the Contract; the Contract
shall be interpreted in accordance with this provision. Any reference to
"Substantially Complete" shall be interpreted to be complete with the Contract with
no work remaining on the project.
1.8 SAFETY PRECAUTIONS: The CONTRACTOR shall comply with all applicable
laws including the Occupational Safety and Health Act of 1970, ordinances, rules,
regulations and order of any public authority have jurisdiction for the safety of
persons or property to protect them from damage, injury or loss. He shall erect and
maintain, as required by existing conditions and progress of the work, all reasonable
safeguards for safety and protection, including posting danger signs and other
warnings against hazards, promulgating safety regulations and notifying owners and
users of adjacent utilities.
1.9 SOIL INVESTIGATION: A geotechnical investigation report has been prepared for
this project and will be made available to the CONTRACTOR upon request. The
CONTRACTOR shall also visit the site and acquaint himself with the site conditions.
1.10 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided
by the OWNER as shown on the plans. The CONTRACTOR shall be responsible
for layout and staking of all grades and lines for construction utilizing qualified
survey personnel. The CONTRACTOR shall preserve all stakes or markings until
authorized by the ENGINEER to remove same. The CONTRACTOR shall bear the
cost of the re-establishing any control or construction stakes destroyed by either him
or a third party and shall assume the entire expense of rectifying work improperly
constructed due to failure to maintain established points and marks.
No separate payment shall be made to the CONTRACTOR for construction staking
which shall be considered incidental to the project and payments made under
specific Pay Items shall be considered as full compensation for these requirements.
1.11 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades,
cross-sections, and dimensions shown on the Drawings. Any deviation from the
Drawings which may be required by the exigencies of construction will be
determined by the ENGINEER and authorized by him in writing.
1.12 TESTING LABORATORY SERVICE: The OWNER shall make arrangements with
an independent laboratory acceptable for testing as required by the construction
plans and standard specifications. The CONTRACTOR shall bear all related costs
of retests, or re -inspections. The CONTRACTOR shall notify the ENGINEER in a
timely manner of when and where tests or inspections are to be made so that they
may be present. One copy shall be provided to the CONTRACTOR of all reports
and laboratory test results. Testing by the OWNER does not alleviate the
CONTRACTOR's responsibility for his own quality assurance/quality control testing.
CONTRACTOR shall replace any deficient construction items.
4-6 Specific Project Requirements
1.13 SUSPENSION OF WORK: If the work should be stopped or suspended under any
order of the court, or other public authority, the OWNER may at any time during
suspension upon seven days written notice to the CONTRACTOR, terminate the
Contract. In such an event, the OWNER shall be liable off[ 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.
1.14 PRESERVATION OF TREES: Permission of the ENGINEER must be obtained for
removal of trees that obstruct the installation of the improvements as outlined for
this project in these Contract Documents. The penalty for the removal or
destruction of a tree without obtaining written permission from the ENGINEER shall
be $500.00 per caliper inch payable to the OWNER. If damage is occurring or is
likely to continue, tree guards shall be erected when so directed by the ENGINEER
at the CONTRACTOR's expense.
1.15 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the
project at all times, as his agent, a competent Superintendent capable of reading
the plans and specifications and thoroughly experienced in the type of work being
performed. The Superintendent shall have full authority to execute orders or
directions and to promptly supply such materials, equipment, tools, labor and
incidentals as may be required. Such superintendence shall be furnished
irrespective of the amount of work contracted.
The Superintendent and the CONTRACTOR shall be responsible for supervision of
all work performed by the subcontractor at all times during construction.
1.16 WARNING DEVICES: The CONTRACTOR shall have the responsibility to provide
and maintain all warning devices and take all precautionary measures required by
law to protect persons and property while said persons or property are approaching,
leaving or within the work site or any area adjacent to said work site. Compensation
will be paid to the CONTRACTOR for the installation or maintenance of any warning
devices, barricades, lights, signs or any other precautionary measures required by
law for the protection of persons or property under pay item to "Furnish, Install and
Maintain Traffic Control Devices".
The CONTRACTOR shall assume all duties owned by the City of Coppell to the
general public in connection with the general public's immediate approach to and
travel through the work site and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public
right-of-way or public place, the CONTRACTOR shall at his own cost and expense
provide such flagmen and watchmen and furnish, erect and maintain such warning
devices, barricades, lights, signs and other precautionary measures for the
protection of persons or property as are required by law. The CONTRACTOR shall
submit a traffic control plan to be reviewed by the City prior to the beginning of work.
4-7 Specific Project Requirements
In preparing the traffic control plan, the CONTRACTOR shall take into account that
the project will be constructed in multiple phases. The CONTRACTOR shall be
responsible for placing notices on private residences prior to the beginning of each
phase that shows revised traffic patterns. No lane shall be barricaded before 9:00
a.m. or after 4:00 p.m. The CONTRACTOR'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 fully
and finally accepted by the OWNER.
If the ENGINEER discovers that the CONTRACTOR has failed to comply with the
applicable federal and state law (by failing to furnish the necessary flagmen,
warning devices, barricades, lights, signs or other precautionary measures for the
protection of persons or property), the ENGINEER may order such additional
precautionary measures as required by law to be taken to protect persons and
property, and to be reimbursed by the CONTRACTOR for any expense incurred in
ordering such additional precautionary measures.
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 to pay item
entitled, "Furnish, Install and Maintain Traffic Control Devices".
1.17 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
In regards to existing utilities, structures and other property within, crossing or
adjacent to the site, the CONTRACTOR understands and accepts the following
conditions:
a. Prior to any excavation, the CONTRACTOR shall determine the locations of
all existing water, gas sewer, electric, telephone, telegraph, television, and
other underground utilities and structures. This includes the water and
sanitary sewer services.
b. After commencing the work, the CONTRACTOR will use every precaution to
avoid interferences with existing underground and surface utilities and
structures, and protect them from damage.
C. Where the locations of existing underground and surface utilities and
structures are indicated, these locations are generally approximate, and all
items that may be encountered during the work are not necessarily indicated.
4-8 Specific Project Requirements
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 bear sole
responsibility to settle the total cost of all damage suits which may arise as a
result of this operations.
e. To avoid unnecessary interferences or delays, the CONTRACTOR shall
coordinate all utility removals, replacements and construction directly with the
appropriate utility company.
1.18 DRAINAGE: The CONTRACTOR shall maintain adequate drainage along the
project and provide for positive drainage from adjoining properties, at all times.
1.19 PROJECT MAINTENANCE: The CONTRACTOR shall maintain, and keep in good
repair, the improvements covered by these plans and specifications during the life of
the contract.
1.20 CLEANUP:
During Construction. The CONTRACTOR shall at all times keep the job site as free
from all material, debris and rubbish as is practicable and shall remove same from
any portion of the job site when it becomes objectionable or interferes with the
progress of the project, and/or when requested to do so by the OWNER.
Final. Upon completion of the work, the CONTRACTOR shall remove from the site
all plant, materials, tools and equipment belonging to him and leave the site with an
appearance acceptable to the ENGINEER and the OWNER. The CONTRACTOR
shall thoroughly clean all equipment and materials installed by him and shall deliver
over such materials and equipment in a bright, clean, polished and new -appearing
condition.
1.21 INSPECTION: The word "Inspection" or other forms of the word, as used in the
contract documents for this project shall be understood as meaning an OWNER's
agent will observe the construction on behalf of the OWNER. The agent will
observe and check the construction in sufficient detail to satisfy himself that the
work is proceeding in general accordance with the contract documents, but he will
not be a guarantor of the CONTRACTOR's performance.
1.22 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the
construction of the various improvements shall be removed from the property by the
CONTRACTOR. Any required burning and/or disposal permits shall be the sole
responsibility of the CONTRACTOR.
4-9 Specific Project Requirements
All excavated materials in excess of that required for backfilling shall be removed
from the job site and disposed of in a satisfactory manner by the CONTRACTOR.
1.23 WATER FOR CONSTRUCTION: The CONTRACTOR shall make the necessary
arrangement for securing and transporting all water required in the construction of
this project, including water required for mixing of concrete, sprinkling, testing,
flushing, flooding, or jetting. The CONTRACTOR shall provide water as required at
his own expense.
1.24 GUARANTEE: All work shall be guaranteed against defects resulting from the use
of inferior materials, equipment or workmanship for a period of two (2) years from
the date of final completion and acceptance of the project.
4-10 Specific Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
A. CONTRACTOR to submit Shop Drawings, Product Data and Samples as
required by the Contract Documents and as specified in other sections of the
specifications.
1.2 SHOP DRAWINGS:
A. As soon as practicable after contract award, submit to the ENGINEER, for
review, the required number of bound copies of shop drawings of all items as
specified in the various sections of these specifications, accompanied by
letters of transmittal.
B. Shop drawings shall include: Manufacturer's catalog sheets and/or
descriptive data for materials and equipment; showing dimensions,
performance characteristics, and capacities and other pertinent information
as required to obtain approval of the items involved.
C. No work requiring shop drawings will be executed until review and
acceptance of such drawings has been obtained.
1.3 PRODUCT DATA:
A. Preparation:
1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
B. Manufacturers standard schematic drawings and diagrams:
1. Modify drawings and diagrams to delete information that is not
applicable to the work.
2. Supplement standard information to provide information specifically
applicable to the work.
1.4 SAMPLES: Provide samples as indicated in other parts of these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
B. Determine and verify:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar data.
4-11 Specific Project Requirements
4. Conformance with specifications.
C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work that requires submittals until return of submittals with
ENGINEER's review.
E. Keep one (1) approved copy of shop drawings or product data at job site at
all times.
1.6 SUBMISSION REQUIREMENTS:
A. Make submittals promptly and in such sequence as to cause no delay in the
work or in the work of any other contractor.
B. Number of submittals required:
1. For shop drawings and product data: Submit the number of copies
that the CONTRACTOR requires, plus two that will be retained by the
ENGINEER.
C. Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project title.
3. The names of:
a. Contractor
b. Supplier
C. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the work or materials.
7. Applicable standards, such as ASTM or Federal Specification
numbers.
8. Identification of deviations from Contract Documents.
9. Identification of revisions on re -submittals.
10. Contractor's stamp, initialed or signed, certifying to review of
submittal, verification of products, field measurements and field
construction criteria, and a\coordination of the information within the
submittal with requirements of the work and of Contract Documents.
11. Fabrication and erection drawings lists and schedules.
12. Basis of design and design calculations signed and sealed by a
registered professional engineer.
13. Seal and signature of a register engineer on all structural submittals.
4-12 Specific Project Requirements
D. REVIEW:
1. Shop drawing and product data information review will be general.
Such review will not relieve the CONTRACTOR of any responsibility
and work required by the Contract.
2. Satisfactory shop drawings will be so designated and all sets, except
four (4), returned to the CONTRACTOR. Rejected shop drawings will
be so designated and all sets except two (2) will be returned to the
CONTRACTOR, with indications of the required corrections and
changes.
3. Rejected shop drawings will be corrected and resubmitted to the
ENGINEER for Acceptance.
1.7 RESUBMISSION REQUIREMENTS:
A. Make any corrections or changes in the submittals required by the
ENGINEER and resubmit until accepted.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes that have been made other than those
requested by the ENGINEER.
1.8 ENGINEER'S RESPONSIBILITIES:
A. Review submittals with reasonable promptness.
B. Affix stamp and initials or signature, and indicate requirements for re-
submittal, or acceptance of submittal.
C. Return submittals to CONTRACTOR for distribution, or for resubmission.
4-13 Specific Project Requirements
SECTION 5
DESCRIPTION OF PAY ITEMS
COFFELL
i
5-1
Description of Pay Items
SECTION 5 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the CONTRACTOR
can fully understand the scope of work contemplated and required under each of the Pay
Items.
Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically
included as a pay item in the Proposal, shall be considered subsidiary to the
Contract and no separate or additional payment will be made therefore. For
example, there shall be no separate payment for the following: (a) removal and
replacement of any existing signs; (b) removal of spoils; (c) water for construction;
(d) construction staking and/or layout; (e) surveying to re-establish grade; (f)
maintenance of streets during construction; (g) sprinkling for dust control; (h) project
trailer, if needed; and/or (i) any other incidentals necessary to complete the work,
whether directly called out within the plans or implied.
2. Construction Pay Items:
Pay items as listed in the proposal shall be measured and paid for in accordance
with the applicable measurement and payment paragraphs in the Standard
Specifications for Public Works Construction - North Central Texas Council of
Governments Fourth Edition, unless modified by these special provisions.
All work for this project shall be governed by the Standard Specifications for Public
Works Construction — North Central Texas Council of Governments Fourth Edition,
the City of Coppell Standard Construction Details (Ord. #2006-1129), and Appendix
"C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance
(Ord. #94-643), together with any additional Supplementary Conditions, Specific
Project Requirements, General Notes or Description of Pay Items included herein.
Pay Item No. 1 — Mobilization:
This pay item shall include the mobilization and demobilization efforts required for
the construction of the project. The project is anticipated to be constructed in
multiple phases. This pay item shall be inclusive of any and all mobilizations and
demobilizations associated with the project. Mobilization shall be defined as all
necessary equipment, field offices, supplies, materials, and personnel on the job
site ready to begin construction. Note: The total amount bid for Mobilization
& Demobilization shall not exceed five percent (5%) of the Base Bid (A)
amount, exclusive of this pay item (Adjusted Contract Amount).
Measurement and Payment shall be as follows: Ten percent (10%) of the amount
bid shall be paid with the first pay estimate following the initial project
mobilization. On all subsequent pay estimates, payment shall be prorated on the
basis of the value of the adjusted contract amount completed. Prorated payment
shall be as follows: When 1 % of the adjusted contract amount has been earned,
50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of
the adjusted contract amount has been earned, 75% of the lump sum bid for
5-2 Description of Pay Items
mobilization, less retainage, will be paid. When 10% of the adjusted contract
amount has been earned, 90% of the lump sum bid for mobilization, less
retainage, will be paid. Payment for the remaining 10% of the lump sum bid for
mobilization, less retainage, will be paid on the next monthly estimate following
the 90% payment. Payment shall be total compensation for furnishing all labor,
materials, tools, and equipment necessary to complete the work.
Pay Item No. 2 — Project Sign:
This pay item shall consist of the installation of project signage in the following
location: the intersection of East Sandy Lake Road and South MacArthur
Boulevard. Each sign shall be constructed in accordance with the details found
in Section 6 of the Specifications. The City will furnish the City logo for the sign.
Measurement and payment shall be made on the basis of price bid per each (EA)
and shall be total compensation for furnishing all materials, tools, equipment,
labor, and any other incidentals necessary to complete the work.
Pay Item No. 3 — General Site Preparation:
This work includes the clearing & grubbing, and removal & trimming of vegetation in
all areas within the project limits requiring such work, including work within the right-
of-way and any adjacent property that is necessary to complete the work as shown
on the plans, or as determined by the Engineer, in accordance with the appropriate
details and specifications, including NCTCOG Item 203.1, 203.2 & 203.3. All
vegetation within the paving limits shall be removed. Any tree labeled for removal in
the plans shall be confirmed with the Engineer prior to removal. Tree removal shall
include all pruning, felling, stump removal, mulching of leaves and limbs necessary
to safely remove any tree approved for removal. Once work has commenced on
the removal of a tree approved for removal, it shall not cease until the remnants of
the tree are completely mulched and lawfully removed from the project site. All
debris and mulch from the removal of trees shall be disposed of in a legal manner.
This item shall also include the protection of any trees, shrubs, fences, structures,
signs or other items that are to be preserved and/or relocated as shown on the
plans. All trees designated to be preserved shall be protected by fencing to the
limits of the canopy and no parking, driving or moving of equipment in this area will
be permitted. If pruning of protected trees is required, they shall be trimmed as
directed by the Engineer and any cuts of two inches or more in diameter shall be
treated as directed by the Engineer. Disposal of said material will be at the
Contractor's sole expense.
Any existing landscape improvements, including landscape beds and landscape
timbers, shall be removed if deemed necessary for the construction of the
improvements shown within the plans. Any removal of existing landscape
improvements shall be coordinated with the Engineer and homeowner. Removal of
landscape improvements shall be considered subsidiary to this pay item.
This work shall also include
5-3 Description of Pay Items
(a) The removal of existing concrete pavement;
(b) The removal of all existing drainage pipe, culverts, inlets, headwalls
and other related drainage structures and/or appurtenances;
(c) The removal of existing concrete rip rap;
(d) The removal of a portion of the existing head walls at the locations
shown in the construction plans;
(e) The removal of trees, stumps, bushes, vegetation, roots and shrubs at
the locations shown in the construction plans;
(f) Video documentation of the existing project conditions prior to
beginning construction.
These items of work will not be paid for directly but shall be considered
subsidiary to this pay item. Any item indicated in the plans to be removed
(directly called out or implied) for which there is no specific pay item shall be
considered subsidiary to this pay item.
Measurement and payment for work performed and materials furnished related to
general site and/or right of way preparation, as provided herein, shall be made on
the basis of the price bid per lump sum (LS) and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary to complete the work.
Pay Item No. 4 — Furnish, Install, Maintain and Remove Erosion Control
Devices:
This pay item shall consist of furnishing, installing, maintaining and removing
erosion controls throughout the duration of the project in accordance with the
Texas Commission on Environmental Quality's (TCEQ) permitting procedures
and requirements for construction projects that disturb one (1) or more acres.
Under the Texas Pollution Discharge Elimination System (TPDES) general
construction permit TXR 150000, the operator with control of construction plans
and specifications (Owner) and the operator with day-to-day operational control
(Contractor) are required to obtain a permit for the discharge of storm water
runoff. The Contractor shall be required to prepare and implement a single
comprehensive site specific Storm Water Pollution Prevention Plan (SWP3) for
the entire construction site. The Contractor shall: (1) sign the SWP3, (2) submit
an NOI for City & Contractor, and (3) post a site notice as part of the permit. The
SWP3 must describe and insure the implementation of best management
practices that will be used to reduce, to the maximum extent possible, the
pollutants and storm water discharges associated with the construction activity
and insure compliance with the terms and conditions of the permit. The SWP3
must clearly indicate which operator is responsible for satisfying each shared
requirement of the SWP3. The SWP3 shall be subject to approval by the Owner
and must be retained on-site during the term of the construction. Notice must be
posted if the SWP3 is retained off-site.
5-4 Description of Pay Items
A Texas Registered Professional Engineer must sign and seal the Erosion
Control Plan (ECP) submitted as part of the SWP3. The Contractor shall submit
a Notice of Termination for City and Contractor upon completion of the project.
This work shall also include the installation and maintenance of.-
(a)
f:(a) Silt fence;
(b) Rock berm;
(c) Construction entrance;
(d) Inlet protection;
(e) Scourstop, or approved equivalent;
(f) Any additional erosion control measures required by the SWP3.
Measurement and payment shall be made on the basis of the price bid per lump
sum (LS) for preparation and implementation of the SWP3. This includes any
necessary revisions to the Erosion Control Plan throughout the term of
construction and the installation, sequencing, and maintenance of structural
control measures throughout the duration of construction. Payment shall be total
compensation for furnishing all labor, materials, tools, and equipment necessary
to complete the work. Payment shall be evenly prorated throughout the term of
construction on a monthly basis, based on amount bid and time bid.
Pay Item No. 5 — Furnish, Install and Maintain Temporary Traffic Control
Devices:
This work includes furnishing, installing and maintaining the required temporary
traffic control devices & detours (including temporary traffic buttons and striping,
signage, temporary pavement, temporary special shoring & traffic barriers as
needed) during each phase of construction as shown and/or indicated on the plans
or as determined by the Engineer, in accordance with the appropriate details and
specifications, including the TMUTCD. Inclusive with this pay item is the
requirement for adequate notification and instruction (i.e., printed notices delivered
to individual homes and businesses, electronic message boards, signage, etc.) to
be given to adjacent businesses, property owners and the traveling public regarding
interruptions or changes to established traffic flow patterns to, from and along the
work site. This work also includes the use of flagman, if necessary, to control traffic
in an orderly manner as it enters, exits and/or passes through the construction area,
as well as the installation and removal of all temporary pavement. Additionally, the
Contractor shall maintain the existing roadway and temporary pavement in a safe
driving condition at all times during construction.
The Contractor shall provide, utilize and update two (2) message boards to be
located on the north and south ends of the project, or as directed by the City. Traffic
control plans and updates shall be provided to the Engineer for review prior to
construction or modifying any traffic flow (changing lanes, road closures, changing a
street to one way, etc.).
All temporary pavement shall be 2" Type B HMAC on 6" Flex Base.
5-5 Description of Pay Items
Measurement and payment for the temporary traffic control devices & detours
furnished, installed and maintained work performed and materials furnished shall be
made on the basis of the price per price bid per lump sum (LS) and shall be total
compensation for furnishing and/or operating all labor, materials, tools, equipment
and other incidentals necessary to complete all phases of the work.
Measurement and payment shall be as follows: Twenty-five percent (25%) of the
amount bid shall be paid with the first pay estimate following the installation of
the traffic control devices & detours for the first phase of construction. On all
subsequent pay estimates, payment shall be prorated on the number of months
bid. No additional payment will be made if the contractor goes over the time bid.
Pay Item No. 6 — Unclassified Channel Excavation:
This work consists of all the required excavation within the limits of the right-of-way
or easement and adjacent areas to establish the proposed cross-section, channel
section, grade and profile as shown on the plans. All excavation is considered
unclassified and shall be performed to the lines & grades shown on the
construction plans or as directed by the Engineer, in accordance with the
appropriate specifications, details and notes, including NCTCOG Item 203.5 and
the City of Coppell Standard Construction Details. Payment shall include the
removal and stockpile of all unused excavated materials on adjacent property (as
directed by the City or Engineer), constructing, shaping and finishing of all
earthwork involved.
Any excess excavation may be used on-site for fill, if determined to be clean and
suitable, or stockpiled in locations as directed by the City or Engineer for future use
on the project.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for work performed and materials furnished related
to the unclassified excavation, as provided herein, shall be made on the basis of
the price bid per cubic yard (CY) for unclassified excavation and shall be total
compensation for furnishing and/or operating all labor, materials, tools,
equipment and other incidentals necessary to complete the work.
Pay Item No. 7 — 6'x6' Reinforced Concrete Box Culvert:
This work includes the construction of concrete box culverts at the location(s)
shown on the construction plans or as determined by the Engineer, in
accordance with the appropriate TxDOT details and specifications. Rail
Anchorage Curb per TxDOT RAC is subsidiary to box culvert. All concrete
headwall shall be Class `C', 3600 psi at 28 -days in accordance with TxDOT
Specification Item 421. The method of construction shall be bore and jack (Base
Bid) or open cut (Alternate Bid) as described in NCTCOG item 500. Any
pavement repair, sidewalk repair and utility adjustment needed to perform the
work is subsidiary to installation of 6'X6' Reinforced Concrete Box Culvert
regardless of method of installation. If the open cut (Alternate Bid) item is
5-6 Description of Pay Items
selected embedment and backfill shall be in accordance with the City of Coppell
Standard Construction Detail 3020.
Measurement and payment for work performed and materials furnished related to
the construction of concrete box culverts (various sizes), as provided herein,
shall be made on the basis of the price bid per linear foot (LF) and shall be total
compensation for furnishing and/or operating all labor, materials, tools,
equipment and other incidentals necessary to complete the work.
Pay Item No. 8 — 2-10'x6' Reinforced Concrete Box Culvert (MBC):
This work includes the complete in place construction of a double barrel reinforced
concrete box culvert. The culvert shall be constructed as shown on the plans, and
in accordance with the appropriate details and specifications, including the City of
Coppell Standard Construction Details and NCTCOG Item 501.6. Embedment
and backfill shall be in accordance with the City of Coppell Standard Construction
Detail 3020. The box culvert may be either cast -in-place (TxDOT MC -10-7) or
precast (TxDOT SCP -10). Contractor shall indicate "Precast" or "Cast -in -Place"
on the bid form.
Measurement and payment for work performed and materials furnished related to
installing reinforced box culvert, as provided herein, shall be made on the basis
of the price bid per linear foot (LF), and shall be total compensation for furnishing
and/or operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work. Quantities may vary from that shown on the
plans.
Pay Item No. 9 — TxDOT Concrete Wingwall:
This work includes the construction of concrete wingwalls of various lengths at the
location(s) shown on the construction plans or as determined by the Engineer, in
accordance with the appropriate TxDOT details and specifications. All concrete
headwall shall be Class `C', 3600 psi at 28 -days in accordance with TxDOT
Specification Item 421.
Measurement and payment for work performed and materials furnished related to
the construction of concrete headwalls (various sizes), including attached
wingwalls, toewalls, & aprons, concrete rip -rap as provided herein, shall be made
on the basis of the price bid per each (EA) and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary to complete the work.
Pay Item No. 10.1 — Concrete Drop Structure:
This work includes the complete construction of the storm drain Drop Structure with
all related appurtenances (headwall, handrail, pipe runners, brackets, connections
to existing concrete channel, connection to proposed box culvert, backfill, etc.) at
the location shown in the construction plans or as determined by the Engineer, in
accordance with the appropriate details and specifications, including NCTCOG
Items 702.
5-7 Description of Pay Items
Measurement and payment for work performed and materials furnished related to
the construction of the Drop Structure, as provided herein, shall be made on the
basis of the price bid per lump sum (LS) and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary and required to complete all work shown on all plan,
section, and detail views related to the Drop Structure.
Pay Item No. 10.2 — Concrete Junction Structure:
This work includes the complete construction of the storm drain Junction Structure
with all related appurtenances (headwall removal and reconstruction East and West
of MacArthur, handrail, connections to existing and proposed box culverts, forming
around and protecting existing sewer line, backfill, etc.) at the location shown in the
construction plans or as determined by the Engineer, in accordance with the
appropriate details and specifications, including NCTCOG Items 702.
Measurement and payment for work performed and materials furnished related to
the construction of the Junction Structure, as provided herein, shall be made on
the basis of the price bid per lump sum (LS) and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary and required to complete all work shown on all plan,
section, and detail views related to the Junction Structure.
Pay Item No. 11 —18" Class III RCP:
Pay Item No. 12 — 24" Class III RCP:
Pay Item No. 13 — 54" Class III RCP:
This work includes the construction of all RCP storm drain (various sizes) at the
locations shown on the construction plans or as determined by the Engineer, in
accordance with the appropriate details and specifications, including NCTCOG
Item 501.6 and 508.3. All RCP storm drain shall be Class III or IV (NCTCOG
Item 501.6) as indicated on the plans. All bends shall be pre -fabricated. Ram-
nek joint material shall be used for all joints, unless approved otherwise by the
Engineer. This work shall include trench excavation, preparation and shaping of
bedding, transporting of pipe, jointing, connections to existing and/or proposed
improvements and structures, embedment, backfill, and temporary pavement
repair, if necessary. Embedment and backfill shall be in accordance with the City
of Coppell Standard Construction Detail 3020.
Where leads or pipe terminate into an existing system, this work shall include
construction of a concrete collar at the junction to form a watertight connection. The
construction of concrete collars, as required by these specifications and the
connection to the existing storm sewer line will not be paid for directly but shall be
considered subsidiary to this pay item.
This work shall also include the construction of temporary pavement repair, when
necessary or as determined by the Engineer, consisting of 2" Type B HMAC on 6"
Flex Base. Temporary pavement repair shall be constructed and maintained along
5-8 Description of Pay Items
all storm drain installed in areas that need to be open to traffic prior to the
construction of the final pavement. Temporary pavement repair, as required by
these specifications, will not be paid for directly but shall be considered subsidiary to
this pay item.
Measurement and payment for work performed and materials furnished related to
the construction of RCP storm drain (various sizes and/or classes), as provided
herein, shall be made on the basis of the price bid per linear foot (LF) in
accordance with NCTCOG Item 508.6, and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary to complete the work.
Pay Item No. 14 — 42" Catch Basin:
This work includes the construction of catch basins (including all related concrete
work, grade rings, inlet frame and cover, etc.) at the locations shown on the
construction plans or as determined by the Engineer, in accordance with the
appropriate details and specifications, including NCTCOG Item 702. Concrete
used for the construction of inlets shall be Class "A", with a minimum cement
content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum
compressive strength when tested at 28 days.
Measurement and payment for work performed and materials furnished related to
the construction of catch basins, as provided herein, shall be made on the basis
of the price bid per each (EA) and shall be total compensation for furnishing
and/or operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work.
Pay Item No. 15 — 6' Wide 5" Reinforced Concrete Trail:
This work includes construction of 6' wide trails at the locations shown in the
construction plans or as determined by the Engineer, in accordance with the
appropriate details and specifications. All concrete used for the sidewalks and trails
shall be Class "A" concrete with a minimum cement content of 5 sacks per cubic
yard and minimum compressive strength of 3,600 psi at 28 days. No fly ash will be
permitted.
All sidewalk and trail construction shall be in compliance with the Texas Accessibility
Act Article 9102 of the Texas Civil Statute as administered by the Texas Department
of Licensing and Regulations. Any sidewalk or trail found to be in noncompliance
shall be removed and brought to compliance at the Contractor's sole expense.
Expansion joint cover plates at bridges shall be considered subsidiary to trail
pavement.
Measurement and payment for reinforced concrete sidewalk and concrete trail work
performed and materials furnished completed and in place as provided herein shall
be made on the basis of the price bid per square foot (SF) in accordance with
NCTCOG Item 305.2, and shall be total compensation for furnishing and/or
5-9 Description of Pay Items
operating all labor, materials, tools, equipment and other incidentals necessary to
complete the work.
Pay Item No. 16 — Concrete Segmental Retaining Wall:
This work includes the complete in place construction of concrete segmental
retaining wall in locations shown on the Drawings. The wall shall be furnished &
installed in accordance with applicable items in the NCTCOG standard
specifications and the Technical Specification included in these construction
documents. The Contractor is responsible for providing the Engineer with available
color options for the retaining wall prior to construction. The City and/or the
Engineer will select the color to be used. The details shown in the plans are for
schematic purposes only. The intent of the plans and specifications is merely to
provide the location of the wall along with geometric constraints and limits. The
Contractor is responsible for and shall provide for acceptance an engineered wall
solution prepared by (or for) the selected wall manufacturer.
Measurement and payment for construction of the variable height retaining wall
shall be per face square foot (SF) and shall include all labor, equipment and
materials necessary to complete the work including geo-grid, filter fabric, footing
construction and cap block. This item also includes the removal of any excavated
material required for the placement of wall backfill, as shown on the wall details.
Measurement of segmental retaining wall shall be on an installed square foot basis
computed on the total face area of wall installed. Wall area shall consist of the
height (top of footing to top of cap block) multiplied by the length of wall (at face of
wall).
Payment for the wall will be made on a square foot basis at the agreed upon
Contract Unit Price, for all labor, materials, and equipment required to install the wall
in accordance with these specifications and the Drawings. Change to the total
quantity of wall face area will be paid or withheld at the agreed upon Contract Unit
Price.
Pay Item No. 17 — Pedestrian Rail for Retaining Wall:
This item includes the furnishing and installation of pedestrian handrail in all areas
designated in the construction plans or as determined by the Engineer, in
accordance with the appropriate details and specifications. Pedestrian handrail
shall be black powder coated and shall be included in this work.
Measurement and Payment for work performed and materials furnished, completed
and in place, as provided herein, shall be made on the bases of the price bid per
linear foot (LF) and shall be total compensation for furnishing and/or operating all
labor, materials, tools, equipment and other incidentals necessary to complete the
work.
5-10 Description of Pay Items
Pay Item No. 18 — 9" Concrete Mow Band:
This pay item shall consist of the installation of concrete bands, as well as the
scoring and finish surface treatments for the project.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed and materials furnished shall
be made on the basis of the price bid per linear feet (LF) and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
Pay Item No. 19 — Furnish and Install 3" Caliper Tree:
This pay item shall consist of the installation of a three inch (3") caliper tree new
of the project.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed and materials furnished shall
be made on the basis of the price bid per each (EA) and shall be total compensation
for furnishing all materials, tools, equipment, labor, and any other incidentals
necessary to complete the work.
Pay Item No. 20 — Furnish and Install Multi -Trunk Ornamental Tree:
This pay item shall consist of the installation of a multi -trunk (3-5 cane min.) new of
the project.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed and materials furnished shall
be made on the basis of the price bid per each (EA) and shall be total compensation
for furnishing all materials, tools, equipment, labor, and any other incidentals
necessary to complete the work.
Pay Item No. 21 — Furnish and Install Mulch — 3" Layer:
This pay item shall consist of the installation of three inch (3") layer of finely ground
hardwood mulch in tree rings of the project.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed and materials furnished shall
be made on the basis of the price bid per cubic yard (CY) and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
Pay Item No. 22 — Furnish & Install Top Soil:
This pay item includes placement of top soil on the graded area to be sodded. Top
soil placement shall be compacted prior to sodding.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed and materials furnished shall
be made on the basis of the price bid per cubic yard (CY) and shall be total
5-11 Description of Pay Items
compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
Pay Item No. 23 — Furnish & Install Soil Preparation:
This pay item includes scarify of the site, soil preparation, and
raking/leveling/clearing of debris on site prior to sodding of the disturbed areas of
the property.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed and materials furnished shall
be made on the basis of the price bid per square foot (SF) and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
Pay Item No. 24 — Furnish & Install Common Bermuda Sod:
This pay item includes placement of Common Bermuda sod. Sod shall be laid solid
and with tight joints, and rolled after placement. Stake sod as necessary to aid in
establishing roots and minimizing soil erosion.
This is a "Plans Quantity" item and will not be measured unless there are
revisions to the scope of work. Payment for the work performed and materials
furnished shall be made on the basis of the price bid per square foot (SF) and
shall be total compensation for furnishing all materials, tools, equipment, labor,
and any other incidentals necessary to complete the work.
Pay Item No. 25 — Provide Routine Landscape Maintenance:
This pay item includes mowing, edging, trimming, fertilizing and weed control of the
sodded area for a period of 90 calendar days after final project acceptance. The City
of Coppell reserves the right to extend and shorten the maintenance period based
on the health and vigor of turf establishment within the project limits.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed monthly and materials
furnished shall be made on the basis of the price bid per month (MO) and shall be
total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
Pay Item No. 26 — Furnish and Install Decomposed Granite:
This pay item includes the installation of a decomposed granite around the Public
Art piece that is to be determined by the Owner. All decomposed granite to be
installed at 4" depth as detailed with weed barrier fabric.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed and materials furnished shall
be made on the basis of the price bid per square foot (SF) and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
5-12 Description of Pay Items
Pay Item No. 27 — Furnish and Install Irrigation System:
This pay item includes the installation of a fully automatic irrigation system per the
plans, City of Coppell Standard Construction Details, and Building Codes and
Regulations. Installation includes a connection to the existing park irrigation
amenities.
This is a "Plans Quantity" item and will not be measured unless there are revisions
to the scope of work. Payment for the work performed and materials furnished shall
be made on the basis of the price bid per square foot (SF) and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
Pay Item No. 28 — Furnish and Install Irrigation Sleeves:
This pay item includes the installation of Schedule 40 PVC pipe to serve as irrigation
piping sleeves under the proposed and existing walkways.
This is a "Plans Quantity" item and will not be measured unless there are
revisions to the scope of work. Payment for the work performed and materials
furnished shall be made on the basis of the price bid per linear foot (LF) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and
any other incidentals necessary to complete the work.
Pay Item No. 29 — Channel Restoration:
This pay item includes the removal of vegetation, establishing grades, cleaning off
sediments and debris from earthen channel, concrete rip -rap and under the bridge
structures, hydro mulching and reestablishing the vegetation in and around the
channel. The extent of work shall be as shown, marked and called out on plan sheet
CHA and details.
Measurement and payment for work performed and materials furnished related to
Channel Restoration, as provided herein, shall be made on the basis of the price
bid per lump sum (LS) and shall be total compensation for furnishing and/or
operating all labor, materials, tools, equipment and other incidentals necessary to
complete the work.
5-13 Description of Pay Items
SECTION 6
TECHNICAL SPECIFICATIONS
T H E - C t T Y- O F
COFFELL
A s 1
6-1
Technical Specifications
CITY OF COPPELL
PROJECT SIGN
3'--j ^1.-6. 3•
RUE /AQ(CROUND WE LETMM
E�O/� 'MMOo M(�SCn�(�
.o COI 0b, FOR Im—FOR��L 10m Sljo�'�JpG;]m
",CONTRACT 'S
'HONE NUMBER: (97?) 2!04-D
KPR�xv MAKE QPflojmv lumm�
CONTrIF91ACYCHU. CO► Y d C ran'sNAME
C
N CSO Y ° A CTOR's PHONE NE NUG BER �
l®�ffLETON DATE. SEAVMITEAR CNORTECSEER
OR H YOVEi
d
, 1/24 ` BUR $ORD"
NOTES: 1) LETTERING SHOULD BE BOLD TYPE
2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD
PAINTED AS SHOWN ON DETAIL
3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND
SIGN PANEL AT APPROX. 2' CENTERS
4) ALL PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO TO BE PROVIDED BY THE CITY
EXAMPLE:
CDTY OF Gro PPEL I
272-sm -mmmm
SANDY LAKE ROAD (ST99-02)
CONTRACTOR: W 10000(1000(Xl(
(000) 000-0000 NOT" YED fCN S )
NOT" M NF ➢OSTNO
COMPLETION DATE:1Q000( 20XX
0
6-2 Technical Specifications
TECHNICAL SPECIFICATION TS -01
TREE PLANTING
PART 1 -GENERAL
1.01 SUMMARY
A. Work Includes:
1. Plant materials, installation, soil treatments, and maintenance operations through
the one year warranty period of all trees, shrubs, ground covers, annuals,
perennials and vines as indicated on drawings and specified herein.
1.02 SUBMITTALS
A. Samples and Product Information: Representative samples or product information of the
following materials shall be provided to the Landscape Architect from the supply source
being used. -
1
sed:
1. Plant material: Samples or photos with growers name, location, and phone
number may be requested in lieu of inspection at the nursery. Submit original
receipts or invoices for all materials.
2. Mulch Material: (1) One pound sample and product information.
3. Organic Material: (1) One pound sample and product information, and shall be
"NATURAL T.L.C. COMPOST', supplied by Soil Building Systems, Inc. telephone
972.831.8181 or approved equal.
4. Soil: (1) One pound sample and product information, for Tree Planting Mix shall
be "Tree Mix" supplied by Soil Building Systems, Inc. telephone 972.831.8181 or
approved equal.
5. Fertilizer: Product information and analysis.
6. Weed barrier product information and sample.
B. Test Reports: Submit to the Landscape Architect two copies each of certified test reports
for:
1 Topsoil (Top 1 inch to 4 inches).
2. Subsoil (6 to 8 inches below Finish Grade).
3. Organic Material: product information and original delivery tickets or receipts.
4. Soil Material: product information and original delivery tickets or receipts.
C. Certification
1. All plant material inspection certificates required by federal, state, or other
governing authorities will accompany each shipment and be turned over to the
Landscape Architect upon delivery.
2. Invoice: Original vendor's or growers invoice for each shipment of plants, soil
amendments, and mulch shall show sizes, quantities, and root treatment of
plants, i.e., containerized, balled and burlapped, or bare root.
6-3 Technical Specifications
D. Construction Schedule: Upon authorization to proceed with the work, submit three copies
of Construction Schedule indicating dates for the items of work.
E. Maintenance instructions: Submit three copies of typewritten instructions recommending
procedures to be established by the Owner for the maintenance of landscape work for an
entire year. Submit prior to Notice of Substantial Completion.
F. Chemicals: Submit products, rates of application, and anticipated uses of any pesticides,
herbicides, and fumigants.
1.03 QUALITY ASSURANCE
A. Qualifications
1. The Contractor shall be a company specializing in landscape installation.
2. The Contractor shall have successfully completed at least 5 installations of this
type, size, and complexity in the last four years.
B. All materials and work shall comply with applicable sections of the following references:
American Association of Nurserymen, Inc., (AAN) Standard: American Standard
for Nursery Stock (ANSI Z60.1-1986).
2. Hortus Third, Cornell University, 1976.
3. Fertilizers; Mixed Commercial. Federal Specification: 0-F-241 D.
C. Source Quality Control
1. Certification: All landscape materials shall be from stock inspected and certified
by authorized governmental agencies. The stock shall comply with governmental
regulations prevailing at the supply source and the job site.
2. Analysis and standards: Products packaged in sealed containers shall be labeled
with manufacturer's certified analysis. The composition of bulk materials shall be
tested by an approved laboratory in accordance with procedures established by
the Association of Official Agricultural Chemists, wherever applicable, or as
specified by product specifications referenced herein.
3. Plant material selection: Prior to digging and shipment by the nursery, plant
materials shall be tagged for inspection and approval by the Landscape
Architect. Notify the Landscape Architect of tagged material locations at least
four weeks prior to digging. Photos of representative examples may be
submitted as allowed for in this Section.
D. Substitutions
If specified landscape material is not obtainable, notify the Landscape Architect,
who will identify alternate sources or substitutes. Adjustments will be made at no
additional cost to the Owner. If replacements are downsized, credits to the
Owner will be based on comparable cost differential customary for materials and
sizes involved.
6-4 Technical Specifications
2. Plants shall be supplied at the sizes specified. Plants of larger size may be used
if acceptable to Landscape Architect and if sizes of roots or balls are increased
proportionately.
3. "B & B" (balled and burlapped) grown plants may be substituted for those
designated container if approved prior to planting by the Landscape Architect
1.04 DELIVERY, STORAGE, AND HANDLING
A. Digging Plant Material
Plants shall not be dug at the nursery or approved source until the Contractor is
ready to transport them from their original locations to the site of the work or
acceptable storage location.
B. Transportation of Plant Material
1. Plants transported to the project in open vehicles shall be covered with tarps or
other suitable covers securely fastened to the body of the vehicle to prevent
overheating or wind damage to the plant.
2. Plants shall be kept moist, fresh, and protected at all times. Such protection shall
encompass the entire period during which the plants are in transit, being
handled, or are in temporary storage.
3. The roots of barefoot stock shall be protected from drying out with wet straw or
other suitable material while in transit.
4. Unless otherwise authorized by the Landscape Architect, notify the Landscape
Architect at least five working days in advance of the anticipated delivery date of
any plant material. The original bill of lading, showing the quantities, kinds, and
sizes of materials included for each shipment shall be furnished to the
Landscape Architect.
C. Storage
Unless specific authorization is obtained from the Landscape Architect, plants
shall not remain on the site of work longer than three days prior to being planted.
2. Plants that are not planted immediately shall be protected as follows:
a. Root balls shall be kept moist and their solidity carefully preserved.
b. Plants shall not be allowed to dry out or freeze.
3. Both the duration and method of storage of plant materials shall be subject to the
approval of the Landscape Architect.
D. Handling of Plant Materials
1. Exercise care in handling plant materials to avoid damage or stress.
1.05 REJECTION OF MATERIALS
A. Evidence of inadequate protection following digging, carelessness while in transit, or
improper handling or storage, shall be cause for rejection.
6-5 Technical Specifications
B. Upon arrival at the temporary storage location or site of the work, plants shall be
inspected for proper shipping procedures. Should the roots be dried out, large branches
be broken, balls of earth broken or loosened, or areas of bark be torn, the Landscape
Architect has the right to reject the injured plant.
C. When a plant has been rejected, remove it from the area of the work and replace it with
one of the required size and quality.
1.06 ACCEPTANCE
A. The Landscape Architect will inspect all work for Substantial Completion upon written
notice of completion. The request shall be received at least ten calendar days before the
anticipated date of inspection.
B. Acceptance of plant material by the Landscape Architect will be for general conformance
to specified size, character, and quality, and shall not diminish responsibility for full
conformance to the Contract Documents.
C. Upon completion and reinspection of all repairs or renewals necessary in the judgment of
the Landscape Architect, the Landscape Architect will recommend to the Owner that
acceptance of the work of this Section be given.
D. Acceptance in Part
The work may be accepted in parts when it is determined to be in the Owner's
best interest to do so, and when permission is given to the Contractor in writing
to complete the work in parts.
Acceptance and use of such areas by the Owner shall not waive any other
provisions of the Contract.
1.07 MAINTENANCE
A. Contractor shall maintain plant material as described in Part 3 (G) of this section.
1.08 GUARANTEE
A. Plants shall be guaranteed for a period of one year after the date of Acceptance by the
Owner.
1. When the work is accepted in parts, the guarantee periods shall extend from
each of the partial acceptances to the terminal date of the last guarantee period.
Thus, all guarantee periods terminate at one time.
B. Plants shall be healthy, free of pests and disease, and in flourishing condition at the end
of the guarantee period. Plants shall be free of dead and dying branches and branch tips,
and shall bear foliage of normal density, size, and color.
C. Contractor shall replace dead plants and all plants not in a vigorous, thriving condition, as
determined by the Landscape Architect during and at the end of the guarantee period,
without cost to the Owner, as soon as weather conditions permit and within the specified
planting period.
Replacements shall closely match adjacent specimens of the same species.
Replacements shall be subject to all the requirements stated in this Specification.
6-6 Technical Specifications
Contractor to make all necessary repairs due to plant replacements. Such repairs
shall be done at no extra cost to the Owner.
The guarantee of all replacement plants shall extend for an additional one-year
period from the date of their acceptance after replacement. In the event that a
replacement plant is not acceptable during or at the end of the said extended
guarantee period, the Owner may elect one more replacement or credit for each
item.
D. At the end of the guarantee period, and no less than five days prior to final inspection,
staking and guying materials, and tree wrap and ties shall be removed from the site.
1.09 FINAL INSPECTION AND FINAL ACCEPTANCE
A. At the end of the guarantee period, the Landscape Architect will, upon written notice of
end of guarantee period inspect the work for Final Acceptance. Request shall be
received at least ten calendar days before the anticipated date for Final Inspection.
B. Upon completion and reinspection of full repairs or replacements necessary in the
judgment of the Landscape Architect at that time, the Landscape Architect will
recommend to the Owner that Final Acceptance of the Work of the Section be given.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Plant Materials
1. Name and Variety: Provide plant materials true to name and variety described in
"Hortus Third," Cornell University, -1976, or by cultivars generally accepted in the
trade.
2. All plant material shall be No. 1 grade nursery stock grown in accordance with
good horticultural practice. Plants shall be free of disease, insects, eggs, larvae,
and defects such as knots, sunscald, injuries, abrasions, or disfigurement. They
shall be sound, healthy and vigorous, of uniform growth, typical of the species
and variety, well -formed, free from irregularities, with the minimum quality
conforming to American Standard for Nursery Stock.
3. Plants indicated as specimen shall be exceptionally heavy, symmetrical, and
tightly knit, cultured, to be unquestionably superior in form, branching,
compactness, and symmetry.
4. The minimum acceptable sizes of all plants shall be measured before pruning
and with branches in normal position. Unless otherwise designated on the plant
list, all plant dimensions shall conform to those listed in ANSI Z60.1, American
Standard for Nursery Stock.
5. Branching point is the distance above ground where balanced branching occurs
or where a dimension in trunk appears to form the head of the tree.
6. Root Treatment: Root treatments on all plants shall conform to the requirements
of ANSI Z60.1. Plants shall be dug and prepared for shipment in a manner that
will not cause damage to branches, shape, and future development after
planting.
6-7 Technical Specifications
a. Plants furnished in containers shall have the roots well established in the
soil mass and shall have growth in the container for at least one growing
season. Containers shall be large enough to provide earth -root mass of
adequate size to support the plant tops being grown. For container grown
trees, container size shall provide a minimum of 9 inches of root mass per
caliper inch of trunk. Plants, other than ground covers, over -established in
the container, as evidenced by pot-bound root ends, will not be accepted.
b. If plants are approved as balled and burlapped (B&B), then B&B plants shall
have a firm, natural ball of earth of sufficient diameter and depth to
encompass the fibrous and feeding root systems necessary for full recovery
of the plant. Balls shall be securely wrapped with burlap and bound with
cord or a wire basket. Ball sizes shall meet the requirements of the ANSI
Z60.1, or as indicated on the Drawings
Plant materials shall be subject to final approval by the Landscape Architect at
the job site.
B. Soil Amendments
Organic material shall be "NATURAL T.L.C. COMPOST', supplied by Soil
Building Systems, Inc. telephone 972.831.8181 or equal.
2. Soil for Tree Planting Mix shall be "Tree Mix" supplied by Soil Building Systems,
Inc. telephone 972.831.8181 or approved equal.
Sand shall be clean, coarse, ungraded, meeting the requirements of ASTM C33
for fine aggregates.
4. Fertilizer shall be granular fertilizer containing natural ingredients such as, but
not limited to, composted manures, leather tankage and/or various meals, with a
minimum percentage by weight of 3-1-2 nitrogen, available phosphoric acid, and
potash. The following products are approved:
a. Milorganite by Milorganite Corporation, Milwaukee, Wisconsin.
b. SUSTANE by Sustane Corporation, Chaska, Minnesota.
C. Mulch material shall be finely ground, fibrous hardwood bark, free from other foreign
material, passing a 1 1/2 inch screen.
D. Staking and Guying Materials
Tree staking shall also be used as approved by Landscape Architect prior to
construction using Tree Staple product or approved equal. Tree Staple, Inc. 1-877-
873-3749.
a. Tree Staple model number: TS42-12-12 to be used.
b. See manufacturer's requirements for installation instructions.
E. Tree Paint: Tree paint shall be waterproof, asphalt base paint with antiseptic properties
for use on tree wounds and shall be TREE KOTE, Sherwin Williams Pruning Compound,
or approved equal.
2.02 SOIL MIXES
6-8 Technical Specifications
A. Tree pit planting mix:
Tree pit back fill shall be 50% finely chopped native soil, 25% masonry sand and
25% organic.
Top dress with (3) three inches of mulch.
PART 3 - EXECUTION
3.01 VEGETATION REMOVAL
A. Strip existing grass and weeds, including roots, from all bed areas, leaving the soil
surface one inch below finished grade.
B. Herbicides: Apply specific herbicide to eradicate vegetation within bed areas. Follow all
manufacturer's recommendations for use of their product.
3.02 PLANTING
A. Excavation
Rocks and other underground obstructions shall be removed to a depth
necessary to permit proper planting according to plans and specifications. If
underground utilities or other structural obstructions are encountered, alternate
planting locations will be determined by the Landscape Architect.
Plant pits shall be dug only by methods approved by the Landscape Architect.
a. Planting pits shall be round, with vertical sides and sized in accordance with
outlines and dimensions shown on the drawings.
a. If rotating augers or other mechanical diggers are Used to excavate holes,
the vertical sides of the pits shall be scarified, fractured, or otherwise broken
down to eliminate impervious surfaces.
b. Loosen or scarify in the bottom of all plant pits to a depth of 4 inches
3. Excavated material that is not conductive to plant growth will not be used for
backfill in any planter or planting pit and shall be removed to an area designated
by the Landscape Architect.
B. Planting
All planting pits suspected of having inadequate drainage shall be tested by filling
the pit with water. Drainage time in each pit shall be observed and if, in the
opinion of the Landscape Architect, the water does not drain off within 24 hours,
the substrate will be drilled and shattered to a minimum depth of 3 feet below the
bottom of the pit. The planting pit will be retested; if adequate drainage does not
occur, drains will be installed as specified by the Landscape Architect. If drains
are required, the cost for additional work shall be negotiated with the Owner.
Trees: Place a minimum of 4 inches of compacted planting mixture in the bottom
of the pit or to depth necessary to set the plant 2 inches above finished grade.
Set the plant in the pit to the proper grade and position, faced to give the best
appearance or relationship to one another and adjacent structures. Carefully cut
away burlap, rope, wire, or other wrapping materials from the top of the ball and
6-9 Technical Specifications
remove. Do not remove burlap or ties from sides or bottom of ball. If plastic wrap
or other non -degradable materials are used in lieu of burlap, completely remove
them before placing of backfill. Cleanly cut off broken or frayed roots and sever
the sides of the root ball of container grown trees in several places. Place
planting mixture around the ball and carefully compact to avoid injury to the roots
and to fill the voids. After backfilling planting pit approximately two-thirds full, add
water and allow planting mixture to settle. After the water has been absorbed, fill
the planting pit with planting mixture. Tamp lightly to grade, place a 3 inch layer
of mulch matter over planting mixture, and form a watering basin of the size
indicated on the drawings.
C. Mulching
Mulching shall take place within 48 hours after planting.
2. Mulch plant beds and tree and shrub planting pits to a uniform depth of (3) three
inches depth.
3. Mulch shall be kept out of the crowns of shrubs, away from tree trunks, and off
buildings, sidewalks, light standards, and other structures.
D. Pruning
Trees
Prune trees by only removing all dead wood, badly formed crossing
limbs, and any other growth to insure healthy and symmetrical growth of
new wood. Up to one third of the branches may be removed. The
proportion is, in all cases, subject to the approval of the Landscape
Architect.
b. In the case of multiple leaders, preserve the one which will best promote
the symmetry of the tree, and remove or cut back the remainder so that
they will not compete with the selected leader. Cut back surrounding top
branches to conform to the leader.
C. Paint cut surfaces over one inch in diameter with tree wound dressing.
E. Guying and Staking
Guying and staking operations shall be completed as shown on the drawing
details immediately after planting.
2. Stakes and guys shall be removed by and become the property of the Contractor
at the end of the warranty period.
G. Maintenance
The maintenance period shall commence when the Notice of Substantial
Completion is issued and shall continue as required for a period of 90 days.
Plants shall be inspected at least once per week by the Contractor during the
installation period and needed maintenance performed promptly.
The Contractor shall irrigate all plants adequately to maintain optimum supply of
moisture within the root zone; recurring overly dry or wet conditions shall be
grounds for rejection of plant material. If the irrigation system is inoperative, hand
watering shall be accomplished from a source approved by the Landscape
6-10 Technical Specifications
Architect. Water shall not be applied with a force that will displace mulch or
cause soil erosion and shall not be applied so quickly that it cannot be absorbed
by the mulch and plants.
4. Plants shall be pruned and mulch replaced as required.
5. Stakes and guys shall be adjusted or replaced as required. Repair eroded or
damaged plant saucers.
6. Maintain all plant beds and saucers weed free at all times.
7. Keep plants free of insects and disease. All insecticides and fungicides applied to
control pests and maintain plants in a healthy growing condition shall be
approved by the Landscape Architect.
8. Fertilize plants at least twice during the warranty period. Fertilization shall be
applied by topdressing 2 pounds per 100 square feet of bed area, and 3 to 5
pounds each tree. Fertilizer for the application shall be a controlled release type
used for the installation.
9. Remove and replace, at no cost to Owner, dead and unacceptable plants as their
condition becomes apparent.
3.03 APPLICATION OF FERTILIZER
A. Organic Fertilizer: Planting beds shall be fertilized two times per year (March and
October) with Organic Fertilizer at a minimum rate of 20 Ib. per 1,000 square ft. Rate of
application shall be varied depending on fertilizer type used, weather conditions, and
overall soil conditions to produce a consistent growth and color to the plantings. After
application of fertilizer, planting beds shall be thoroughly watered.
3.04 STAKING AND GUYING
A. Each tree shall be staked or guyed into undisturbed soil immediately following planting.
Plants shall stand plumb after staking or guying. See detail for staking and guying
guidelines.
3.05 CLEANUP AND PROTECTION
A. Cleanup
1. Excess and waste material shall be removed daily.
2. When planting in an area has been completed, the area shall be cleared of all
debris, soil piles, and containers.
3. At least one paved pedestrian access route and one paved vehicular access
route to each building shall be kept clean at all times. Other paving shall be
cleaned when work in adjacent areas is completed.
B. Repairs: Any damage to existing landscape, paving, or other such features as a result of
work related to this contract shall be repaired and restored to its original condition.
C. Protection: Protect landscape work and materials from damage due to landscape
operations, operations by other Contractors, trades and trespassers. Maintain protection
during installation and maintenance periods. Treat, repair, or replace damaged
landscape work as directed.
6-11 Technical Specifications
1 3.06 GUARANTEE
2
A. All plant material shall be guaranteed by the contractor for a period of one (1) year from
the date of final acceptance.
3
B. At the end of the guarantee period the Landscape Architect and Contractor shall inspect
plant material. Any plant material under this contract that is dead or of an unsatisfactory
growth condition shall be removed and replaced in a timely fashion by the contractor, at
no cost to the owner.
4
C. The contractor shall remove all tree staples at the end of the warranty period or in no
case latter than 1 complete growing season after planting.
5
6 3.07 ACCEPTANCE OF WORK
7
A. The contractor and Landscape Architect shall conduct an onsite inspection of all work
and materials to determine compliance of work with the construction documents.
8
B. The contractor shall within reasonable means provide the Landscape Architect with
sufficient data to demonstrate compliance with the construction documents.
9
C. The contractor shall be notified in writing of any non -conforming items, which are to be
corrected (punch -list).
10
D. The contractor and Landscape Architect shall conduct an onsite inspection to verify
completeness of punch list items.
11
E. Acceptance of work by the Owner shall begin upon verifying completion of punch list
items and receipt of all deliverable items to Owner including letter of guarantee; release
of liens waiver, record drawings denoting deviations from contract drawings, product data
and maintenance guide.
12
F. The contractor shall receive written notification of date of final acceptance and ending
date of required guarantee periods from the Landscape Architect.
END OF SECTION
6-12 Technical Specifications
TECHNICAL SPECIFICATION TS -02
TURF AND GRASSES
PART I - GENERAL
1.1 SUMMARY
A Work included:
1. Lawn work shall include sodding and maintenance operations through the one-
year warranty period as indicated on plans and specified herein.
2. Provide all labor, materials, and equipment necessary to perform the sodding
work, complete, as indicated on the Drawings and as specified.
1.2 REFERENCES
A. Comply with applicable requirements of the following standards. Where these standards
conflict with other specified requirements, the most restrictive requirements shall govern.
1. American Society for Testing and Materials (ASTM): D 1557 Moisture -Density
Relations of Soils and Soil -Aggregate Mixtures Using 10 -Ib. (4.54 -kg) Rammer
and 18 -in. (457mm) Drop.
1.3 SUBMITTALS
A. Samples and Product Information: Representative samples or product information of the
following materials shall be provided to the Landscape Architect from the supply source
being used:
1. Sod type, growing conditions, and certification.
2. Fertilizer specifications and guaranteed analysis.
3. Mulch material components, chemical analysis, and manufacturer.
4. Sod certification documentation to include the following:
a. Kind — Bermuda, Zoysia, etc...
b. Variety — Common, TIF419, etc...
c. Lot Number — If applicable
d. Sod — Record of square feet shipped
e. Bill of Lading / Invoice # - This is an invoice number that can be referenced
to the purchaser of the shipment.
6-13 Technical Specifications
f. Field # - the field number references the harvested grass to the production
field. The field number must be the same as on the certification application
and field inspection report.
g. Harvest Date — Record the date the grass was harvested
h. Grower Name and Address - Record the production company name and
address. Use of a stamp is acceptable if it shows on all copies.
B. Construction Schedule: At least two weeks prior to start of work, submit a sodding
schedule.
C. Turf Soil: One (1) pound sample - "Enriched Top Soil", supplied by Soil Building Systems,
Inc. telephone 972.831.8181, or approved equal.
D. Maintenance: Submit three copies of typewritten instructions recommending procedures
to be established by the Owner for the maintenance of the lawns for an entire year.
Submit prior to Notice of Substantial Completion.
1.4 QUALITY ASSURANCE
A. Contractor's Qualifications
1. The work of this section shall be performed by a Contractor specializing in
sodding or landscape installations.
2. The Contractor shall have successfully completed at least 5 installations of this
type, size, and complexity in the last four years.
B. Lawn materials shall comply with all government regulations prevailing at the supply
source and the job site.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Digging Sod
Do not dig sod at the nursery or other approved source until ready to transport
sod to the project site or approved storage location.
2. Before stripping, sod shall be mowed at a uniform height of 2".
3. Cut sod to specified thickness and to standard width and length desired.
B. Transporting Sod
1. Sod transported to the Project in open vehicles shall be covered with tarps or
other suitable covers securely fastened to the body of the vehicle to prevent
injury to the sod. Closed vehicles shall be adequately ventilated to prevent
overheating of the sod. Evidence of inadequate protection against drying out in
transit shall be cause for rejection.
2. Sod shall be kept moist, fresh, and protected at all times. Such protection shall
encompass the entire period during which the sod is in transit, being handled, or
in temporary storage.
3. Upon arrival at the temporary storage location or the site of the work, sod shall
be inspected for proper shipping procedures. Should the roots be dried out, the
Landscape Architect will reject the sod. When sod has been rejected, the
Contractor shall remove it at once from the area of the work and replace it.
6-14 Technical Specifications
4. Unless otherwise authorized by the Landscape Architect, the Contractor shall
notify the Landscape Architect at least 48 hours in advance of the anticipated
delivery date of sod. A legible copy of the invoice, showing species and variety
of sod included for each shipment shall be submitted to the Landscape Architect.
Certificate of Inspection when required must accompany each sod shipment.
C. Handling and Storage of Sod
1 No sod shall remain in temporary storage over 30 hours.
2. Sod shall be kept moist and shall be stored in a compact group to prevent drying
out or freezing.
3. Contractor shall take extreme care in the handling of sod material to avoid
breaking or tearing strips. Sod that has been damaged by poor handling may be
rejected by the Landscape Architect.
1.7 JOB CONDITIONS
A. Do not install sod on saturated or frozen soil.
B. Sod installation shall be subject to suitability of the weather and other conditions affecting
sod growth.
C. Planting season may be extended only with the written permission of the Landscape
Architect.
1.8 GUARANTEE
A. Warrant all lawns for a period of one year from date of Notice of Substantial Completion,
to be at least the quality and conditions as at Final Acceptance. Promptly re -sod
unacceptable areas during the warranty period as directed by the Landscape Architect.
B. Lawn shall be uniform in color, grass type, leaf texture, leaf and root density, and free
from weeds, diseases, and other visible imperfections at acceptance.
C. Guarantee does not cover damage as a result of deicing compounds, fertilizers,
pesticides, or other applications not supervised by the Contractor or as a result of acts of
God or vandalism.
1.9 ACCEPTANCE
A. The Landscape Architect will inspect all work for Substantial Completion upon written
request of the Contractor. The request shall be received at least ten calendar days
before the anticipated date of inspection.
B. Acceptance will be based on establishment of a uniform stand of turf grass, defined as
coverage of specified grass at a density of 95 percent coverage, with no bare spots
greater than one square foot, free of weeds, undesirable grass species, disease, and
insects. For grass varieties selected, allow a minimum of 90 days for establishment and
maintenance of an acceptable strand of grass.
C. In areas that are grassed and not irrigated. An acceptable strand of grass shall be
established and the Landscape Architect will inspect the work for Substantial Completion
upon written request of the Contractor.
6-15 Technical Specifications
D. Upon completion and re -inspection of all repairs or renewals necessary in the judgment
of the Landscape Architect, the Landscape Architect will recommend to the Owner that
the work of this Section be accepted.
PART 2 — MATERIALS
2.01 MATERIALS
A. All materials shall be of standard, approved, and first -grade quality and shall be in prime
condition when installed and accepted. Any commercially processed or packaged material
shall be delivered to the site in the original, unopened container bearing the manufacturer's
guaranteed analysis. The Contractor shall supply the Landscape Architect with a sample of all
supplied materials accompanied by analytical compliance or bearing the manufacturer's
guaranteed analysis.
B. Sod Fertilizer. -
1 .
ertilizer:1. Fertilizer shall consist of the following percentages by weight, unless otherwise noted in a
project Soils Report, and shall be mixed by a commercial fertilizer supplier:
10% Nitrogen
20% Phosphoric Acid
10% Potash
C. Import Top Soil:
1. Contractor shall haul and place imported topsoil obtained from off-site sources (if
necessary) to construct the topsoil layer and various other details of the construction
drawings. All costs related to such imported topsoil fill will be included in the contract price,
and no additional or separate payment for imported fill will be due the Contractor.
2. Topsoil shall be secured from an approved off-site location. It shall be fertile, friable, natural
loam containing a liberal amount of humus and shall be capable of sustaining vigorous
plant growth. It shall be free of stone lumps, clods of hard earth, plants or their roots, sticks,
and other extraneous matter. Under no circumstances will topsoil be accepted unless it is
free of the aforementioned contaminants. Contractor may use approved means of treating
the topsoil to ensure its acceptability. Imported topsoil shall be rock free.
3. The soil texture shall be classified as loam or sandy loam according to the "soil triangle"
published by the United States Agriculture Department and the following criteria:
a. Sand (2.0 to 0.05 mm dia.)(No. 10 sieve): Loam 25-50%; Sandy Loam 45-85%.
b. Silt (0.05 to 0.002 mm dia.)(No. 270 sieve): Loam 30-50%; Sandy Loam less than
50%.
C. Clay (smaller than 0.002 mm dia.)(Hydrometer Analysis): Sandy Loam less than
50%.
d. Natural organic content: Not less than 1.5%.
e. pH of Soil: Not more than 7.6.
f. Soil texture shall be determined by utilizing processes as prescribed in ASTM D
422 using the No. 10 and No. 270 sieves and a hydrometer analysis
4. Natural, fertile, friable agricultural soil, having characteristics of representative productive
soils in the vicinity, and obtained from naturally well -drained areas.
5. Topsoil shall not be excessively acid or alkaline nor contain toxic substances.
6-16 Technical Specifications
6. Unsuitable Materials: Topsoil or unclassified fill will be declared as "unsuitable" if any of the
following conditions or matter and particles are present to a degree that is judged
detrimental to the proposed use of the material:
a. Moisture.
b. Decayed or un -decayed vegetation.
C. Hardpan clay, heavy clay, or clay balls.
d. Rubbish.
e. Construction rubble.
f. Sand or gravel.
g. Rocks, cobbles, or boulders.
h. Cementitious matter.
i. Foreign matter of any kind.
D. Plant Material:
1. Plants shall be in accordance with the Texas State Department of Agriculture's
Regulation for nursery inspections, rules, and ratings. Any plants rendered unsuitable for
planting because of an inspection will be considered as samples and will be provided at the
expense of the Contractor.
2. All plants not conforming to the requirements herein specified, shall be considered
defective and such plants, whether in place or not, shall be marked as rejected and
immediately removed from the site of the work and replaced with new plants at the
Contractor's expense. The plants shall be of the species, variety, size, and conditions
specified herein. Under no conditions will there be any substitutions of plants or sizes
listed on the accompanying plans, except with the expressed, written consent of the
Landscape Architect.
3. Plant material shall be true to botanical and common name and variety as specified in the
"American Standard of Nursery Stock Editions" and "Standardized Plant Names".
4. Substitute plant material will not be permitted unless specifically approved, in writing, by
the Landscape Architect.
5. Sod:
a.All sod used shall be true to the turf species specified herein and shall be accompanied
with signed copies of a statement from the vendor certifying that sod is as specified,
and is in accordance with any State of Texas Agricultural Code and is equal to or better
than the requirements of these specifications.
b. Sod shall be certified and of species indicated on the plans. Turf grass shall be nursery
grown on cultivated mineral agricultural soils. Sod shall have been mowed regularly
and carefully, and otherwise maintained according to standard horticultural practices
for the project locale from planting to harvest.
c. Sod shall be weed -free, disease and pest -free, and solid.
d. Sod shall have a minimum of three-quarters (3/4) of an inch of soil, containing the roots
of the turf. Thickness of cut shall be to the supplier's standard width and length.
Maximum allowable deviation from standard widths and lengths shall be plus or minus
1/2" on width and plus or minus 5% on length. Broken strips and torn or uneven ends
will not be accepted.
e. Strength of Sod Strips: Sod strips shall be strong enough to support their own weight and
retain their size and shape if suspended vertically when grasped in the upper 10% of
the section.
6-17 Technical Specifications
f. Moisture Content: Sod shall not be harvested or transplanted when moisture content
(excessively wet or dry) may adversely affect its survival.
g.Time Limitations: Sod shall be harvested, delivered, and transplanted within a 30 hour
period unless a suitable preservation method is approved by the Landscape Architect
prior to delivery. Sod not transplanted within this period shall be inspected and
approved by the Landscape Architect prior to its installation.
h. Thatch: Sod shall be relatively free of thatch. A maximum on 1/2" (uncompressed) thatch
will be permitted.
i. Diseases, Nematodes, and Insects: Sod shall be free of diseases, nematodes, and
soil -borne insects.
j. Weeds: Sod shall be free of objectionable grassy and broadleaf weeds.
C. Water for Turf Establishment: Source furnished by the Contractor, cost and transport of water,
as required, by the Contractor.
D. Soil Saver Netting: Jute mesh netting as manufactured by Ludlow, or approved equal.
PART 3 - EXECUTION
3.01 GENERAL
A. Actual planting shall be performed during those periods when weather and soil conditions
are suitable and in accordance with locally accepted practice, as approved by the Landscape
Architect.
B. Obtain an Owner's certification that final grades to within 0.10' have been established prior
to commencing planting operations. Provide for inclusion of all amendments, settling, etc. The
Contractor shall be responsible for shaping all planting areas as indicated on the drawings, or
as directed by the Landscape Architect.
3.02 PREPARATION
A. Disposal of Excess Soil: Disposal of any unacceptable soil shall be at an off-site location.
Disposal of excess soil, acceptable in condition to the Owner, shall be at an on-site location,
approved by the Owner.
B. Operations for the placement of topsoil shall be done once the general construction has
completed their work and operations. This will lessen the compaction potential of topsoil
caused by equipment access to and from the general construction areas.
C. Coordinate the landscape irrigation installation such that pipe trenching operations do not
cause unacceptable subsoil and oversized stone to be in the desired top 6" of planting soil
depth. The irrigation system may need to be fully installed prior to the spreading of topsoil.
Refer to the Planting Irrigation plans and specifications for pipe and trenching depths.
D. Prior to placing stockpiled or imported topsoil, scarify the subgrade to a minimum depth of
3". This practice will insure a better frictional soil bond between subgrade and imported
material.
E. On-site, acceptable stockpiled topsoil from earthwork operations shall be spread across the
entire landscape and open areas to a depth no greater than 4". This layer shall be free of
stones, stumps, or other deleterious matter one-half (1/2) inch in diameter or larger, and shall
6-18 Technical Specifications
be free from all wire, plaster, brick, wood, or similar objects that would be a hindrance to
planting or maintenance.
F. If the spreading of on-site, acceptable stockpiled topsoil from earthwork operations results in a
depth less than 4", the remainder of the layer depth shall be with imported topsoil,. This
imported topsoil material shall be free of stones, stumps, or other deleterious matter one-half
(1/2) inch in diameter or larger, and shall be free from all wire, plaster, brick, wood, or similar
objects that would be a hindrance to planting or maintenance. Till and incorporate the
stockpiled topsoil with the imported topsoil to its full depth.
G. Prior to planting, import and spread two (2) inches of topsoil to all area to be planted or
seeded. The top two (2) inches shall be free of stones, stumps, or other deleterious matter one-
half (1/2) inch in diameter or larger, and shall be free from all wire, plaster, brick, wood, or
similar objects that would be a hindrance to planting or maintenance. This will provide a
minimum 6" depth of fertile soil in which to plant the proposed landscape.
3.03 GRADE PREPARATION:
A. Immediately before sodding, scarify, loosen, float and drag the upper 1-2 inches of
topsoil to bring it to the proper condition. Remove foreign matter larger than 1/2" in diameter.
B. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine
graded, and drug with a weighted spike harrow or float drag. The required result shall be the
elimination of ruts, humps, objectionable soil clods or depressions that would cause water to
stand or pond immediately after rainfall or operation of the lawn irrigation system, This shall be
the final soil preparation step to be completed before the commencement of fertilizing and
planting.
C. If the prepared grade is eroded or compacted by rainfall prior to fertilizing, rework the
surface to specified condition.
3.04 FERTILIZING:
A. Uniformly distribute fertilizer by mechanical means at the rate of 1-2 pounds of Nitrogen
per 1,000 square feet.
B. If applying a fertilizer with a percentage by weight not as specified, apply at the rate of 2
pounds actual nitrogen per 1,000 square feet.
C. Work fertilizer into the soil after fine grading & not more than 2 days prior to grass
planting. Cultivating equipment shall be set so the fertilizer will not penetrate into the soil more
than 1 inch. Do not apply fertilizer when there is a possibility of rain before lawn areas can be
sodded.
3.05 SPREADING OF TOPSOIL
A. Topsoil and subgrade shall be damp and scarified when topsoil is spread
B. Areas to be sodded shall be topsoiled to a minimum depth of 3 in., compacted measure.
Provide additional topsoil depths as required to construct final grades indicated on the
drawings. Topsoil shall be compacted to 85% completion, determined in accordance with
ASTM: D 1557.
3.06. PRE -PLANT WEED CONTROL:
A. If live perennial weeds exist on site at the beginning of the work, spray with a non-selective,
systemic contract herbicide, as recommended and applied by an approved, licensed landscape
6-19 Technical Specifications
pest control applicator. Leave sprayed plants intact for at least fifteen (15) days to allow
systemic kill.
B. Clear and remove these existing weeds by mowing or grubbing off all plant parts at least 1/4"
below the surface of the soil over the entire area to be planted.
C. After the irrigation system is operational and approved by the Landscape Architect, apply water
for five (5) to ten (10) calendar days, as needed to achieve weed germination. Apply contact
herbicides and wait as needed before planting. Repeat, if required by the Landscape Architect.
D. Maintain the site weed -free until final acceptance by the Landscape Architect, utilizing
mechanical and chemical treatment.
3.07 PLANTING
A. Sod Preparations and Operations:
1. Refer Section 3.06 Pre -Plant Weed Control
2. All trees, shrubs, groundcover, and seasonal color/bulbs shall be installed prior to sodding
in the area. The Contractor shall be responsible for coordination with other trades as
required.
3. Install only sod that has been cut at the place of growth 24 hours prior to the time of
installation.
4. Frequently water sod that is stored on-site, waiting installation. During hot weather
conditions, all sod which has not been installed and has not been watered while awaiting
installation shall be rejected and removed from the project and disposed of at the
Contractor's expense.
5. Apply fertilizer to the finish grade and work into the top 1/2" of soil. Apply the fertilizer at a
rate of two (2) pounds of nitrogen per 1000 square feet of area.
6. Lightly water the sod bed prior to sod installation with a fine mist spray.
7. The first row shall be laid in a straight line with subsequent rows parallel to the first row and
tightly abutting each other. Install sod so that adjacent strips butt tightly together, with no
gaps or spaces between the strips. Lay sod on all slopes perpendicular with the direction
of surface drainage. Stagger all sod joints in a running -bond pattern. Sodded areas shall
be flush with adjacent seeded or established turf areas.
8. Lateral sod joints shall be staggered. Care shall be exercised to insure that the sod is
neither stretched nor overlapped. Joints must be butted tightly to prevent voids that could
permit air to dry out roots.
9. After placement of sod, roll the sod thoroughly to establish soil contact and to remove slight
grade undulations and air pockets.
10. Plastic mesh: All plastic mesh backing applied to the harvested sod at the growing facility
shall be removed in its entirity during the installation of sod at the project. Dispose of plastic
mesh off site.
11. Sod placed of a 3:1 slope, or steeper, shall be staked. Stakes shall be galvanized pins,
wood pegs or other methods approved by the Landscape Architect, and a minimum of six
6-20 Technical Specifications
(6) inch in length. A minimum of 2 stakes shall be installed for each strip of sod and a
maximum of 18" spacing of stakes shall not be exceeded.
12. Immediately water sod thoroughly after installation.
13. Remove all sod, sod clumps, and soil immediately after the installation. Wash off all plant
material and pavement.
14. Immediately after sodding operations have been completed, entire surface shall be
compacted with a roller or other approved equipment. The completed area after sodding
shall be uniformly even, firm, and true to finished grade lines.
15. Time Limit: All sod which has not been installed within eight (8) hours of delivery shall be
rejected and removed from the project and disposed of at the Contractor's expense.
3.08 CLEAN-UP
A. After all planting operations have been completed, remove all trash, excess soil, empty
plant containers, rubbish, and all debris associated with this Contract from the site. All scars,
ruts, trench settlement, or other marks in the ground caused by this work shall be repaired and
the ground left in a neat and orderly condition throughout the site. The Contractor shall pick up
all trash, including surplus subgrade material and stone and foreign matter, resulting from this
work no less frequently than each Friday before leaving the site, once a week, or the last
working day of each week. All trash shall be removed completely from the site.
B. Paved areas over which hauling operations have been conducted shall be kept clean.
Promptly remove materials spilled on pavement. The Contractor shall leave the site area
broom -clean and shall wash down all paved areas within the Contract area, leaving the
premises in a clean condition. All walks shall be left in a clean and safe condition.
C. Excess topsoil not required for lawns or planting shall be stockpiled on site for future use as
directed by the Owner's representative.
D. Repair existing lawns damaged by operations under the contract. Repair shall include finish
grading or sodding as required to match existing grade and lawn, and maintenance of repaired
areas.
3.09 OBSERVATION SCHEDULE
A. The Contractor shall be responsible for notifying the Landscape Architect in advance for
the following site visits, according to the time indicated:
1. Pre -job Conference - 7 days
2. Final grade review - 2 days
3. Soil Preparation and planting operations - 2 days
4. Pre -maintenance - 7 days
5. Final inspection - 7 days
B. When observations are conducted by someone other than the Landscape Architect, the
Contractor shall show evidence, in writing, of when and by whom these observations were
made.
C. NO site visits shall commence without all items noted in previous Observation Reports
either completed or remedied unless such compliance has been waived by the Owner. Failure
to accomplish punch list tasks or prepare adequately for desired inspections shall make the
Contractor responsible for reimbursing the Landscape Architect at his current billing rates per
hour, portal to portal (plus transportation costs) for the inconvenience. NO further inspections
shall be scheduled until this charge has been paid and received.
6-21 Technical Specifications
3.10 MAINTENANCE
A. Immediately after sodding, the area shall be protected against traffic or other use by erecting
barricades as needed, and by placing approved warning signs at appropriate intervals.
B. Mow during establishment only for the purpose of weed control and to promote quicker
spreading. Mow to a 2" height.
C. Fill any depressions or settlement that occurs within 90 days following installation. Resod bare
spots that occur during the maintenance period as directed by the Landscape Architect.
D. Keep lawns clean and protected from damage during the maintenance period. Debris that
accumulates shall be removed from the site. Promptly repair damaged lawns except as pro-
vided in Paragraph 1.8, guarantee.
E. Irrigate as required to supplement natural rainfall so that all lawn areas receive sufficient water
for normal plant growth. Furnish all irrigation equipment needed for watering or be responsible
for securing adequate supply of water if an automatic irrigation system does not exist, is not
operating or is not designed in a particular area.
F. A second fertilizer application shall be made 60 days after installation. The specified fertilizer
shall be a ratio of 15-5-10 applied at 800 pounds per acre.
END OF SECTION
6-22 Technical Specifications
TECHNICAL SPECIFICATION TS -03
DECOMPOSED GRANITE
PARTI-GENERAL
1.01 GENERAL CONDITIONS
A. Requirements of "General Conditions of the Contract' and of Division I, "General
Requirements", apply to work in this Section with same force and effect as though
repeated in full herein.
1.02 SCOPE OF WORK
A. Furnish materials, labor, transportation, services, and equipment necessary to install
decomposed granite paving as indicated on Drawings and as specified herein.
B. Work related in other Sections:
1. Section 32 8400 - Planting Irrigation: Coordination of irrigation spray heads (see
Irrigation plans and notes).
2. Section 32 9300 — Tress, Shrubs, and Groundcover: Coordination of planting
along edges of decomposed granite paving and composite header.
3. Section 04 4000 — Landscape Boulders: Coordination of placement of Landscape
Boulders within decomposed granite paving
1.03 REFERENCES
A. ASTM C 136 — Method for Sieve Analysis for Fine and Coarse.
1.04 SUBMITTALS
A. In accordance with Division 1.
B. Submit specification data Cut Sheets for products specified under this Section.
6-23 Technical Specifications
C. Products: Five pound sample and sieve analysis for grading of decomposed granite
material.
1.05 TESTS
A. Perform gradation of decomposed granite material in accordance with ASTM C 136.
1.06 MOCK-UPS
A. Install a 4 -foot wide x 10 -foot long mock-up of decomposed granite paving with
compacted with a vibrating plate at location as directed by Owner's Authorized
Representative.
B. This mock-up will be the standard from which future work will be judged.
C. Remove Mock-up completely prior to Final Payment.
1.07 ENVIRONMENTAL CONDITIONS
A. Do not install decomposed granite paving during rainy conditions.
1.08 PRODUCT DELIVERY, STORAGE AND HANDLING
A. In accordance with Division 1.
1.09 COORDINATION
A. Notify contractors related to installation of his work in ample time, so as to allow sufficient
time for those contractors to perform their portion of work.
1.10 QUALITY ASSURANCE
A. Installer: Provide evidence to indicate successful experience in providing decomposed
granite.
B. Minimum Experience: 5 years
1.11 INSPECTION OF SITE
A. Verify conditions at site that affect Work of this Section, and take field measurements as
required. Report major discrepancies between Drawings and field dimensions to
Owner's Authorized Representative prior to commencing Work.
1.12 EXCESS MATERIALS
A. Provide Owner's Authorized Representative with the following excess materials for use in
future decomposed granite paving repair:
1. Four, 40 Ib. Bags of decomposed granite screenings with source location provided.
PART 2 -PRODUCTS
.. 2.01 DECOMPOSED GRANITE SCREENINGS
A. Washed, natural -colored crushed granite stone, free of clay, friable materials and debris
and graded in accordance with ASTM C 136 within the following limits:
1. Gradation: As determined by ASTM C 136 methodology.
6-24 Technical Specifications
Sieve Size Percent Passing
1/2"
95- 100
3/8"
90-100
No. 4
50-100
No. 30
25 to 55
No. 100
10 to 20
No. 200
5 to 18
2. Sand Equivalent: As determined by ASTM D-2419 methodology. Shall have a
minimum of 30.
3. R -Value: As determined by ASTM D-2488 methodology. Shall have a minimum of
70.
PART 3 - EXECUTION
3.01 SURFACE PREPARATION
A. Verify that gradients and elevations of subgrade are correct. Ensure that a minimum of
2% of cross slope will be provided. Contact Owner's Authorized Representative if this
minimum percentage will not be maintained.
B. Verify that weed barrier or plastic sheeting will extend to edge of decomposed granite
paving.
C. Remove loose material from compacted sub -base surface immediately before placing
decomposed granite screenings.
D. Wet surface prior to placing decomposed granite screenings.
3.02 PLACEMENT OF DECOMPOSED GRANITE SCREENINGS
A. Place decomposed granite screenings in two inch lifts to a depth of four inches, applying
moisture and compacting with a vibratory plate after each lift.
B. Grade and smooth decomposed granite paving per approved Owner's Authorized
Representative mock-up.
C. Apply water until moisture penetrates to full depth of decomposed granite screenings. It
is critical that full section of decomposed granite screenings receive water at this time.
D. Upon thorough moisture penetration, compact decomposed granite screenings to within
90% relative compaction by using a vibrating plate.
E. Take care in compacting decomposed granite screenings when adjacent planting and
irrigation systems.
F. Allow the finished surface enough time to dry completely before allowing traffic.
3.03 REPAIRS AND PROTECTION
6-25 Technical Specifications
A. Remove and replace decomposed granite paving that is damaged, defective, or does not
met requirements of this Section.
B. Protect decomposed granite paving from damage until Final Payment.
3.04 CLEANUP
A. Upon completion of Work under this Section, remove rubbish, waste and debris resulting
from Contractor's operations. Leave work area in a neat and clean condition.
END OF SECTION
TECHNICAL SPECIFICATION TS -04
PLANTING IRRIGATION
PART 1 -GENERAL
1.01 GENERAL CONDITIONS
The requirements of the "General Conditions of the Contract" and of Division 1, "General Requirements",
shall apply to all work of this Section with the same force and effect as though repeated in full herein.
1.02 SCOPE OF WORK
A. Provide all labor, materials, transportation, and services necessary to furnish and install Irrigation
Systems as shown on the drawings and described herein.
B. Related work in other sections:
1. Landscape Planting
C. The term of "LANDSCAPE ARCHITECT" shall refer to Teague Nall and Perkins, Inc., 1100
Macon Street, Fort Worth, Texas 76102.
1.03 QUALITY ASSURANCE & REQUIREMENTS
A. Permits and Fees: The Contractor shall obtain and pay for any and all permits and all
observations as required.
B. Manufacturer's Directions: Manufacturer's directions and detailed drawings shall be followed in
all cases where the manufacturers of articles used in this contract furnish directions covering
points not shown in the drawings and specifications
6-26 Technical Specifications
C. Ordinances and Regulations: All local, municipal, and state laws, and rules and regulations
governing or relating to any portion of this work are hereby incorporated into and make a part of
these specifications, and their provisions shall be carried out by the Contractor. Anything
contained in these specifications shall not be construed to conflict with any of the above rules and
regulations or requirements of a better quality, higher standard, or larger size than is required by
the above rules and regulations, the provisions of these specifications and drawings shall take
precedence.
D. Explanation of Drawings:
1. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc.,
which may be required. The Contractor shall carefully investigate the structural and finished
conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc.,
as may be required to meet such conditions. Drawings are generally diagrammatic and
indicative of the work to be installed. The work shall be installed in such a manner as to
avoid conflicts between irrigation systems, planting, and architectural features.
2. All work called for on the drawings by notes or details shall be furnished and installed
whether or not specifically mentioned in the specifications.
3. The Contractor shall not willfully install the irrigation system as shown on the drawings
when it is obvious in the field that obstructions, grade differences or discrepancies in area
dimensions exist that might not have been considered in engineering. Such obstructions or
differences should be brought to the attention of the Landscape Architect immediately. In the
event this notification is not performed, the Irrigation Contractor shall assume full
responsibility for any revision necessary.
1.04 SUBMITTALS
A. Material List:
1. The Contractor shall furnish the articles, equipment, or processes specified by name in
the drawings and specifications. No substitution will be allowed without prior written approval
by the Landscape Architect.
2. Complete material list shall be submitted prior to performing any work. Material list shall
include the manufacturer, model number, and description of all materials and equipment to
be used.
3. Equipment or materials installed or furnished without prior approval of the Landscape
Architect may be subject to rejection, and the Contractor required to remove such materials
from the site at his own expense.
4. Approval of any item, alternate, or substitute indicates only that the product or products
apparently meet the requirements of the drawings and specifications on the basis of the
information or samples submitted.
5. Manufacturer's warranties shall not relieve the Contractor of his liability under the
guarantee. Such warranties shall only supplement the guarantee.
B. Record and As -Built Drawings:
1. The Contractor shall provide and keep an up-to-date and complete "as -built" record set of
blue line ozalid prints which shall be corrected daily and show every change from the original
drawings and specifications, the exact "as -built" locations, sizes, and kinds of equipment.
Prints for these purposes may be obtained from the Landscape Architect at cost. This set of
drawings shall be kept on the site and shall be used only as a record set.
6-27 Technical Specifications
These drawings shall also serve as work progress sheets and shall be the basis for
measurement and payment for work completed. These drawings shall be available at all
times for inspection and shall be kept in a location designated by the Landscape Architect.
Should the record blue line as -built progress sheets not be available for review or not up-to-
date at the time of any inspection (refer to Section 3.09 - Observation Schedule), it will be
assumed no work has been completed and the Contractor will be assessed the cost of that
site visit at the current billing rate of the Landscape Architect. No other observations shall
take place prior to payment of that assessment.
The Contractor shall make neat and legible notations on the as -built progress sheets
daily as the work proceeds, showing the work as actually installed. For example, should a
piece of equipment be installed in a location that does not match the plan, the Contractor
must indicate that equipment has been relocated in a graphic manner so as to match the
original symbols as indicated in the irrigation legend. The relocated equipment and
dimensions will then be transferred to the original as -built plan at the proper time.
4. Hand drawn: In lieu of electronically drawn, before the date of the final inspection, the
Contractor shall transfer all information from the "as -built" prints to a sepia Mylar, or similar
Mylar material, procured from the Landscape Architect. All work shall be in waterproof India
ink and applied to the Mylar be a technical pen made expressly for use on Mylar material.
Such pen shall be similar to those manufactured by Rapidograph, Kueffell & Esser, or Faber
Castell. The dimensions shall be made so as to be easily readable, even on the final
controller chart (see Section C). The original Mylar "as -built" plan shall be submitted to the
Landscape Architect for approval prior to the making of the controller chart.
5. Electronically drawn: In lieu of hand drawn, before the date of the final inspection, the
Contractor shall transfer all information from the "as -built" prints to an AutoCAD electronic file
procured from the Landscape Architect. All work shall be documented on a unique and
separate layer. The electronically drawn "as -built" plan shall be submitted to the Landscape
Architect for approval prior to the making of the controller chart.
The Contractor shall dimension from two (2) permanent points of reference - building
corners, sidewalks, road intersections, etc. - the location of the following items:
a. Connection to existing water lines
b. Connection to existing electrical power
c. Gate valves
d. Routing of irrigation pressure lines (dimension maximum 100' along routing).
e. Irrigation control valves.
f. Routing of control wiring.
g. Quick coupling valves.
h. Road and sidewalk borings
I. Other related equipment as directed by the Landscape Architect
7. On or before the date of the final inspection, the Contractor shall deliver the corrected
and completed sepias to the Landscape Architect. Delivery of the sepias will not relieve the
Contractor of the responsibility of furnishing required information that maybe omitted from the
prints.
C. Controller Charts:
1. As -built drawings shall be approved by the Landscape Architect before controller charts
are prepared.
Provide on (1) controller chart for each controller supplied.
6-28 Technical Specifications
3. The chart shall show the area controlled by the automatic controller and any area under
a manual irrigation. The chart shall be the maximum size which the controller door will allow.
4. The chart is to be a reduced drawing of the actual as -built system. However, in the event
the controller sequence is not legible when the drawing(s) is reduced, it shall be enlarged to a
size that will be readable when reduced.
5. The chart shall be a black line or blue line ozalid print. A different color shall be used to
indicate the area of coverage for each station.
6. When completed and approved, the chart will be hermetically sealed between two (2)
pieces of plastic, each piece being a minimum 10 mils thickness.
7. These charts shall be completed and approved prior to final inspection of the irrigation
system.
D. Operation and Maintenance Manuals:
1. Prepare and deliver to the Landscape Architect within ten (10) calendar days prior to
completion of construction, two (2) hard cover binders with three (3) rings containing the
followings information:
a. Index sheet stating Contractor's address and telephone number, list of equipment with
name and addresses of local manufacturer's representative
b. Catalog and parts sheets on every material and equipment installed under this contract.
c. Guarantee statement.
d. Complete operating and maintenance instructions on all major equipment, i.e. the
automatic controller(s).
2. In addition to the above mentioned maintenance manuals, provide the Landscape
Architect with instructions for major equipment and show evidence, in writing, to the
Landscape Architect at the conclusion of the project that this service has been rendered.
E. Equipment to be Furnished:
1. Supply as a part of this Contract the following tools:
a. Two (2) sets of special tools required for removing, disassembling and adjusting each
type of irrigation head and valve supplied on this project.
b. Two (2) five foot valve keys for operation of the ball and remote control valves.
c. Two (2) keys for each automatic controller.
d. One (1) quick coupler key and matching hose swivel ell for every five (5), or fraction
thereof, of each type of quick coupling valve installed.
1.05 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling,
loading, unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a
vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or
concentrated external load at any point. Any section of pipe that has been damaged will be
discarded and, if installed, shall be replaced with new piping.
6-29 Technical Specifications
1.06 SUBSTITUTIONS
A. If the Contractor wishes to substitute any equipment or materials for those equipment or
materials listed on the drawings and specifications, he may do so by providing the following
information to the Landscape Architect for approval:
1. Provide a statement indicating the reason for making the substitution. Use a separate
sheet of paper for each item to be substituted.
2. Provide descriptive catalog literature, performance charts, and flow charts for each item
to be substituted.
3. Provide the amount of cost savings if the substituted item is approved.
B. The Landscape Architect shall have the sole responsibility in accepting or rejecting any
substituted item as an approved equal to those equipment and materials listed on the irrigation
drawings and specifications
1.07 GUARANTEE
A. The guarantee for the planting irrigation system shall be made in accordance with the attached
form. The general conditions and supplementary conditions of these specifications shall be filed
with the Owner and the Landscape Architect prior to acceptance of the irrigation system.
B. A copy of the guarantee form shall be included in the operations and maintenance manual.
C. The guarantee form shall be re -typed onto the Contractor's letterhead and contain the following
information:
GUARANTEE FOR PLANTING IRRIGATION SYSTEM
We hereby guarantee that the planting 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 material or workmanship which may develop to 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 a reasonable time, as determined by the Owner, after
receipt of written notice. In the event of our failure to make such repairs or replacement within a
reasonable time after receipt of written notice from the Owner, 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:
LOCATION:
SIGNED:
COMPANY:
6-30 Technical Specifications
ADDRESS:
PHONE: ( ) --
DATE OF ACCEPTANCE:
PART 2 - PRODUCTS
2.01 MATERIALS
A. General: Use only new materials of brands and types noted on drawings, specified herein, or
approved equals.
B. PVC pressure main line pipe and fittings:
1. Pressure main line piping for sizes 2 1/2" and smaller shall be PVC Class 200 with
solvent welded joints.
2. Pipe shall be make from NSF approved Type I, Grade II PVC compound conforming to
ASTM resin specification D1784. All pipes must meet requirements as set forth in Federal
Specification PS -22-70.
3. PVC solvent -weld fittings shall be Schedule 40, 1-2, II -1 NSF approved conforming to
ASTM test procedure D2466.
6-31 Technical Specifications
4. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type and
installation methods prescribed by the manufacturer.
5. All PVC pipe must bear the following markings:
a. Manufacturer's name
b. Nominal pipe size
c. Schedule or class
d. Pressure rating in P.S.I.
e. NSF (National Sanitation Foundation) approval
f. Date of extrusion
6. All fittings shall bear the manufacturer's name or trademark, material designation, size,
applicable I.P.S. schedule and NSF seal of approval.
C. PVC Non -Pressure Lateral Line Piping:
1. Non -pressure buried lateral line piping shall be PVC class 200 with solvent -weld joints.
2. Pipe shall be made from NSF approved, Type I, Grade II PVC compound to ASTM resin
specification D1784. All pipes must meet requirements set forth in Federal Specification PS -
22 -70 with an appropriate standard dimension ratio.
3. Except as noted in paragraphs 1 and 2 of Section 2.01B, all requirements for non-
pressure lateral line pipe and fittings shall be the same as for solvent -weld pressure main line
pipe and fittings as set forth in Section 2.01 B of these specifications.
D. Copper Piping and Fittings:
1. Copper piping shall be type "K" hard -drawn with "sweat" type fittings.
2. Pipe and fittings shall be assembled with 50/50 soft solder and non-erosive flux. Solder
shall take up capillary action and joints shall be made tight without build-up head.
3. Pipe ends shall be squared, reamed to remove burrs, and cleaned bright with fine
sandpaper and steel wool.
E. Ball Valves:
1. Ball valves 3" and smaller shall be similar to those manufactured by Lasco, or approved
equal.
2. Ball valves 3" and smaller shall have threaded ends shall be equipped with a hand lever.
3. All ball valves shall be installed per installation detail and the manufacturer's
recommendations.
F. Quick Coupling Valves: Quick coupling valves shall have a brass two-piece body designed for
working pressure of 150 p.s.i. operable with quick coupler. Key size and type shall be as shown
on the plans.
G. Backflow Prevention Units:
1. Backflow prevention units shall be of size and type indicated on the drawings. Install
backflow prevention units in accordance with irrigation construction details.
6-32 Technical Specifications
2. Wye strainers at backflow prevention units shall have a bronzed, screwed body with 60
mesh monel screen and shall be similar to Bailey #10013, or approved equal.
H. Automatic Drain Valves:
1. Automatic drain valves shall be plunger type, duty virgin PVC construction, with small
thread inlet.
2. Drain valve shall be installed at an angle of 30 to 45 degrees horizontal, in a direction to
facilitate pipe drainage.
3. Provide sump pit for drainage.
I. Control Wiring:
1. Connections between the automatic controllers and the electric control valves shall be
made with direct burial copper wire, AWG-U.F. 600 volt.
2. Pilot wires shall be a different color wire for each automatic controller.
3. Common wires shall be white with a different color stripe for each automatic controller.
4. Install in accordance with valve manufacturer's specifications and wire chart. In no case
shall the wire size be less than #14 gauge.
5. Wiring shall occupy the same trench and shall be installed along the same route as
pressure supply or lateral lines wherever possible.
6. Where more than one (1) wire in placed in a trench, the wiring shall be taped together at
intervals of ten (10) feet.
7. An expansion curl shall be provided within three (3) feet of each wire connection.
Expansion curl shall be of sufficient length at each splice connection at each electric remote
control valve, so that in case of repair, the valve bonnet may be brought to the surface
without disconnecting the control wires. Control wires shall be laid loosely in the trench
without stress or stretching of control wire conductors.
8. All splices shall be made with Scotch -Lok #3576 Connector Sealing Packs, Rain Bird
Snap-Tite wire connector, or approved equal. Use one (1) splice per connector sealing pack.
9. Field splices between the automatic controller and electrical control valves will not be
allowed without prior approval of the Landscape Architect. All approved field splices shall be
placed in a Control Valve Box and labeled appropriately.
J. Automatic Controllers:
1. Automatic controllers shall be of size and type shown on the plans.
2. Final location of the automatic controller shall be approved by the Landscape Architect.
3. Unless otherwise noted on the plans, the 120 volt electrical power to each automatic
controller location shall be furnished by the Contractor. The final electrical hook-up shall be
the responsibility of the Contractor.
K. Electrical Control Valves:
6-33 Technical Specifications
All electric control valves shall be the same manufacture as the automatic controller.
2. All electric control valves shall have a manual flow adjustment.
3. Furnish and install one (1) control valve box for each electric control valve.
L. Control Valve Boxes:
1. Use 10" round box for all field splices, Oldcastle Enclosure Solutions Model 910 with green
cover, or approved equal. Extension sleeves shall be 6" PVC minimum size.
2. Use 14" X 19" standard rectangular box for all gate valves and quick coupler valves,
Oldcastle Enclosure Solutions Model 1419 with green, "Drop -N -Lock" lid cover, or approved
equal. Extension sleeves shall be 6" PVC minimum size.
3. Use 13" X 24" jumbo rectangular box for all electric control valves, Oldcastle Enclosure
Solutions Model 1324 with green, "Drop -N -Lock" lid cover, or approved equal. Extension
sleeves shall be 6" PVC minimum size.
M. Irrigation Heads:
1. All irrigation heads shall be of the same size, type, and deliver the same rate of
precipitation with the diameter (or radius) of throw, pressure, and discharge as shown on the
drawings, or specified in these special provisions.
2. Spray heads shall have a screw adjustment.
3. Riser units shall be fabricated in accordance with the details shown on the plans.
4. Riser nipples for all irrigation heads shall be the same size as the riser opening in the
irrigation body.
5. All irrigation heads of the same type shall be of the same manufacture.
PART 3 - EXECUTION
3.01 INSPECTION
A. Site Conditions:
1. All scaled dimensions are approximate. The Contractor shall check and verify all size
dimensions and receive the Landscape Architect's approval prior to proceeding with work
under this section.
2. Exercise extreme care in excavating and working near existing utilities. The Contractor
shall be responsible for damages to utilities which are caused by his operations or neglect.
Check existing utilities drawings for existing utility locations.
3. Coordinate installation of planting irrigation materials including pipe, so there shall be NO
interference with utilities or other construction or difficulty in planting trees, shrubs, and
ground covers.
4. The Contractor shall carefully check all grades to satisfy himself that he may safely
proceed before starting work on the planting irrigation system.
3.02 PREPARATION
6-34 Technical Specifications
A. Physical Layout:
1. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and
location of irrigation heads.
2. All layout shall be approved by the Landscape Architect prior to installation.
B. Water Supply:
1. Planting irrigation system shall be connected to water supply points of connection as
indicated on the drawings.
2. Connections shall be made at approximate locations as shown on the drawings. The
Contractor is responsible for minor changes caused by actual site conditions.
3. The point of connection shall be as shown on the drawings and shall be furnished by the
Contractor, unless otherwise specified.
C. Electrical Supply:
1. Electrical connections for the automatic controller shall be made to electrical points of
connection as indicated on the drawings.
2. Connections shall be made at approximate locations, as shown on the drawings. The
Contractor is responsible for minor changes caused by actual site conditions.
3.03 INSTALLATION
A. Trenching:
1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an
even grade. Trenching excavation shall follow layout indicated on the drawings, and as
noted.
2. Provide for a minimum of eighteen (18) inches cover for all pressure supply lines.
3. Provide for a minimum cover of twelve (12) inches for all non -pressure lines.
4. Provide for a minimum cover of eighteen (18) inches for all control wiring.
B. Backfilling:
The trenches shall be backfilled a maximum of 50% with all joints exposed until all
required tests are performed. Trenches shall be carefully backfilled with the excavated
materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other
approved materials, free from large clods of earth or stones. Backfill shall be mechanically
compacted landscaped areas to a dry density equal to adjacent undisturbed soil in planting
areas. Backfill will conform to adjacent grades without dips, sunken areas, humps, or other
surface irregularities.
2. A fine granular material backfill will be initially placed on all lines. No foreign matter
larger than one-half (1/2) inch in size will be permitted in the initial backfill.
3. Flooding of trenches will be permitted only with approval of the Landscape Architect.
6-35 Technical Specifications
4. If settlement occurs and subsequent adjustments in pipe, valves, irrigation heads, lawn or
planting, or other construction are necessary, the Contractor shall make all required
adjustments without cost to the Owner.
C. Trenching and Backfill Under Paving:
Trenches located under areas where paving, asphaltic concrete or concrete, will be
installed shall be backfilled with sand (a layer of six [6] inches below the pipe and three [3]
inches above the pipe) and compacted in layers to 95% standard proctor, using manual or
mechanical tamping devices. Trenches for piping shall be compacted to equal the
compaction of the existing adjacent undisturbed soil and shall be left in a firm, unyielding
condition. All trenches shall be left flush with the adjoining grade. The Contractor shall set in
place, cap, and pressure test all piping under paving prior to the paving work.
2. Generally piping under existing walks is done by jacking, boring, or hydraulic driving, but
where any cutting or breaking of sidewalks or concrete is necessary, it shall be done and
replaced by the Contractor as part of the contract cost, to the satisfaction of the Landscape
Architect. Permission to cut or break sidewalks or concrete shall be obtained from the
Landscape Architect. NO hydraulic driving will be permitted under concrete paving.
3. Provide for a minimum cover of eighteen (18) inches between the top of the pipe and the
bottom of the aggregate base for all pressure and non -pressure piping installed under
asphaltic concrete paving.
D. Assemblies:
1. Routing of planting irrigation lines as indicated on the drawings is diagrammatic. Install
lines (and various assemblies) in such a manner as to conform to the details per plans.
2. Install NO multiple assemblies in plastic lines. Provide each assembly with its own outlet.
3. Install all assemblies specified herein in accordance with the respective detail. In the
absence of detail drawings or specifications pertaining to specific items required to complete
the work, perform such work in accordance with the best standard practice, with the approval
of the Landscape Architect.
4. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust, and moisture before the
installation. Installation and solvent welding methods shall be as recommended by the pipe
and fitting manufacturer.
On PVC to metal connections, the Contractor shall work the metal connections first.
Teflon tape, or approved equal, shall be used on all threaded PVC to PVC, and on all
threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded
PVC connections are required, use threaded PVC adapters into which the pipe may be
welded.
E. Line Clearance: All lines shall have a minimum clearance of six (6) inches from each other and
from lines of other trades. Parallel lines shall not be installed directly over one another.
F. Automatic Controller: Install the automatic controller(s) in accordance with the manufacturer's
instructions. Remote control valves shall be connected to the controller in the numerical
sequence as shown on the drawings.
G. High Voltage Wiring for Automatic Controller:
120 volt electrical service for the automatic controller shall be the responsibility of the
Contractor. The Contractor shall be responsible for permitting and getting the electrical utility
service company to install the appropriate electrical service and meter base necessary to
6-36 Technical Specifications
operate each automatic controller. The final location of the electrical meter base shall be
approved by the Landscape Architect.
120 volt electrical service connection to the automatic controller shall be provided by the
Contractor.
3. All electrical work shall conform to local codes, ordinances, and union authorities having
jurisdiction.
H. Remote Control Valves: Install remote control valves where shown on the drawings and per the
detail. When valves are grouped together, allow at least thirty-six (36) inches between valves.
Install each remote control valve in a separate valve box. Each valve number (per the drawings)
shall be stenciled on the valve box lid with exterior paint. Paint color shall be flat black. Stencil
number size shall be 3" in height. Additionally, on each valve install a waterproof tag with the
valve number legibly written. Afix to the valve using plastic tie or galvenized wire that will not
impede the manual operation of the valve.
I. Ball Valves: Install ball valves where shown on the drawings and per the detail. When valves are
grouped together, allow at least thirty-six (36) inches between valves. Install each ball valve in a
separate valve box. Each ball valve shall have stenciled on the valve box lid, "BV" with exterior
paint. Paint color shall be flat black. Stencil letter size shall be 3" in height.
J. Quick Coupler Valves: Install where shown on the drawings and per the detail. Install each quick
coupler valve in a separate valve box. Each quick coupler valve shall have stenciled on the valve
box lid, "QC" with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in
height.
K. Flushing of the System:
After all new irrigation pipe lines and risers are in place and connected, all necessary
diversion work has been completed, and prior to installation of the irrigation heads, the
control valves shall be opened and full head of water used to flush out the system.
2. Irrigation heads shall be installed only after flushing of the system has been
accomplished to the complete satisfaction of the Landscape Architect.
L. Irrigation Heads:
Install the irrigation heads as designated on the drawings. Irrigation heads to be installed
in this work shall be equivalent in all respects to those itemized.
2. Spacing of heads shall not exceed the maximum indicated on the drawings. In NO case
shall the spacing exceed the maximum recommended by the manufacturer.
M. Field Splices: Install field splices of control valve wiring in a valve box (see Section 2.01 L.1).
Each field splice valve box lid shall have stenciled "Field Splice" on it with exterior paint. Paint
color shall be flat black. Stencil letter shall be 3" in height.
3.04 TEMPORARY REPAIRS
The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system
equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor
of his responsibilities under the terms of the guarantee as herein specified.
6-37 Technical Specifications
3.05 FIELD QUALITY CONTROL
A. Adjustment of the System:
1. The Contractor shall flush and adjust all irrigation heads for optimum performance and to
prevent overspray onto walks, roadways, and buildings as much as possible.
2. If it is determined by the Landscape Architect that adjustments in the irrigation equipment
will provide proper and more adequate coverage, the Contractor shall make such
adjustments prior to planting. Adjustments may also include changes in nozzle sizes and
degrees of arc as required.
3. Lowering raised irrigation heads by the Contractor shall be accomplished within ten (10)
calendar days after notification by the Landscape Architect.
4. All irrigation heads shall be set perpendicular to finished grades unless otherwise
designated on the drawings.
B. Testing of Irrigation System:
1. The Contractor shall request the presence of the Landscape Architect, in writing, at least
24 hours in advance of the testing.
2. Test all pressure lines under hydrostatic pressure of 150 pounds per square inch, and
prove watertight. Note that the testing of pressure main lines shall occur prior to installation
of the electric remote control valves.
3. All piping under paved areas shall be tested under hydrostatic pressured of 150 pounds
per square inch, and proved watertight, prior to paving.
4. Sustain pressure in lines for not less than four (4) hours. If leaks develop, replace joints
and repeat the test until the entire system is proven watertight.
5. All hydrostatic tests shall be made only in the presence of the Landscape Architect. NO
pipe shall be completely backfilled until it has been inspected, tested, and approved in
writing.
6. Furnish necessary force pump and all other test equipment.
7. When the planting irrigation system is completed, perform a coverage test in the
presence of the Landscape Architect, to determine if the water coverage for planting areas is
complete and adequate. Furnish all materials and perform all work required to correct any
inadequacies of coverage due to deviations from plans, or where the system has been
willfully installed, as indicated on the drawings, when it is obviously inadequate, without
bringing this to the attention of the Landscape Architect. This test shall be accomplished
before any ground cover is planted.
8. Upon completion of each phase of work, the entire system shall be tested and adjusted
to meet site requirements.
3.06 MAINTENANCE
A. The entire planting irrigation system shall be under full automatic operation for a period of seven
(7) calendar days prior to any planting.
6-38 Technical Specifications
B. The Landscape Architect reserves the right to waive or shorten the operation period.
3.07 CLEAN-UP
Clean-up shall be made daily as each portion of the work progresses. Refuse and excess dirt shall be
removed, all walks and paving shall be broomed or washed down, and any damage sustained on the
work of others shall be repaired to the original condition.
3.08 FINAL OBSERVATION PRIOR TO ACCEPTANCE
A. The Contractor shall operate each system in its entirety for the Landscape Architect, at the time
of the final observation. Any items deemed not acceptable by the Landscape Architect shall be
re -worked to the complete satisfaction of the Landscape Architect.
B. The Contractor shall show evidence to the Landscape Architect that the Owner has received all
accessories, charts, record drawings, and equipment as required before final inspection can
occur.
3.09 OBSERVATION SCHEDULE
A. The Contractor shall be responsible for notifying the Landscape Architect, in advance, for the
following observation meetings, according to the time indicated:
1. Pre -Job Conference - 7 days.
2. Pressure supply line installation & testing - 48 hours
3. Automatic controller installation - 48 hours
4. Control wire installation - 48 hours
5. Lateral line and irrigation installation - 48 hours
6. Coverage test - 48 hours
7. Final inspection - 7 days
B. When observations have been conducted by other than the Landscape Architect, show evidence,
in writing, of when and by whom these observations were made.
C. NO site observations will commence without as -built drawings. In the event the Contractor calls
for a site visit without as -built drawings, without completing previously noted corrections, or
without preparing the system for the said visit, he shall be responsible for reimbursing the
Landscape Architect at his current billing rates per hour, portal to portal (plus transportation
costs) for the inconvenience. NO further site visits will be scheduled until this charge has been
paid and received.
END OF SECTION
6-39 Technical Specifications
SECTION 7
GEOTECHNICAL REPORT
T H E - C I T Y- O F
COFFELL
x 1
7-1
Geotechnica,' Report
GEOTECHNICAL ENGINEERING STUDY
WOODRIDGE CHANNEL IMPROVEMENTS
SWC SANDY LAKE ROAD AT
S. MACARTHUR BOULEVARD
COPPELL, TEXAS
Presented To:
Teague, Nall and Perkins, Inc.
October 2014
PROJECT NO. 131-14-135
_�Ocmi ENGINEERING, INC.
October 24, 2014
Report No. 131-14-135
Teague, Nall and Perkins, Inc.
1100 Macon Street
Fort Worth, Texas 76102
Attn: Mr, Kyle Dykes, P.E., CFM
GEOTECHNICAL ENGINEERING STUDY
WOODRIDGE CHANNEL IMPROVEMENTS
SWC SANDY LAKE ROAD AT
S. MACARTHUR BOULEVARD
COPPELL, TEXAS
Dear Mr. Dykes:
7636 Pebble Drive
Fort Worth, Texas 76118
www.cmjengi.com
Submitted here are the results of the geotechnical engineering services for the referenced project
This study was performed in general accordance with Proposal No. 14-5253 dated June 19, 2014.
The geotechnical services were authorized by Mr. Michael Wellbaum, P.E. on September 25,
2014.
Engineering analyses and recommendations are contained in the text section of the report.
Results of our field and laboratory services are included in the appendix of the report. We would
appreciate the opportunity to be considered for providing the materials engineering and
geotechnical observation services during the construction phase of this project.
We appreciate the opportunity to be of service to the Teague, Nall and Perkins, Inc. Please
contact us if you have any questions or if we may be of further service at this time
Respectfully submitted,o'tEOF
N,
�•9S
CMJ ENGINEERING, INC.
��P•' 11
TEXAS FIRM REGISERAI ION NO. F-9177
* •• * ++�
v
t JAMES• P•SAPPINGTON,
..:• IVB
................... ;... 04
_
't¢�
(I•.• 97402
Jam P Sappington IV, P. E.
�119&'410ENSE� G•; �6�'�
Seni r Engineer
���\ � ;v•'
Texa No. 97402
copies submitted (2) Mr Kyle Dykes, P E , CFM, Teague, Nall and Perkins, Inc (mail and email)
Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992
TABLE OF CONTENTS
Page
1,0 INTRODUCTION-------------------------------------------------------------------------------------------------------1
2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------2
3.0 SUBSURFACE CONDITIONS---------------------------------------------------------------------------------------3
4.0 FOUNDATION RECOMMENDATIONS---------------------------------------------------------------------------5
5.0 EARTHWORK-------------------------------------------------------------------------------------------------------- 13
6.0 CONSTRUCTION OBSERVATIONS---------------------------------------------------------------------------- 16
TOREPORT CLOSURE------------------------------------------------------------------------------------------------- 16
APPENDIX A
Plate
Planof Borings---------------------------------------------------------------------------------------------------------------A.1
Unified Soil Classification System---------------------------------------------------------------------------------------A.2
Key to Classification and Symbols ----------------------------------------- — -------------------------------------------- A.3
Logsof Borings ------------------------------------------------------------------------------------------------------- A.4 — A.5
FreeSwell Test Results--------------------------------------------------------------------------------------------------A.6
1.0 INTRODUCTION
1.1 General
The project site is located on the south side of Sandy Lake Road at S. MacArthur Boulevard
extending west approximately 750 feet. The project, as currently planned, consists of converting
the existing Woodbridge channel, currently an open channel, into a closed channel utilizing either
box culverts or a Con -Span system. The project is intended to increase the existing channel
capacity to handle the 10 -year design storm. Backfill above the closed channel is intended to be
relatively flat and utilized as linear park area. Plate A.1, Plan of Borings, depicts the project vicinity
and locations of the exploration borings.
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine subsurface conditions,
evaluate the engineering characteristics of the subsurface materials encountered, develop
recommendations for the type or types of foundations suitable for the project, and provide
earthwork recommendations.
To accomplish its intended purposes, the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field
and laboratory data, to develop geotechnical recommendations for the proposed construction.
The design is currently in progress and the locations and/or elevations of structures could change.
Once the final design is near completion (80- to 90 -percent stage), it is recommended that CMJ
Engineering, Inc. be retained to review those portions of the construction documents pertaining to
the geotechnical recommendations, as a means to determine that our recommendations have
been interpreted as intended.
1.3 Report Format
The text of the report is contained in Sections 1 through 7. All plates and large tables are
contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in
which they appear. Small tables of less than one page in length may appear in the body of the text
and are numbered according to the section in which they occur.
Report No. 131-14-135
CMJ ENGINEERING, INC.
1
Units used in the report are based on the English system and may include tons per square foot
(tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds
per cubic foot (pcf), and pounds per square inch (psi).
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project site were explored by two (2) borings drilled to a depth of 30
feet. The borings were drilled using truck mounted drilling equipment at the approximate locations
shown on the Plan of Borings, Plate A.1. Ground surface elevations of the boring locations were
provided by Teague, Nall and Perkins, Inc. The boring logs are included on Plates A.4 and A.5,
and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3.
Undisturbed samples of cohesive soils were obtained with nominal 3 -inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown
of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test a 0.25 -inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at
respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained
utilizing a nominal 2 -inch O.D. split -barrel (split -spoon) sampler in conjunction with the Standard
Penetration Test (ASTM D 1586). This test employs a 140 -pound hammer that drops a free fall
vertical distance of 30 inches, driving the split -spoon sampler into the material. The number of
blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the
penetration obtained from 100 blows, is reported as the Standard Penetration Value (N) at the
appropriate depth on the logs of borings.
Report No. 131-14-135
2
CMJ ENGINEERING, INC.
To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations. Texas Department of
Transportation (TxDOT) Test Method Tex -132-E specifies driving a 3 -inch diameter cone with a
170 -pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each
blow. This method was modified by utilizing a 140 -pound hammer freely falling 30 inches. This
results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the
penetrometer cone is driven 1 foot and the number of blows required for each 6 -inch penetration is
tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or
rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for
the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is
recorded at the respective testing depths on the boring logs.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing the
No. 200 sieve), moisture content, unconfined compressive strength, and unit weight tests were
performed. Results of the laboratory classification tests, moisture content, unconfined compressive
strength, and unit weight conducted for this project are included on the boring logs.
Free swell testing was performed on specimens from selected samples of the clays. These tests were
performed to help in evaluating the swell potential of near -surface soils in the area of the proposed
structure. The results of the swell tests are presented on Plate A.6.
The above laboratory tests were performed in general accordance with applicable ASTM
procedures or generally accepted practice.
3.0 SUBSURFACE CONDITIONS
3.1 Soil Conditions
Specific types and depths of subsurface strata encountered at the boring locations are shown on
the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings
are discussed below. Note that depths on the borings refer to the depth from the existing grade or
ground surface present at the time of the investigation, and the boundaries between the various
soil types are approximate.
Repo t No. 131-14-135
N
CMJ ENGINEERING, INC.
Natural overburden soils encountered consist of dark brown and brown sandy silty clays and clays
overlying light reddish brown, light brown, and light gray silty sandy clays and sandy clays below 4
to 9 feet. Occasional gravel seams are present within the silty sandy clays in Boring B-2 below 9
feet.
The various clay soils are generally firm to hard in consistency (soil basis), with pocket
penetrometer values of 1.0 to over 4.5 tsf. The clay soils encountered in the borings had tested
Liquid Limits (LL) ranging from 25 to 54 with Plasticity Indices (PI) of 12 to 33 and are classified as
CL and CH by the USCS. Tested unit weight and unconfined compressive strength values range
from 104 to 126 pcf and 9,410 to 23,210 psf, respectively.
Tan sand with gravel is next present beneath the overburden soils in Boring B-1 at a depth of 13
feet. The tan sand is generally dense with a Standard Penetration (N) value of 35 blows per foot of
penetration.
Gray sandy shale is next encountered in Borings B-1 and B-2 at depths of 20 to 23 feet and
continued to boring termination depths at 30 feet. The sandy shale is moderately hard
(sedimentary rock basis) with Texas Cone Penetrometer (THD) values of 2 to 3 inches per 100
blows.
3.2 Ground -Water Observations
The borings were drilled using continuous flight augers in order to observe ground -water seepage
during drilling. Ground -water seepage was encountered during drilling in Borings B-1 and B-2 at
depths of 23 and 9 feet below existing grade, respectively. A ground -water level of 10 feet was
measured at completion in Boring B-2. Borehole cave-in occurred at a depth of 18%2 feet in Boring
B-1 at drilling completion.
While it is not possible to accurately predict the magnitude of subsurface water fluctuation that
might occur based upon these short-term observations, it should be recognized that ground -water
conditions will vary with fluctuations in rainfall Seepage near the observed levels should be
anticipated throughout the year
Fluctuations of the ground -water level can occur due to seasonal variations in the amount of
rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not
Report No. 131-14-135
CM] ENGINEERING, INC.
4
evident at the time the borings were performed. The possibility of ground -water level fluctuations
should be considered when developing the design and construction plans for the project. Ground
water may occur in gravel seams in the clays or within more permeable strata.
4.0 FOUNDATION RECOMMENDATIONS
4.1 General Foundation Considerations
Two independent design criteria must be satisfied in the selection of the type of foundation to
support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor
of safety, must not be exceeded by the bearing pressure transferred to the foundation soils.
Second, due to consolidation or expansion of the underlying soils during the operating life of the
structure, total and differential vertical movements must be within tolerable limits.
4.2 Spread Foundations
4.2.1 General Culvert Considerations
Based on the logs and field observations, the majority of the excavation will be through sandy clay
and silty sandy clay. The box culvert will be near or within relatively saturated soils at the
anticipated footing depths of approximately 10 to 12 feet. These soils also tend to be more sandy
with depth. Care should be taken to dewater this area and cause as minimal disturbance as
possible on sandy soils. If not dewatered, soils can act like a "quick" condition, in which soil
strength reduces to very small magnitudes when vibratory construction equipment traverses this
soil.
If disturbance occurs due to the soft soil and ground -water conditions, the box culverts should be
founded upon a minimum 1 -foot crushed stone pad with a geotextile "separator" fabric below the
stone pad. Otherwise, with minimal disturbance, the box culvert may rest atop soils.
4.2.2 Design Criteria
Reinforced concrete mat type foundations may be used to support structural loads of the culverts,
Mat type foundations should be a minimum of 2 feet in least dimension, but must be widened as
required, based on allowable bearing capacities given below Mat -type foundations are anticipated
to be situated on the order of 10 to 12 feet below existing grade within stiff to hard silty sandy clays
or sandy clays. Proper identification of the bearing material by qualified geotechnical personnel
Report No. 131-14-135
CMJ ENGINEERING, INC.
5
during construction is paramount; therefore, the foundation bearing depth may be deeper,
depending on materials encountered The foundations may be designed for an allowable bearing
pressure of 2.0 ksf. This bearing value assumes that the excavation base is dry and little to no
disturbance of the soils is allowed.
Excavation for the footing base may need to incorporate dewatering to keep the excavation free of
excess water, depending on site conditions. In addition, the water table should be lowered to a
depth of at least 2 feet below the proposed excavation for the full term of construction such that
"quick" conditions do not develop as previously discussed. The design of any dewatering system
required is the contractor's responsibility.
It should be noted that the culvert foundations could be subjected to non-uniform pressure across
the foundation, and possibly negative pressure (separation of foundation from soil) under a portion
of the foundation, due to the overturning moment induced by the lateral earth pressures. The
allowable foundation pressures given above are for the maximum pressure induced by the
foundation loads, and not the average pressure under the foundation base.
The horizontal bases of the footings will develop resistance to sliding by means of a combination of
friction and adhesion (for cohesive foundation materials). Given the nature of the foundation
materials, an adhesion of 400 psf may be used for earth formed footings. An ultimate friction factor
of 0.35 may be used to calculate sliding resistance of the footings bearing on site soils.
The bearing values incorporate a minimum factor of safety against shear failure of 3. Footings and
mats founded within undisturbed materials are not anticipated to undergo settlements greater than
1 inch or differential settlement greater than 3/ inch after construction.
In addition, where overlying pavements extend beyond the edge of the proposed culvert, the
potential exists for differential movement at this interface. The culvert excavation backfill below
and three feet beyond the proposed pavement should consist of either flowable fill or properly
compacted flexible base in order to reduce backfill settlement and the potential for differential
movement/distress.
Report No, 131-14-135
0.
CMJ ENGINEERING, INC.
4.2.3 Mat TVoe Foundation Construction
Mat type foundation construction should be monitored by a representative of the geotechnical
engineer to observe, among other things, the following items:
• Identification of bearing material
• Adequate penetration of the foundation excavation into the bearing layer
• The base and sides of the excavation are clean of loose cuttings
• When seepage is encountered, whether it is of sufficient amount to require the use of
excavation dewatering methods
The footing excavations should be neat vertical cuts and maintained throughout construction.
Precautions should be taken during the placement of reinforcing steel and concrete to prevent
loose, excavated soil from falling into the excavation. Concrete should be placed as soon as
practical after completion of the excavating, cleaning, reinforcing steel placement and observation.
Excavation for a mat type foundation should be filled with concrete before the end of the workday,
or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or
inundation of the bearing surface with water will result in change in strength and compressibility
characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in
order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface
is anticipated in the excavations, a "mud slab" should be used to protect the bearing surfaces. If a
mud slab is used, the foundation excavations should initially be over -excavated by approximately 4
inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in
the bottom of the excavations immediately following exposure of the bearing surface by
excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the
subgrade, facilitate dewatering of excavations if required, and provide a working surface for the
placement of formwork and reinforcing steel.
The concrete should be placed in a manner that will prevent the concrete from striking the
reinforcing steel or the sides of the excavation in a manner that would cause segregation of the
concrete.
Report No, 131-14-139
7
CMJ ENGINEERING, INC.
4.3 Straight -Shaft Piers
4.3.1 Design Parameters
Recommendations and parameters for the design of cast -in-place straight -shaft drilled piers are
outlined below. Specific recommendations for the construction and installation of the straight -shaft
drilled piers are included in the following section, and shall be followed during construction.
Bearing Stratum Gray SANDY SHALE
Depth of Bearing Stratum: Approximately 20 to 23 feet below existing grades
Required Penetration/Depth: All piers should penetrate into the bearing stratum a
minimum of 3 feet, or one pier diameter, whichever is
greater. Deeper penetrations may be required to
develop additional skin friction and/or uplift resistance.
Allowable End Bearing Capacity: 18,000 psf
Allowable Skin Friction: Applicable below a minimum penetration of 3 feet into
gray shale; 2,000 psf for compressive loads and 1,400
psf for tensile loads.
Ground -water seepage above the sandy shale will complicate installation of the drilled shafts as
discussed below.
The above values contain a safety factor of three (3). Skin friction is applicable for that portion of
the shaft embedded in the gray sandy shale below any temporary casing. Penetrations greater
than the minimum penetration may be required to develop additional skin friction and/or uplift
resistance.
It should be anticipated that ground -water seepage and/or caving sands above the bearing stratum
will be encountered during installation of the straight shafts. Temporary casing will be required for
proper installation of the shafts; however, in the event the casing cannot seal off the ground -water,
underwater concrete placement techniques will be necessary to properly install the shafts.
Seepage is also possible in the gray sandy shale. Where seepage occurs in the sandy shale
extension of the temporary casing may be required to case through the water bearing zone
resulting in deeper penetrations than would be designed. In underwater concrete placement
techniques end bearing is neglected and the shaft design is based entirely on skin friction This
will require also require deeper penetrations.
Report No. 131-14-135
[3
CMJ ENGINEERING, INC.
In order to develop full load carrying capacity in skin friction, adjacent shafts should have a
minimum center -to -center spacing of 3 times the diameter of the larger shaft. Closer spacing may
require some reductions in skin friction and/or changes in installation sequences. Closely spaced
shafts should be examined on a case-by-case basis. As a general guide, the design skin friction
will vary linearly from the full value at a spacing of 3 diameters to 50 percent of the design value at
1 diameter.
Settlements for properly installed and constructed straight shafts in the gray sandy shale will be
primarily elastic and are estimated to be one inch or less.
4.3.2 Soil Induced Uplift Loads
Drilled shafts could experience tensile loads as a result of post construction heave in the site soils.
The magnitude of these loads varies with the shaft diameter, soil parameters, and particularly the
in-situ moisture levels at the time of construction. In order to aid in the structural design of the
reinforcement, the reinforcement quantity should be adequate to resist tensile forces based on soil
adhesion equal to 1,100 psf acting over the upper 10 feet of the pier shaft. This load must be
resisted by the dead load on the shaft, continuous vertical reinforcing steel in the shaft, and a shaft
adhesion developed within the bearing strata as previously discussed for straight shafts.
4.3.3 Drilled Shaft Construction Considerations
Drilled pier construction should be monitored by a representative of the geotechnical engineer to
observe, among other things, the following items:
• Identification of bearing material
• Adequate penetration of the shaft excavation into the bearing layer
• The base and sides of the shaft excavation are clean of loose cuttings
• If seepage is encountered, whether it is of sufficient amount to require the use of temporary
steel casing. If casing is needed it is important that the field representative observe that a
high head of plastic concrete is maintained within the casing at all times during their
extraction to prevent the inflow of water
Precautions should be taken during the placement of reinforcing steel and concrete to prevent
loose, excavated soil from falling into the excavation. Concrete should be placed as soon as
practical after completion of the drilling, cleaning, and observation.. Excavation for a drilled pier
should be filled with concrete before the end of the workday, or sooner if required to prevent
Report No. 131-14-135
CMJ ENGINEERING, INC.,
9
deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with
water will result in changes in strength and compressibility characteristics. If delays occur, the
drilled pier excavation should be deepened as necessary and cleaned, in order to provide a fresh
bearing surface.
Excavations for the shafts should be maintained in the dry. It should be anticipated that ground-
water seepage will be encountered during shaft installation of all straight shafts and that temporary
casing will be required for all straight shafts for proper shaft installation. The casing should be
seated below the zone of seepage with all water and most loose material removed prior to
beginning the design penetration. Care must then be taken that a sufficient head of plastic
concrete is maintained within the casing during extraction..
If the water cannot be controlled, we recommend underwater concrete placement techniques be
used. The concrete should be placed by a tremie or by using a concrete pump. If this method is
utilized end bearing should be neglected and the shaft design based entirely on skin friction.
Tremied or pumped -in concrete for shafts should take place as continuously as possible until the
concrete placement is complete. The bottom of the discharge pipe should always be kept below
the surface of the concrete.
The concrete should have a slump of 6 inches plus or minus 1 inch. The concrete should be
placed in a manner to prevent the concrete from striking the reinforcing cage or the sides of the
excavation. Concrete should be tremied to the bottom of the excavation to control the maximum
free fall of the plastic concrete to less than 10 feet.
In addition to the above guidelines, the specifications from the Association of Drilled Shaft
Contractors Inc. "Standards and Specifications for the Foundation Drilling Industry" as Revised
1999 or other recognized specifications for proper installation of drilled shaft foundation systems
should be followed.
4.4 Lateral Earth Pressures
4.4.1 General
The below grade walls must be designed for lateral pressures including, but not necessarily limited
to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be
Report Pio. 131-14-135
10
CMJ ENGINEERING, INC,
influenced by whether the backfill is drained or undrained, and above or below the ground -water
table.
4.4.2 Equivalent Fluid Pressures
Lateral earth pressures on below grade and retaining walls will depend on a variety of factors,
including the type of soils behind the wall, the condition of the soils, and the drainage conditions
behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures,
per foot of wall height, are presented in Table 4.4.2-1 for a wall with a level backfill behind the top
of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage
system is not present to remove water trapped in the backfill and behind the wall. Pressures are
provided for at -rest and active earth pressure conditions. Rigid walls are not anticipated to develop
enough movement to mobilize active earth pressures. In order to allow for an active condition the
top of the wall(s) must deflect on the order of 0.4 percent.
TABLE 4.4.2-1 — Equivalent Fluid Pressures
At -Rest Equivalent
Active Equivalent
Backfill Material
Fluid Pressure (pcf)
Fluid Pressure (pcf)
Drained
Undrained
Drained
Undrained
Excavated on-site clay or clay fill
100
110
90
100
material
Select fill or on-site soils meeting
75
100
55
90
material specifications
Free draining granular backfill
55
90
35
80
material
For the select fill or free draining granular backfill, these values assume that a "full" wedge of the
material is present behind the wall. The wedge is defined where the wall backfill limits extend
outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower
backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils
should be used.
4.4.3 Additional Lateral Pressures
The location and magnitude of permanent surcharge loads (if present) should be determined, and
the additional pressure generated by these loads such as the weight of construction equipment
and vehicular loads that are used at the time the structures are being built must also be considered
Report No. 131-14-135
CMJ ENGINEERING, INC.
11
in the design. The effect of this or any other surcharge loading may be accounted for by adding an
additional uniform load to the full depth of the side walls equivalent to one-half of the expected
vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge
intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor.
Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not
included in the scope of this study. These services can be provided as additional services upon
request.
4.4.4 Buoyancy Effects
Buoyant effects must be considered. Unless a permanent drainage system is provided, the below -
grade structure should be designed to withstand full hydrostatic pressure below the ground -water
table. We recommend a water table at the top of the box culvert be assumed for these
calculations.
4.5 Wall Backfill Material Requirements
On -Site Clay Backfill: For wall backfill areas with site -excavated materials or similar imported
materials, all oversized fragments larger than four inches in maximum dimension should be
removed from the backfill materials prior to placement. The backfill should be free of all organic
and deleterious materials, and should be placed in maximum 8 -inch compacted lifts at a minimum
of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus
3 percentage points of optimum moisture. Compaction within five feet of the walls should be
accomplished using hand compaction equipment, and should be between 90 and 95 percent of the
Standard Proctor density.
Select Fill Backfill: All wall select backfill should consist of clayey sand and/or sandy clay material
with a Plasticity Index between 4 and 16, with a Liquid Limit not exceeding 35. The select fill
should be placed in maximum 8 -inch lifts and compacted to between 95 and 100 percent of
Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage
points of the optimum moisture. Compaction within five feet of the walls should be accomplished
using hand compaction equipment and should be compacted between 90 and 95 percent of the
Standard Proctor density.
Report No. 131-14-135
12
CMJ ENGINEERING, INC.
Flowable Backfill: Item 401, Texas Department of Transportation Standard Specifications for
Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition,
Free Draining Granular Backfill: All free draining granular wall backfill material should be a crushed
stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3
percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve The minus
No. 40 sieve material should be non -plastic. Granular wall backfill should not be water jetted
during installation.
4.6 Drainage Requirements
In order to achieve the "drained" condition for low -permeability walls (concrete, masonry, etc.), a
vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall
on the backfill side. The drainage must be connected to an outlet drain at the base of the wall.
Drainage could be provided using a collector pipe or weep holes near the base of the retaining
wall. Drains should be properly filtered to minimize the potential for erosion through these drains,
and/or the plugging of drain lines. Design or specific recommendations for drainage members is
beyond the scope for this study. These services can be provided as an additional service upon
request.
5.0 EARTHWORK
5.1 Site Preparation
The subgrade should be firm and able to support the construction equipment without displacement.
Soft or yielding subgrade should be corrected and made stable before construction proceeds. The
subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a
firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic
tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should
be observed by the project geotechnical engineer or his/her representative. Prior to fill placement,
the subgrade should be scarified to a minimum depth of 8 inches, its moisture content adjusted,
and recompacted to the moisture and density recommended for fill.
5.2 Placement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring
Report No. 131-14-135
CMJ ENGINEERING, INC.
13
hand -operated power compactors or small self-propelled compactors. The fill material should be
uniform with respect to material type and moisture content. Clods and chunks of material should
be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a
material of uniform moisture and density is obtained for each lift. Water required for sprinkling to
bring the fill material to the proper moisture content should be applied evenly through each layer.
The on-site soils are suitable for use in general site grading. Imported fill material should be clean
soil with a Liquid Limit less than 50 and no rock greater than 4 inches in maximum dimension. The
fill materials should be free of vegetation and debris.
The fill material should be compacted to a minimum of 95 percent of the maximum dry density
determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting
operation, the fill material should be brought to the proper moisture content. The moisture content
for general earth fill should range from 2 percentage points below optimum to 5 percentage points
above optimum (-2 to +5). These ranges of moisture contents are given as maximum
recommended ranges. For some soils and under some conditions, the contractor may have to
maintain a more narrow range of moisture content (within the recommended range) in order to
consistently achieve the recommended density.
Field density tests should be taken as each lift of fill material is placed. As a guide, one field
density test per lift for each 5,000 square feet of compacted area is recommended. For small
areas or critical areas the frequency of testing may need to be increased to one test per 2,500
square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be
observed and tested on a continuing basis by an experienced geotechnician working in conjunction
with the project geotechnical engineer.
Each lift should be compacted, tested, and approved before another lift is added. The purpose of
the field density tests is to provide some indication that uniform and adequate compaction is being
obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor
and satisfactory results from the tests should not be considered as a guarantee of the quality of the
contractor's filling operations.
Report No 131-14-135
M
CMJ ENGINEERING, INC.
14
5.3 Excavation
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction. Existing structures, pipelines or other facilities, which
are constructed prior to or during the currently proposed construction and which require
excavation, should be protected from loss of end bearing or lateral support.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead of allowing surface water to flow down unprotected slopes.
Trench safety recommendations are beyond the scope of this report. The contractor must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited to, OSHA regulations.
5.4 Excavation Dewatering
Ground -water conditions can vary with seasonal fluctuations in rainfall. Controlling the ground-
water is essential to construction of the box culvert. Failure to control any encountered ground-
water could result in excavation wall collapse, bottom heave, an unstable bottom and detrimental
culvert settlement or deflections after backfilling. Ground -water levels should be maintained at two
feet below the base of the excavation for the full term of construction. Protection of the open
excavations should be provided during periods of moderate to heavy rainfall, as surface water will
most likely channel and collect in the excavations. The water level should be lowered prior to
excavating and should be maintained at this lowered level until the excavation is backfilled. It is
likely that seepage encountered may be controlled by means of collection ditches, sumps, and
pumping based on the exploration borings. However, in the event that water infiltration rates are
high, it may be necessary to install a more elaborate dewatering system. The design of any
dewatering system required is the contractor's responsibility.
5.5 Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study. However,
based upon past experience on other projects in the vicinity, the soils at this site may be corrosive.
Standard construction practices for protecting metal pipe and similar facilities in contact with these
soils should be used.
Report No. 131-14-135
15
CMT ENGINEERING, INC.
5.6 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction, and
all permanent slopes and other areas subject to erosion or sedimentation should be provided with
permanent erosion and sediment control facilities. All applicable ordinances and codes regarding
erosion and sediment control should be followed.
6.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions. In the analysis, the geotechnical engineer must
assume the subsurface conditions are similar to the conditions encountered in the borings.
However, quite often during construction, anomalies in the subsurface conditions are revealed.
Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe any additional
earthwork and perform materials evaluation during the construction phase of the project. This
enables the geotechnical engineer to stay abreast of the project and to be readily available to
evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to
recommend alternative solutions to unanticipated conditions.
It is proposed that construction phase observation and materials observation commence by the
project geotechnical engineer at the outset of the project. Experience has shown that the most
suitable method for procuring these services is for the owner or the owner's design engineers to
contract directly with the project geotechnical engineer. This results in a clear, direct line of
communication between the owner and the owner's design engineers and the geotechnical
engineer.
7.0 REPORT CLOSURE
The locations and elevations of the borings should be considered accurate only to the degree
implied by the methods used in their determination. The boring logs shown in this report contain
information related to the types of soil encountered at specific locations and times and show lines
delineating the interface between these materials. The logs also contain our field representative's
interpretation of conditions that are believed to exist in those depth intervals between the actual
samples taken Therefore, these boring logs contain both factual and interpretive information.
Laboratory soil classification tests were also performed on samples from selected depths in the
Report No 131-14-135
CMJ ENGINEERING, INC.
16
borings The results of these tests, along with visual -manual procedures, were used to generally
classify each stratum. Therefore, it should be understood that the classification data on the logs of
borings represent visual estimates of classifications for those portions of each stratum on which the
full range of laboratory soil classification tests were not performed. It is not implied that these logs
are representative of subsurface conditions at other locations and times.
With regard to ground -water conditions, this report presents data on ground -water levels as they
were observed during the course of the field work. In particular, water level readings have been
made in the borings at the times and under conditions stated in the text of the report and on the
boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with
passage of time due to variations in rainfall, temperature and other factors. Also, this report does
not include quantitative information on rates of flow of ground water into excavations, on pumping
capacities necessary to dewater the excavations, or on methods of dewatering excavations
Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully
predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently
require that additional expenditures be made by the owner to attain a properly designed and
constructed project. Therefore, provision for some contingency fund is recommended to
accommodate such potential extra cost.
The analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that
the exploratory borings are representative of the subsurface conditions throughout the site; that is,
the subsurface conditions everywhere are not significantly different from those disclosed by the
borings at the time they were completed. If, during construction, different subsurface conditions
from those encountered in our borings are observed, or appear to be present in excavations, we
must be advised promptly so that we can review these conditions and reconsider our
recommendations where necessary. If there is a substantial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to natural
causes or to construction operations at or adjacent to the site, or if structure locations, structural
loads or finish grades are changed, we urge that we be promptly informed and retained to review
our report to determine the applicability of the conclusions and recommendations, considering the
changed conditions and/or time lapse.
Report No. 131-14-135
CMJ ENGINEERING, INC.
17
Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork as a means to determine whether
the plans and specifications are consistent with the recommendations contained in this report. In
addition, we are available to observe construction, particularly the compaction of structural fill, or
backfill as recommended in the report, and such other field observations as might be necessary.
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground
water or air, on or below or around the site. The scope of services also did not include any
assessment of the site for suitability for the proposed construction or use, related to items or
conditions other than those specifically addressed in this report.
This report has been prepared for use in developing an overall design concept. Paragraphs,
statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of this report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for design purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities
of the contractor.
This report has been prepared for the exclusive use of the Teague, Nall and Perkins, Inc. for
specific application to design of this project. The only warranty made by us in connection with the
services provided is that we have used that degree of care and skill ordinarily exercised under
similar conditions by reputable members of our profession practicing in the same or similar locality.
No other warranty, expressed or implied, is made or intended.
Repor-L No, 131-14-139
18
CMJ ENGINEERING, INC.
\ \Vt
r.
\ }- 7
Y�
o
i
-
► S. MacArthur
BoulevardfL
o
.:s
ii
o
ISI
1
Iv, I
lO I
~\
lO I
la I
} I .
d
t
J c,,4
\ \Vt
r.
\ }- 7
Y�
i
\ \Vt
r.
\ }- 7
Y�
Major Divisions
m.
Typical Names
Laboratory Classification Criteria
Y
Well -graded gravels, gravel-
2
D6o (D30)a
-LA a)
GW
sand mixtures, little or no
CO=---- greater than 4. C�=-------------- between 1 and 3
U)
` 0
fines
10
°10 D10 x 1)60
a
m �
CLo
C:
to U)
NPoorly
graded gravels, gravel
o E
GP
sand mixtures, little or no
u)
Not meeting all gradation requirements for GW
(n
U) n m
d
fines
a v
>
>O O
N :
Liquid and Plastic limits
V
o Z
U
0
N �?
o
�-
00
E
GM
Silty gravels, gravel -sand -silt
C7
below "A" line or P I
Liquid and plastic limits
N
m m
1a w
mixtures
�;
Zrester
g than 4
plotting in hatched zone
Z
w
'3
N
between 4 and 7 are
Liquid and Plastic limits
C
:F
a 6 o
N om
borderline cases
o
a)
0
> T
a
GC
Clayey gravels, gravel -sand-
N "
c o a)
above "A" line with P.I.
requiring use of dual
a a,
m
a
¢;
clay mixtures
FU z i s
m �
greater than 7
symbols
dpi 1a
_
°'
SW
Well -graded sands, gravelly
0
_ m : : Co
a)
D60 t°3o12
N a)
o
E
a c
_
sands, little or no fines
�,
C.= ----- greater than 6 Cc= -------------- between 1 and 3
D10 D10 x D60
U E
M o
�o
w
N
2 aa)
Poorly graded sands;
°
USP
gravelly sands, little or no
c a m coi
Not meeting all gradation requirements for SW
m
d
U)w
(Dfines
E 'v)
a)Q
o 0 0
0rn
c
Liquid and Plastic limits
Mo �T
co - d
`0 P
0) m
o
m
°
(n
c o
SM
Silty sands, sand -silt mixtures
Co a
P ° N w w N
below "A" line or P I less
Liquid and plastic limits
r r
w cEv0
a a) o o
than 4
plotting between 4 and 7
.�
3
o- o N —'
are borderline cases
o °
C:
Liquid and Plastic limits
requiring use of dual
o
in 2
SC
Clayey sands, sand -clay
E -6
above "A" line with P J
symbols
g
C
mixtures
a N
0 07 m
greater than 7
D D U
Inorganic silts and very fine
sands, rock flour, silty or
Lo
ML
clayey fine sands, or clayey
silts with slight plasticity
>°
N
Inorganic clays of low to
°'
medium plasticity, gravelly
o
y
CL
clays, sandy clays, silty clays,
50
N
=
and lean clays
o
Z
rn 'oCH
C
Cr
v
Organic silts and organic silty
40
x
�, -•
OL
clays of low plasticity
o
a
-0 E
X30
_Z
C:
Inorganic silts, micaceous or
F
MH
diatomaceous fine sandy or
°
OH ar
d MH
t
silty soils, elastic silts
CL
2
.p
N
"E
T "
mow?
CL
0
`'
a'
CH
Inorganic clays of high
1
m
plasticity, fat clays
t
Y
7
r
4NW,
ML a
id OL
DO
o-
OH
Organic clays of medium to
10 20 30 40 50 60 70 8D 90 100
0
v
high plasticity, organic silts
Liquid Limit
U
0Pt
Peat and other highly organic
Plasticity Chart
.Lm cm
soils
UNIFIED SOIL CLASSIFICATION
SYSTEM PLATE A.2
SOIL OR ROCK TYPES
_
_ o
GRAVEL
LEAN CLAY
LIMESTONE
• • •
SAND
• • •
SANDY —
SHALE
SILT
SILTY
ONE
CLAYEY
9/
HIGHLY MERATE
if;
Shelby
Auger
Split
Rock
Cone
No
PLASTIC CLAY
Tube
Spoon
Core
Pen
Recovery
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No 200 Sieve)
Descriptive Item
Penetrometer Reading, (tsf)
Soft
0 0 to 1 0
Firm
1 0 to 1 5
Stiff
1, 5 to 3.0
Very Stiff
3.0 to 4.5
Hard
45+
Coarse Grained Soils (More
than 50% Retained on No 200 Sieve)
Penetration Resistance
Descriptive Item Relative Density
(blows/foot)
0 to 4
Very Loose 0 to 20%
4 to 10
Loose 20 to 40%
10 to 30
Medium Dense 40 to 70%
30 to 50
Dense 70 to 90%
Over 50
Very Dense 90 to 100%
Soil Structure
Calcareous
Contains appreciable deposits of calcium carbonate; generally nodular
Slickensided
Having inclined planes of weakness that are slick and glossy in appearance
Laminated
Composed of thin layers of varying color or texture
Fissured
Containing cracks, sometimes filled with fine sand or silt
Interbedded
Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of
Cementation
Very Soft or Plastic
Can be remolded in hand; corresponds in consistency up to very stiff in soils
Soft
Can be scratched with fingernail
Moderately Hard
Can be scratched easily with knife; cannot be scratched with fingernail
Hard
Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable
Easily crumbled
Cemented
Bound together by chemically precipitated material, Quartz, calcite, dolomite, siderite,
and iron oxide are common cementing materials and iron oxide are common cementing materials.
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
Project No.
131-14-135
Boring No
B-1
Project Woodridge Channel Improvements t,_IVI ENGINEERING INC
SWC Sandy Lake Road at S. MacArthur Boulevard - Coppell, Texas
Location
See Plate A.1
Water Observations
Seepage at 23' during drilling; borehole cave-in at 18.5' at completion
Completion
Depth 30.0'
Completion
Date 10-1-14
E
o rn
a
Surface Elevation
465.8
Type
CME -55, w/ CFA
U
w
p
d
o' w
CD z e
LL�� e
3�u_ u,�- �
o aI�? m a? aE m E
c�
�w N
v.m H� �U cQv
m o 2 0 'cam 3c o 0
Stratum Description
5
10
15
20
2 _—
—30— --
4618
452.8
442.8
4358
CLAY, brown to dark brown, hard
-w/ calcareous nodules, 2' to 3'
4.5+
5
45+
6
45+ 54 21
33 15
4.5+
15 1041 11050
SANDY CLAY, light reddish brown, hard
4.5+
6
4.5+
8 126 23210
4.5+ 25 13
12 4 107
SAND, tan, w/ gravel, dense
35 9
4
SANDY SHALE, gray, moderately hard
0012.25'
100/3"
LOG OF BORING NO B-1 PLATE A.4
m
Project No.
131-14-135
Boring No.
B-2
Project Woodridge Channel Improvements k_J/1 ENGINEERING INC
SWC Sandy Lake Road at S. MacArthur Boulevard - Coppell, Texas
Location
See Plate A.1
Water Observations
Seepage at 9' during drilling; water at 10' at completion
Completion
Depth 30.0'
Completion
Date 10-1-14
d
o
a
_�
COStratum
Surface Elevation
452.9
Type
CME -55, w/ CFA
o
U
W
x
e
0
d
of
o _
p= O .a O
LL m zo a o z; m
_- _. L _ s _� o� = a�
3 CLL y> S :L N= U) N N C U 1= 7
l0� OO C� COO
24) mA O'E FL
m n. � IL <n D.73 d J O_ 20J U tL
Description
5
10
15—
20
25
30
--
--
--
4439
432.9
4229
SANDY SILTY CLAY, dark brown, hard
4.5+ 6
4.5+ 6
4.5+ 7
4.5+ 91 108 9410
4.5+ 36 14 22 9 116
4.5+ 10 122 1016-0-
01604439
SILTY SANDY CLAY, light brown and light gray, w/
occasional gravel seams, firm to stiff
2.5 12
2.0 42 33 13 20 16
1.0 19
SANDY SHALE, gray, moderately hard
— — — — — — — — — — — — — — — — — — — — — ——
100/2"
100/3..
LOG OF BORING NO. B-2 PLATE A.5
FREE SWELL TEST RESULTS
Project: Woodridge Channel Improvements
SWC Sandy Lake Road at S. MacArthur Boulevard - Coppell, Texas
Project No.: 131-14-135
Boring
Depth
ISample
Interval
Liquid
' Limit
� Plastic
Limit_
Plasticity
Index
C_lii
e
q,
'WEo�-`
�escr�ption��
PL
PI
Initial FiiaF 3
_....n.
F_..
t.'
B-1
9-10
Sandy Clay
25
13
12
4.3 169
0.0
B-2
4-5
SanCda Silty
36
14
22
85 165
0.4
Free swell tests performed at approximate overburden pressure
CMJ ENGINEERING, INC. PLATE A.6
SECTION 8
ADDENDA
8-1
Addenda
8-2
Addenda