DR16-02 C082917 , `
!�
T H E • C I T Y • O F
COPPELL
`���,� ,�- ,
'� ��� �/�t v�,�i.�"„ ��
�T ��_� lT,���� ��o
F �� � 4
X A � � 6
CONSTRUCTION SPEC/F/CATIONS
AND
CONTRACT DOCUMENTS
FOR
DR16-02
Grapevine Creek Bank Stabilization
Improvements
THE CITY OF COPPELL
Bid No. Q-0817-01
Prepared by
:� �
teague nall 8� perkins
TBPE Registration No. F-230
REVISED: August 29, 2017
_ ..
= �
,� �� � /
�+ � ' i,/
/* *�
� NIRAJ A. ACHARYA j
✓
��/� 107110 _ �,�
� �'�• <� p �a`"'
1) FS. CENSE. C�`�
al�,\\```�
29 AUG 2017
_ � ,
TABLE OF CONTENTS
Page #
Section 1 - Biddinq 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 - Citv of Coppell's Supplementary Conditions 3-1
to the NCTCOG General Provisions
Section 4 - Specific Proiect Requirements 4-1
Section 5 - Description of Pay Items 5-1
Section 6 - Technical Specifications 6-1
City of Coppell Project Sign 6-2
Gabion Baskets with earth anchors 6-3
Section 7 - Geotechnical Report 7-1
Geotechnical Engineering Report (Terracon, April 2017)
Section 8 - Addenda 8-1
r ,
SECTION 1
B/DD/NG
DOCUMENTS
T H E • C 1 T Y • O F
°� �r. �,� �yu,
� , � � ��� � - v �
,� �� . �� „� o
� x ..A s 1 a q
1-1
Bidding Documents
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the construction of Grapevine Creek Bank
Stabilization Improvements (Project No. DR16-02). This work shall consist of
preparation of gabion bank stabilization improvements 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 wall and related improvements as shown
in the plans for Project No. DR16-02.
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, 5237 N. Riverside Drive, Suite 100, Fort Worth, Texas 76137,
telephone (817)336-5773. Digital copies of the bidding documents can be downloaded at
www.BidSvnc.com. Bidding documents also may be examined free of charge at the offices
of the City Engineer, City of Coppell, 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 Grapevine Creek Bank Stabilization Improvements (Project No. DR16-
02) will be received in the Purchasing Office at the City of Coppell Town Center, 255
Parkway Boulevard, until 2:00 p.m., Auqust 31, 2017, 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-0817-01 designated clearly on the exterior of the bid envelope.
A Mandatory 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 Auqust
24, 2017. 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
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,
1-2
Bidding Documents
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 shail 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., 5237 N. Riverside Drive, Suite 100, Fort Worth, Texas
76137.
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 gabion wall bank stabilization
improvements along Denton Creek 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 Grapevine Creek Bank
Stabilization Improvements (Project No. DR16-02). The Contractor for this project
shall be responsible for coordinating with the residents regarding driveway access,
trash pickup (as applicable), etc. within the project.
1-4
Bidding Documents
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, 5237 N. Riverside Drive, Suite 100, Fort Worth,
Texas 76137, telephone (817) 336-5773. 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.
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.
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).
1-5
Bidding Documents
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
renUlease as may be required to complete this project.
D. Financial (must be submitted within five (5) days if requested): Each
Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an
audited certified financial statement (current within the last six (6) months of
bid date). This information will be used to confirm that the Bidder has suitable
financial status to meet obligations incidental to performing the work.
E. Technical Experience (must be submitted within five (5) days if requested):
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business (must be
submitted within five (5) days if requested).
5. Conflict of Interest.
City Charter states that no officer or employee of the City shall have a financial
interest (direct or indirect) in any contract with the City, nor shall be financially
interested (directly or indirectly) in the sale to the City of any land, or rights or interest
in any land, materials, supplies or services. This prohibition does not apply when the
interest is represented by ownership of stock in a corporation involved, provided such
stock ownership amounts to less than one percent (1%) of the corporation stock.
Any violation of this prohibition will constitute malfeasance in office. Any officer or
employee of the City found guilty thereof should thereby forfeit his office or position.
Any violation of this prohibition with the knowledge, expressed or implied, of the
persons or corporations contracting with the City shall render the contract voidable
by the City Manager or the City Council. By submitting a bid, the Contractor
represents that no employee or officer of the City has an interest in the Contractor.
6. Examination of Contract Documents and Site.
6.1 Access to the site will be available on the day of the pre-bid meeting. It shall be the
Contractor's responsibility before submitting a Bid, to (a) examine the Contract
Documents thoroughly, (b) visit the site to become familiar with local conditions that
may affect cost, progress, performance or furnishing of the Work, (c) consider
federal, state and local Laws and Regulations that may affect cost, progress,
performance or furnishing of the Work, (d) study and carefully correlate Bidder's
observations with the Contract Documents, and (e) notify Engineer of all conflicts,
errors or discrepancies in the Contract Documents. Failure to make these
examinations shall in no way relieve any Bidder from the responsibility of fulfilling all
of the terms of the contract, without additional cost to the OWNER.
1-6
Bidding Documents
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.
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
1-7
Bidding Documents
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
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
1-8
Bidding Documents
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
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
1-9
Bidding Documents
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., Auqust 31, 2017, 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-
0817-01 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:
Grapevine Creek Bank Stabilization Improvements (Proiect No. DR16-02) 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 120 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 a Base Bid:
Base Bid (A) = The correct summation of the products of the estimated quantities
shown in the proposal 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 $2000.00.
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
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
1-11
Bidding Documents
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.
No incentives or incentive pay ($0) are anticipated for this project. Liquidated
damages shall be in effect as discussed in Section 2 of the document.
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.
1-12
Bidding Documents
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
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.
1-13
Bidding Documents
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.
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 Mobilization.
35. Bid Security.
1-14
Bidding Documents
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
I
. .,��... ... � ,.....:.,:��.. ,. ., _ __ ..'ns,��
Bid#Q-0817-01 Grapevine Creek Bank Stabilization
TRANSMITTAL OF ADDENDUM 1
INSTRUCTIONS:
1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER
ENVELOPE OF BID.
I acknowledge the receipt of Addendum No. 1
City of Co�pell
PROJECT NAME:
Grapevine Creek Bank Stabilization
August 29, 2017
i
' _ � i, r �
C� + �L�C.,L
ntractor's Signature Company Name
CHARLES ELLIS
PURCHASING DEPARTMENT
(972) 304-3643
Page 1 of 1
CITY OF COPPELL• 255 PARKWAY BOLILEVARD •COPPELL,TEXAS 75019
BID FORM
PROJECT IDENTIFICATION: Grapevine Creek Bank Stabilization Improvements
Project No. DR16-02
Coppell, Texas
�
BID OF � 1—.� DATE �� ��
(NAME F IRM) �
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-0817-01
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into
an agreement with OWNER in the form included in the Contract Documents to
perform and furnish all Work as specified or indicated in the Contract Documents for
the Contract Price and within the Contract Time indicated in this Bid and in
accordance with the other terms and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to
Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for
ninety (90) days after the day of Bid opening. BIDDER will sign and submit the
Agreement with other documents required by the Bidding Requirements within fifteen
(15) days after the date of OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
(a) BIDDER has examined copies of all the Bidding Documents and of the
following Addenda (receipt of all which is hereby acknowledged):
No: 1
Date: "1
Rec'd:
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.
(fl 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 the project will be completed in a single
phase. 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.
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 and site accessibility constraints exist given the proximity of
adjoining residences, creek location, and limited corridors for construction
mobility.
7. BIDDER will complete the Work for the following price(s):
1-18
Bidding Documents
�-,�jc
DR16-02: Grapevine Creek Bank Stabilization
Item Description of Item and Unit Unit Price Extended
No. Quantity Unit Bid Price in Words
in Fi ures Amount
1 1 LS Mobilization
�C plete in p��la for the um of:
%UJLI?��/ 7l�vo �Ol�SftAl�dollars $zZ �rv�� $2'��OG�D,�o
�and ZFiQo cents �
per lump sum.
2 1 EA Furnish and Install Projecet Sign
Complet[� in lace for the sum of: p� o�
�9�T ��D��� dollars $��, $ g Q�,
an ?��i2� cents
per each.
3 1 LS Site Preparation and Clearing �
C plete in place for the sum of: / o�`
%i��1 �i�.' �7odfCc/ti� dollars $ 31Q���• � ?{p�00
an�� �2A cents
per lump sum.
4 1 LS SWPPP & Erosion Control Measures
Complete in place for the sym of: o�
��/tG ��dSQ.N� dollars $ 9Pp0 $9¢•� �'�
and �,�p cents � /
per lump sum.
5 1 LS Traffic Control
Com lete in place for the sum of:
�/t �US�� dollars $ ��dp� ,°� $ �DoO,��
and ?�',�p cents
per lump sum.
6 850 CY Select Backfill for Gabion wall
Complete in place for the sum of: A t
���� �i��l� dollars $ /lfp $�� Z�
and �r�2-o cents �� � `
per cubic yard.
7 450 CY Gabion Baskets with Grade Beams (excl.tie backs)
�C?mplete in place for the sum o`f:� p D �
�/�lz/�cJ i�n2tfn �/l� dollars $ ���, $ �� ��
and Z �� cents �
per cubic yard.
8 3,620 LF Tie-Back Ground Anchors
Com lete i place for the sum of: o�
����t� dollars $ �D,� $ I�� gda.
and _ ��� cents �
per linear foot.
1-19 (items continued on next page)
�
DR16-02: Grapevine Creek Bank Stabilization
Item Description of Item and Unit Unit Price Extended
No. Quantity Unit Bid Price in Words in Fi ures Amount
9 130 SY 18" Grouted Rock Riprap
Com lete i lace or the sum of: o 0 0�
p p /
G J /'L�G� � h dollars $ ��(�, � 23, yao.
and Q� cents
per square yard.
10 1,000 SY Restore Disturbed Areas
CompletJn place for the sum of: o� ��O o'
� ✓� dollars $ ,� $
and ? cents
per square yard.
�6� Cj ��• v o
TOTAL BID PRICE (Items 1-10) $ ,/,
�
1-20
BID SUMMARY— BID NO. Q-0817-01
DR16-02: Grapevine Creek Bank Stabilization Improvements
TOTAL BASE BID ITEMS (A) $ 'y�9i �5�. ��
TOTAL TIME BID /fl� Calendar Days
TOTAL OF CALENDAR DAYS X $2000 (B) $ �QZ�, �p�, ��
TOTAL ALTERNATE ITEMS (A1) $
BASIS FOR COMPARISON OF BIDS (A) + (B)* $ ,(�� / ��a. ��
*The bid with the lowest amount for (A) + (B) will be considered the low bid. The total
base bid (A) may include alternate items (A1). 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 120 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.
1-21
Bidding Documents
PROPOSALGUARANTY
➢ 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
�
,e-�------
f�
Signature:
1-23
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 ate of the bid opening. ��
- �_.
STATE OF ���� COUNTY OF
BEFORE ME, the undersigned authority, a Notary Public in and for the State of_�����n this
day personally appeared ���U��� � �(��j�,) who after being by me
Name
duly sworn, did depose and say:
"I�����lZ � ��(/'+�''Q�/'1 am a duly authorized office/agent for
am , _
/Z /' ; ��thave been duly authorized to execute the
Name of Firm
�n ` L ��
foregoing on behalf of the said �/ �� ,✓�' ✓,�
� ame f 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: �C�r� � ���iL<�/l_�K (,�1'l�I��Kt �YI/,�{f LL�
� •C.t" �.6 /`�. / �pQ 0 /
,.
Telephone: (b�� )�_, 7g-��jQO by: �� (.��
Title:� Signature: �'�— f�
SUBSCRIBED AND SWORN to before e above named � ��j�'�h C� �, 1����
on this the � ' day of U 9 20�
---- - °Public in and for the State of
� s
,,,�,��,,,,.,, TANA S?
`.�;PPY P�e � �4
?_; '•`�?,NOtary Public,,
=N�.%��,��= Comm. Expirc '
�9�E0,��OP' Notary ID '. . . . - _.-.--1�
1-30
Bidding Documents
...�:,.. .. . .„_-, ._,, ,. ..._.,:,. ,
. - .. �. .. . ,.-., __. : �
If BIDDER IS:
An Individual
By (Seal)
(Individual's Name)
doing business as
Business address
Phone No.
A Partn rshi
By �Q�('� r 1/1 L S 1—�--� (Seal)
Fir ��e�
Genera Part � // , ��
Business address K. ���� � � to
���,Q Phone No. � f��1 � �`���
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.)
1-26
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 business 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.
IV � �
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 ori inall filed questionnaire becomes incom lete 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.
{� �
}
1-27
Bidding Documents
�: .,w..,-w„1m�. ,.,n�<,.� , .:.-..: .. ..__... .
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
IW �
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? O Yes ❑ No
���
D. Describe each affiliation or business relationship.
1`�
�I, ;r a
i"
s
Signature of person doing business with the governmental entity Date
1-28
Bidding Documents
�
Bid Bond
Surety Department
KNOW ALL MEN BY THESE PRESENTS,
That we, Ark Contractin� Services, LLC, as Principal, hereinafter called the Principal, and the Great
American Insurance Company of New York, a Corporation created and existing under the laws of the
State of New York, whose principal office is in Cincinnati, OH, as Surety, hereinafter called the Surety, are
held and firmly bound unto the City of Coppell, Texas, as Obligee, hereinafter called the Obligee, in the
sum of Five Percent (5%) of the amount bid ($--------------), for the payment of which sum, well and truly
to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators,
successors and assigns,jointly and severally, firmly by these presents.
Whereas, the Principal has submitted a bid for
G_r_apevine Creek Bank Stabilization Improvements (Proiect No. DR16-02) Bid No. Q-0817-01
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid
and such larger amount for which the Obligee may in good faith contract with another party to perform the
work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and
effect.
Signed and sealed this 31st day�£ Au ust
� --�—� �`
Attest: �` Ark Contractin Ser�'ces, LLC
�
(Princip �
By: � By — (SEAL)
�" ,.
S�eve . Bowm , President
Witness: Great American Insurance
Company of New York
�
(
By
racy Tuck , At orney-in-Fact (S�AL)
Form S-3266-4 Printedin U.S.A. 12-70
GREAT AMERICAN INSURANCE COMPANY OF NEW YORK
New York
Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than FIVE No. 0 14893
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation
organized and existing under and by virtue of the laws of the State of New York,does hereby nominate, constitute and appoint the
person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of
the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature
thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this
authority shall not exceed the limit stated below.
Name Address Limit of Power
TRACY TUCKER STEVEN TUCKER ALL OF ALL
W.LAWRENCE BROWN BENNETT BROWN FORT WORTH,
$100,000,000.00
KEVIN J.DUNN TEXAS
This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF,the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed
and attested by its appropriate officers and its corporate seal hereunto affixed this ZOTH day of FEBRUARY , 20�� ,
Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK
(�o���rE q �
�SEA�� � � � �,lJ,��
�.� ' .�,�_ ��l.• u'^'�'P
Assrstan(Secretary Divi.cional Senior vice Preeidcm
DAVID C.KITCHIN(877-377-2405)
STATE OF OHIO,COUNTY OF HAMILTON-ss:
On this 20TH day of FEBRUARY 20�� ,before me personally appeared DAVID C.KITCHIN,to me known,
being duly sworn, deposes and says that he resides in Cincinnati, Ohio,that he is a Divisional Senior Vice President of the Bond
Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument;
that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed
his name thereto by like authority.
Su�nA Kdior� cr.�- � �
' No�ry PubtG 9tw d Ohio /�
s, �►��p p6,ts,2Q20 6�
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great
American Insurance Company of New York by unanimous written consent dated May 14,2009.
RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional
Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact
to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations
in the nature thereof,•to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment
at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract of suretyship, or other written obligation in the nature thereof,such signature and seal when so used being hereby
adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the
Company with the same force and effect as though manually affixed.
CERTIFICATION
I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that
the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are
now in full force and effect.
Signed and sealed this 31st day of August , 2017 ,
�COPPOfl,IiE Q. / � �
,�SEAL� `
w
� �
A.c.cistant Secretary
S71 BSL(O6/15)
PREVAILING WAGE RATES
Classification Hourlv Rate Classification Hourlv Rate
CONCRETE FINISHER (Paving & Structures) TRUCK DRIVER
.....................................................................14.12 Lowboy-Float...............................................16.24
Off Road Hauler...........................................12.25
ELECTRICIAN .............................................19.80 Single Axle...................................................12.31
Single or Tandem Axle Dump Truck............ 12.62
FORM BUILDER/ FORM SETTER Tandem Axle Tractor with Semi Trailer.......12.86
Paving & Curb..............................................13.16 Transit-Mix...................................................14.14
Structures.....................................................13.84
WELDER .....................................................14.84
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
Broom or Sweeper.......................................11.74
Concrete Pavement Finishing Machine.......16.05
Concrete Saw..............................................14.48
Crane Operator, Lattice Boom ....................17.27
80 Tons or Less
Crane Operator, Lattice Boom over.............20.52
80 Tons
Crane, Hydraulic 80 Tons or Less...............18.12
Crawler Tractor............................................14.07
Excavator, 50,000 pounds or less...............17.19
Excavator, over 50,000 pounds...................16.99
Foundation Drill, Truck Mounted..................21.07
Foundation Drill, Crawler Mounted..............17.99
Front End Loader 3 CY or Less...................13.69
Front End Loader, over 3 CY.......................14.72
Loader/ Backhoe.........................................15.18
Mechanic......................................................17.68
Milling Machine............................................14.32
Motor Grader, Fine Grade ...........................17.19
Motor Grader, Rough...................................16.02
Pavement Marking Machine........................13.63
Reclaimer/Pulverizer....................................11.01
Roller, Asphalt..............................................13.08
Roller, Other.................................................11.51
Scraper.........................................................12.96
Small Slipform Machine...............................15.96
Spreader Box...............................................14.73
Servicer........................................................14.58
Steel Worker(Reinforcing) ..........................16.18
1-24
Bidding Documents
SECTION 2
CONTRACT
DOCUMENTS
T H E � C I T Y • O F
.,�� �,�y� , ������,� ������',��'� �„�i;,,
j�y]�] � F
'lr �V �--..� � � �� � �
1 � � _ � O
� ...aW,
�
x A s ` � 8
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 2017 by and between the CITY OF COPPELL, TEXAS, a municipal corporation
(hereinafter called OWNER) and (hereinafter called
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Work is generally described as follows:
This work shall consist of the construction of gabion wall bank stabilization
improvements along Denton Creek and all appurtenant work as laid out
and described in the construction plans
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:
Grapevine Creek Bank Stabilization Improvements
PROJECT NO. DR16-02
Bid No. Q-0817-01
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 120 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. Liquidated damages shall be assessed at the rate of
$2000/day at the discretion of the CITY.
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.
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.
2-3 Contract Documents
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.
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.
2-4 Contract Documents
�: ..�.,, .., . .
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2-2 thru 2-7, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive),
including Performance Bond, Payment Bond and Maintenance Bond.
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: Standard Specifications for Public Works Construction — North Central
Texas Council of Governments Fourth Edition.
8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions
(pages 3-2 thru 3-10, inclusive).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the "Grapevine Creek Bank Stabilization Improvements
(Project No. DR16-02) for the City of Coppell".
8.8. Drawings (Construction Plans) entitled: "Grapevine Creek Bank Stabilization
Improvements (Project No. DR16-02) for the City of Coppell".
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 104.2 and 109.3 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this
Agreement (except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented
as provided in Items 104.2 and 109.3 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 101. of the General
Provisions will have the meanings indicated in the General Provisions.
2-5 Contract Documents
�
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 , 2017.
OWNER: City of Coppell CONTRACTOR:
255 Parkway Boulevard
Coppell, TX 75019
BY: BY:
TITLE: TITLE:
ATTEST: ATTEST:
Address for giving notices: Address for giving notices:
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Dir. of Engineering/Public Works
(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 AccidenUOccurrence
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
�.-�:�. .,-, .�,:,:.��.�,....�,�: _ . , �
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN 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. 2017, which is made a part hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Construction of:
Grapevine Creek Bank Stabilization Improvements
PROJECT NO. DR16-02
Bid No. Q-0817-01
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 finro (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.
IN WITNESS WHEREOF, this instrument is executed in copies,
each one of which shall be deemed an original, this the day of
, 2017.
PRINCIPAL SURETY
By: By:
Title: Title:
ATTEST: ATTEST:
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the
process is:
NAM E:
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 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, dated the of
, A.D. 2017, which is made a part hereof by reference, for the construction
of certain public improvements that are generally described as follows:
Construction of:
Grapevine Creek Bank Stabilization Improvements
PROJECT NO. DR16-02
Bid No. Q-0817-01
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.
IN WITNESS WHEREOF, this instrument is executed in copies,
each one of which shall be deemed an original, this the day of
, 2017.
PRINCIPAL SURETY
By: gy:
Title: Title:
ATTEST: ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice
and service of the process is:
NAM E:
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 Grapevine Creek Bank
Stabilization Improvements (Project No. DR16-02), Bid No. Q-0817-01, 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 finro (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
has caused these presents to be
executed by its Attorney in fact and the said Attorney in fact
, has hereunto set his hand, the day
of , 2017.
PRINCIPAL SURETY
By: By:
Title: Title:
WITNESS: 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
� � �� � �"�'`'" oW"���� .��1i„
�w� �
'�, �.JIIII',,r-�'
�
T _.�� .���,,..�'� . ��`�� '�u uo� o
� � q
x A s ~� 1 s
3-1
Standard Specifications
Supplementary Conditions
IMPLEMENTATION OF HOUSE BILL 1295
Certificate of Interested Parties (Form 1295):
In 2015, the Texas Legislature adopted �--�.��:a� �iil 1295, which added section 2252.908 of the
Government Code. The law states that a governmental entity or state agency may not enter
into certain contracts with a business entity unless the business entity submits a disclosure of
interested parties to the governmental entity or state agency at the time the business entity
submits the siqned contract to the governmental entity or state agency. The law applies only to
a contract of a governmental entity or state agency that either (1) requires an action or vote by
the governing body of the entity or agency before the contract may be signed or (2) has a
value of at least $1 million. The disclosure requirement applies to a contract entered into on or
after January 1, 2016.
The Texas Ethics Commission was required to adopt rules necessary to implement that law,
prescribe the disclosure of interested parties form, and post a copy of the form on the
commission's website. The commission adopted the Certificate of Interested Parties form
(Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on
November 30, 2015, to implement the law. The commission does not have any additional
authority to enforce or interpret �louse �iii 1�5�.
The form may be obtained and completed at
l�ttps://w�i���.ethics.state.tx.us/���hatsne��/elf info form(�9�.hUi�
XPlease note that this form only has to be completed once the contract is awarded and before
contract is executed.
3-2 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
Enqineer: 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.
Consultinq Enqineer: 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, 5237 N.
Riverside Drive, Suite 100, Fort Worth, Texas 76137.
Working Dav: 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-finro 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.
3-3 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."
3-4 Standard Specifications
Supplementary Conditions
ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK
SC-103.6
Add following sentence to end of Item 103.6.
"Before CONTRACTOR starts the Work at the site, a conference attended by
CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules
referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop
Drawings and other submittals and for processing Applications for Payment, and to establish
a working understanding among the parties as to the Work."
ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT
SC-104.2.1
Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase:
"except as provided below."
Add the following sentence to the end of paragraph two in Item 104.2.1:
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment
under the following conditions:"
ITEM 105.1 — CONTRACT DOCUMENTS
SC-105.1.1
Add the following language at the end of the Item 105.1.1: "If there is any conflict between
the provisions of the Contract Documents and any such referenced standard specifications,
manuals or codes, the provisions of the Contract Documents shall take precedence over that
of any standard specifications, manuals or codes."
SC-105.1.3
Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies". Add
the following to the end of Item 105.1.3:
"In the preparation of Drawings and Specifications, the Design Engineer has established and
relied upon the following reports of exploration and tests of subgrade conditions at the site of
the work:
Geotechnical Enqineerinq Report — Grapevine Creek Bank Stabilization (257
Rosemount Court) Coppell, TX, by Terracon Consultants, Inc., dated April 18, 2017.
Copies of these reports are appended to this project specifications document..
3-5 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."
3-6 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 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
and expenses (including, but not limited to, fees of engineers, architects,
3-7 Standard Specifications
Supplementary Conditions
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 Existinq 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."
ITEM 108.1 — PROGRESS SCHEDULE
SC-108.1
3-8 Standard Specifications
Supplementary Conditions
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."
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
3-9 Standard Specifications
Supplementary Conditions
ITEM 303. — PORTLAND CEMENT CONCRETE PAVEMENT:
303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The
use of Fly Ash as an admixture in any Class of concrete is specifically
prohibited without written approval of the ENGINEER.
ITEM 303.5 - CONSTRUCTION METHODS:
Under Item 303.5.4 Joints:
Replace Item 303.5.4.2 — Expansion Joints, with the following:
"Expansion joints shall be installed perpendicularly to the surface and centerline
of the pavement. Expansion Joint material shall be redwood boards, 3/4-inch in
width, and extended through curbs. Expansion joints are to be installed at each
end of radius at street intersections. Expansion joints shall be equally spaced
between intersections with not less than one every 200 linear feet of pavement,
unless otherwise specified on the Plans or directed by the ENGINEER.
Add the following to the end of the sentence in Item 303.5.4.2.3 Proximity to
Existing Structures:
"or as directed by the ENGINEER".
Delete the first sentence of the first paragraph of Item 303.5.4.3 Contraction Joints,
and insert the following:
"Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch
in width, and installed every 20 linear feet of pavement, and extend through
curb, unless otherwise directed by the ENGINEER."
Under Item 303.5.6 Finishing:
Add the following paragraph at the end of Item 303.5.6.1 Machine:
"Fog sprays powered by pressure pumps, and capable of covering the entire
area of freshly placed concrete with a fine mist, shall be used if water is needed
for finishing operations."
Add a new paragraph after the first paragraph of Item 303.5.6.2 Hand, which reads
as follows:
"Fog sprays powered by pressure pumps, and capable of covering the entire
area of freshly placed concrete with a fine mist, shall be used if water is needed
for finishing operations."
3-10 Standard Specifications
Supplementary Conditions
DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES
ITEM 504. — OPEN CUT - BACKFILL:
Under Item 504.2.3.3 Type "B" Backfill:
Insert the following paragraph after the first sentence of Item 504.2.3.3.3 Additional
Requirements:
"Additional Requirements for Type "B" backfill when used in streets - All trench
backfill shall be compacted to between 95 percent and 100 percent of Standard
Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage
points above, optimum moisture content, using mechanical compaction methods
unless otherwise specified in the Plans. Water jetting may be used o� 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."
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
� .:1.... ... :..
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
T H E • C I T Y � O F
�. `�h � � � 1� °����e;= �ir�
-� �� +' �ili�, �
1, -.�,�.\ � „ �/jj� �` 0
� .�a� ' 9
x A s �� 1 a
4-1
Specific Project Requirements
�
,_.. �. ._., . �,, .. . .r - ..�
, �
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 Consultinq Enqineer: 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, 5237 N. Riverside Drive, Suite 100, Fort Worth, Texas
76137, telephone (817) 336-5773.
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. Entrance onto private property shall be at the expressed approval of the
CITY, only.
1.6 PROJECT DESCRIPTION: This work shall consist of the construction of
approximately 125 LF of gabion bank stabilization improvements along
Grapevine Creek. Work shall include all components necessary for the "turnkey"
construction of the wall along with any subsidiary construction as shown in the
plans for Project No. DR16-02.
1.7 EXPLANATION OF CONTRACT TIME:
No incentive or incentive payments are anticipated for this project.
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
�
� .m_.. .
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 strictiv
enforced.
4-5 Specific Project Requirements
� . ,rw1,�, ,�,_..- , _ . . _ ,
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 is included within these bid specifications. The CONTRACTOR
shall also visit the site and acquaint himself with the site conditions. Additional
geotechnical investigations may be conducted by the CONTRACTOR at his
expense.
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
4-6 Specific Project Requirements
CONTRACTOR's responsibility for his own quality assurance/quality control testing.
CONTRACTOR shall replace any deficient construction items.
1.13 SUSPENSION OF WORK: If the work should be stopped or suspended under any
order of the court, or other public authority, the OWNER may at any time during
suspension upon seven days written notice to the CONTRACTOR, terminate the
Contract. In such an event, the OWNER shall be liable o�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 for"Traffic Control."
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
4-� Specific Project Requirements
�
submit a traffic control plan to be reviewed by the City prior to the beginning of work.
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, "Traffic Control."
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-s 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 this and/or 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.
4-11 Specific Project Requirements
3. Catalog numbers and similar data.
4. Conformance with specifications.
C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work 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 finro 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.
D. REVIEW:
4-12 Specific Project Requirements
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 finro (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.
1.9 SPECIFIC SUBMITTAL REQUIREMENTS FOR PROJECT DR16-02:
For the purposes of this project, specific submittals shall include (but are not limited
to):
A. Concrete mix design for 4000psi concrete at 28 days;
B. High strength grout mix design for 4000psi grout at 28 days;
C. 1" diameter epoxy-coated DYWIDAG tie-back threadbar or approved
equivalent;
D. Gabion grade beam reinforcement shop drawings;
E. Gabion rock source and gradation mix design.
Other shop drawings, product information, or samples may be necessary for the
project and shall be furnished by the CONTRACTOR to the CITY for further review.
Provision of the information requested above does not absolve the CONTRACTOR
of the responsibility to provide other pertinent information, as required by standard
practices and provisions.
4-13 Specific Project Requirements
SECT/ON 5
DESCRIPTION OF PAY 1TEMS
T H E • C I T Y � O F
--, �� t �_ � , ,�;,.�
� �^�����' � 1��� '�� r ��
� ��. , �� i ^ ,�
1' ���, .����,..� p
� � ` � q
��
x A s 1 8
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; (fl
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.
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.
1. PaY Item 1 — Mobilization:
This pay item shall include the mobilization and demobilization efforts
required for the construction of the project. 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, 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 Total Amount Bid, exclusive of this aav
item (Adiusted Contract Amountl.
Measurement and payment shall be as follows: Ten percent (10%) of the
amount bid shall be paid with the first pay estimate following 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 determined on the basis of the following: When 10% of the adjusted
contract amount has been earned, 35% of lump sum bid for mobilization,
less retainage, will be paid. When 50% of the adjusted contract amount has
5-2 Description of Pay Items
been earned, 75% of the lump sum bid for mobilization, less retainage, will
be paid. When 75% of the adjusted contract amount has been earned,
100% of the lump sum bid for mobilization, less retainage, will be paid.
Payment shall be total compensation for furnishing all labor, materials, tools,
equipment and other incidentals necessary to complete the work.
2. Pav Item 2— Furnish & Install Proiect Siqns:
This pay item shall consist of the installation of a project sign at a location
near the project site to be determined by the City. Sign shall be constructed
in accordance with the details found in Technical Specifications. The City
will furnish the City logo for the sign.
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.
3. Pay Item 3 —Site Preparation and Clearinq:
This work includes the clearing & grubbing, and removal & trimming of
vegetation in all areas within the project limits requiring such work 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. 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. As per the "Geotechnical Engineering Report" (included in this
project specifications document), removal of trees and bushes within the
restoration slope will require removal of exposed roots and root balls within the
bank. 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. 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. Restoration of the disturbed areas is not included in this pay
item.
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 City prior to removal.
5-3 Description of Pay Items
�. _.,�-�..�,., ,..,� .�.- _ , _,. ,..,.:_.,: , . .:.
_,... _.�.�_v.�,.. ,.a..
Removal of landscape improvements shall be considered subsidiary to this
pay item.
This item also includes any work platform necessary to construct the project,
including preparation of the project access route, whether called out on the
plans or otherwise. The means, methods, and materials of the work platform
and access route are at the contractor's discretion, so long as the wall is
constructed in accordance with the plans, details, and technical specifications.
As part of this pay item, all materials used for the work platform and access
route shall be removed from the site prior to completing construction, and
finished to the pre-project lines and grades shown on the plans.
This work shall also include:
(a) The removal of existing drainage pipe, culverts, headwalls, and other
related drainage structures and/or appurtenances;
(b) The removal of existing retaining walls and fencing as specified by the
plans;
(c) Tree removal or pruning either called out on the plans or otherwise,
(d) Tree protection,
(e) 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 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. Payment shall be prorated
based on the percentage of the project completed for each respective Unit,
as determined by the Engineer.
4. Pay Item 4—SWPPP and Erosion Control Measures:
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
5-4 Description of Pay Items
be required to prepare and implement a single comprehensive site specific
Storm Water Pollution Prevention Plan (SWP3) for the entire construction
site. The Owner and the Contractor shall independently: (1) sign the SWP3,
(2) submit an NOI, 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.
A Texas Registered Professional Engineer must sign and seal the Erosion
Control Plan (ECP) submitted as part of the SWP3. The Owner and
Contractor shall independently submit a Notice of Termination upon
completion of the project.
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 prorated
throughout the term of construction based on the percentage of the project
complete.
5. Pav Item 5 —Traffic Control:
This item includes the preparation of traffic control plans in accordance with
TMUTCD and to be sealed by a registered professional engineer within the
State of Texas for approval by the city and the furnishing, installation,
maintenance and removal of barricades and signs in accordance with the
traffic control plans. The lump sum price shall include, but not be limited to all
labor, equipment, barricades, signs, and materials for both vehicular and
pedestrian traffic.
This item also includes the placement of required warning devices as
discussed in Section 4 ("Specific Project Requirements") subpart 1.16.
The Contractor will be responsible for all damage to the work due to failure of
barricades, signs, lights, and watchmen to protect. If and whenever evidence is
found of such damage, the Owner may order the damage portion immediately
removed and replaced by the Contractor at his cost and expense. The
Contractor's responsibility for maintenance of barricades, signs and lights shall
not cease until the project is accepted by the Owner. Payment shall be lump
5-5 Description of Pay Items
sum and shall be the total compensation for finishing all labor, materials and
equipment necessary to complete the work.
6. Pay Item 6 —Select Backfill for Gabion Wall:
This work includes the installation of select fill behind the gabion wall as shown
in the construction plans and as per NCTCOG Item 203.7 and the City of
Coppell Standard Construction Details.
Select fill shall be free draining clean crushed stone with maximum size of 1.5
inches that meets gradation requirements of ASTM C-33, No. 56 or 57 and
compacted to 98% of the standard proctor dry density per ASTM D698 in the
rage of-2% to 2% of the optimum moisture content.
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 backfill shall be made on the basis of the price bid
per cubic yard (CY) and shall be total compensation for furnishing and/or
operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work.
5-6 Description of Pay Items
7. Pay Item 7 — Gabion Baskets with Grade Beams (excl. tie back qround
anchors :
This work includes the complete in place construction of a gabion basket
retaining wall with grade beams in locations as shown in the construction
plans.
The wall shall be furnished & installed in accordance with NCTCOG
standard specifications 803.2 and the Technical Specification included in
these project specification documents. The Contractor is responsible for
providing the City with available wire basket color options for the retaining
wall prior to construction.
Measurement and payment for construction of the variable height retaining
wall shall be per cubic yard (CY) and shall include all labor, equipment, and
materials necessary to complete the work including: concrete grade beams,
filter fabric, leveling pad, and footing construction. This item also includes
the preparation, excavation, grading, and shaping of the benched work
slope behind the wall, as shown on the wall details in the plans. This item
should not include the quantity for select backfill behind the wall as it is
included as a separate pay item within these bid specifications. This pay
item also should not include tie back ground anchors as they are included
as a separate pay item within these bid specifications.
Quantities may vary from that shown on the Drawings depending on existing
topography or discretion of the City. Change to the total quantity of cubic
yardage shall be approved by the City and Engineer prior to construction
and will be paid or withheld at the agreed upon Contract Unit Price.
8. Pay Item 8 — Tie-Back Ground Anchors
This work includes the complete in place construction of tie-back ground
anchors as shown in the construction plans. The anchors shall be
furnished, installed, and tested in accordance with the "TXDOT Standard
Specifications for Construction and maintenance of Highways, Streets, and
Bridges (November 2014) — Item 410: Soil Nail Anchors."
Measurement and payment for construction of the tie back ground anchors
shall be per linear foot (LF) and shall include all labor, equipment, and
materials necessary to complete the work including: anchors, concrete and
grout, couplers, centralizers, A36 steel plating, hex nuts and washers, and
group caps as shown on the details in the plans.
Tie back ground anchors shall be measured by linear foot of acceptable
anchor in place. The anchor length measured shall be the length of the
drilled and grouted hole as specified on the plans or modified as necessary
to meet field testing requirements as levied within these bid specifications.
Load testing, both verification tests and proof tests, are subsidiary to this
5-7 Description of Pay Items
item. Spoils, failed anchors, or non-performing anchors are considered
subsidiary to this item.
Quantities may vary from that shown in the bid proposal as the length is to
be determined through in-place field testing. Changes to the bid linear
footage shall be approved by the City and Engineer and paid (or withheld) at
the agreed upon Contract Unit Price, at discretion of the City.
9. Pay Item 9 — 18" Grouted Rock Riprap:
This work includes construction of grouted concrete rip-rap at the locations
shown in the construction plans or as determined by the Engineer, in
accordance with the appropriate details and specifications, including the
City of Coppell Standard Construction Details and NCTCOG spec item
803.3.
Measurement and payment for concrete rip-rap performed and materials
furnished completed and in place as provided herein shall be made on the
basis of the price bid per square yard (SY) in accordance with NCTCOG Item
803.3, and shall be total compensation for furnishing and/or operating all labor,
materials, tools, equipment and other incidentals necessary to complete the
work.
10. Pav Item 10— Restore Disturbed Areas:
This work includes all work, materials and incidentals necessary to restore all
areas that are disturbed by construction (or construction access) to an equal or
better condition than prior to construction, in accordance with the appropriate
details and specifications, including NCTCOG Items 202.2, 202.3, 202.4,
202.5, 202.6 & 202.7. Areas to receive sod shall be fine graded and cut to
receive sod. Topsoil shall be placed in low areas to bring them to grade, so as
to create positive drainage to the adjacent lake. Any existing landscape
improvements, and/or any other existing improvement removed or relocated
during the course of construction shall be replaced with like kind or better as a
part of this pay item, as approved by the CITY. This also applies to landscape
improvements on private properties that may be impacted by construction or
construction access. These areas shall be restored as directed by the CITY
and/or ENGINEER.
Restoration of disturbed areas includes but is not limited to: sod replacement,
placement of temporary erosion control blankets (such as Curlex or approved
equivalent), restoration of landscaped areas on City or adjacent private
properties (as directed by the CITY), and disturbed slopes.
Unless directed otherwise by the CITY, block sod matching the species that
existed prior to construction and/or the species adjacent to the disturbed area
shall be placed in all disturbed areas where improved lawn or established turf
existed prior to construction. The CONTRACTOR will be required to water,
fertilize, mow and otherwise maintain restored areas to establish healthy
5-8 Description of Pay Items
growth, even distribution of vegetation and full coverage over the entire
restored area. The CONTRACTOR shall also maintain and protect these
areas from damage and repair any damage that occurs, until completion and
final acceptance of the project by the OWNER.
Measurement and Payment for project restoration work performed and
materials furnished complete and in place as provided herein shall be made on
the basis of a square yard (SY) basis and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary to complete the work.
5-9 Description of Pay Items
. ��.
� _ _ �
SECTION 6
TECHNI CAL SPECIFI CA TIONS
T H E • C I T Y • O F
-, , ,1I,�
�i ��"'��� l� � \ )V � ��.�'�" d3 ^�
� ��t � �� �����
,�' _
T r�a� '�� ,�� � � �
� �� � � �� a
x A s 1 a
s-,
Technical Specifications
�, ,,..s��, . .....,l�. _
_. , _ . .. .,.. ,
CITY OF COPPELL
PROJECT SIGf�J
3� 1'-6� 3' —
eu,c e�acRwNo xwh itrmrs
) � �C���� ��� ` �U�i' `�'���':� �_� � �� �
�! �C co�PEr�i f��� 9����G���oOC� C��C��L���° _ .ov,�a�r��s � d
��� � 6�]�C�(���0�'��J�^'1G�7�9 O��a�(�[����� h �
__ C��0�11[��J��9���0 ��������� �� � �
� p�����v� �Q�� �°�0���� ����u� o �� � '° �
, , ,,z- Q � . �
` �����n����n�A ����(n °������ ���� ' '° '
N �o��� d��o��� p�o�r� ������ ���a,��� � �
C RE3FAK0 foR 91E
(��' pL�C��O� DD G,'1�[�0 ����00�1�'lC�a� �°n«��.���, a �
a
„i • ��«
�
ANFN.ptpJNO
NOTES: 1) LETTERING SHOULD BE BOLD TYPE
2) SIGN PANEL IVILI BE 3/4" EXTERIOR PLYW000
PAINTEO AS SHOWN ON DETAiI
3} FRAME WILL BE 2"X4" STOCK- REINFORCED BEHI�lD
SIGN PANEL AT APPROX. 2' CENTERS
4) ALL PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO TO BE PROVIDED BY THE CITY
EXAMPLE:
� __ - _.
� _ _ �� �
�; �!� _ � .
C(�f'PE:f.[ ;_; � ��Clr`��+��'J��Gfl tG'J�1�'��`�; ccN�occraR's
'� '��:�L '� � , 8�������� �
..,a s�� f�9'� ^n. f,�iS,a ���' r�' ..
,... J.':,. ., ,> ,�
SANDY LAKE ROAD (ST99-�Z)
CONTRACTOR: 1QQOt)QOQO(100QOQ(
(DDO) 000-0000 `���«���
COMPLETION DATE: 100QQ( 2DXK
6-2 Technical Specifications
GABION BASKETS WITH EARTH ANCHORS
PART 1: GENERAL
1.0 Scope - Work in this section includes furnishing all labor, materials, equipment, and services
required to construct, shape, and finish gabion structures for creek bank stabilization to the
required lines, grades, and cross sections as specified herein and on the plans.
1.1 Description - Gabion structures consist of rectangular, compartmented wire baskets filled with
stone used to build earth retaining and erosion control structures, such as retaining walls, channel
linings, slope protection, headwalls for pipes, weirs, and flexible aprons.
PART 2: MATERIALS
2.1 Gabions shall be prefabricated in accordance with ASTM A975-97 to the size called for on the
plans, or as otherwise approved. Gabions shall consist of galvanized wire with an additional PVC
coating woven into a uniform, hexagonal-shaped double twist pattern with openings approximately
3-1/4" x 4-1/2". The mesh shall be fabricated in such a manner as to be non-raveling and to
provide the required flexibility and strength.
All wire used for gabions, including lacing wire, shall have a tensile strength of 54,039 P.S.I. to
68,259 P.S.I. in accordance with ASTM A641-98, Class 3, soft temper. The zinc coating shall meet
the requirements of ASTM A641-98, Class 3, soft temper coating and shall be a minimum quantity
of 0.70 oz/ftZ for wire 0.087" in diameter, 0.80 oz/ft2 for wire 0.106" in diameter, 0.85 oz/ftz for wire
0.120" and 0.134" in diameter and 0.90 oz/ftz for wire 0.150" in diameter.
Wire used for galvanized overlapping rings shall be 0.120" diameter wire per ASTM A641-98 with
a tensile strength of 230,000 P.S.I. to 273,000 P.S.I. per ASTM A764-95.
Wire used for stainless steel overlapping rings shall be 0.120" diameter stainless steel wire per
ASTM A313-98, Type 302, Class I with a tensile strength of 222,000 P.S.I. to 253,000 P.S.I.
Mesh wire, selvedge wire and lacing wire diameters for galvanized gabions and galvanized
gabions with a PVC coating shall be in accordance with the nominal diameters as listed in Table 1.
Tolerances of all wire diameters shown shall be +/- 0.004". All testing of wire diameters shall be
prior to fabrication.
TABLE 1 — NOMINAL GABION WIRE D/AMETERS
Galvanized Wire Galvanized Wire with
PVC Coatin
Mesh Wire 0.120" (US 11 gauge) 0.106" (US 12 gauge)
Selvedge Wire 0.150" (US 9 gauge) 0.134" (US 10 gauge)
Lacing Wire 0.087"(US13-1/2gauge) 0.087"(US13-1/2gauge)
Polyvinyl Chloride (PVC) used to coat gabion wire shall meet the following specifications:
Color - gray; Nominal Thickness - 0.020 inches; Minimum Thickness - 0.015 inches; UV
Resistance - 3000 hours using apparatus Type E when tested according to ASTM D1499 and
ASTM G23; Salt Spray Test - 3000 hours when tested according to ASTM B117; Abrasion
Resistance - weight loss not more than 12% according to ASTM D1242. The PVC coating shall
be uniformly applied and shall be free from cracks, splits, stretched or stressed areas.
6-3 Technical Specifications
Assembled gabions will form a rectangular unit with a minimum thickness of eighteen inches (18").
The base and sides are to be woven into a single unit. The bottom of the end panels shall be
factory connected to the body in such a manner that the strength and flexibility at the point of
connection is approximately equal to that of the mesh. The lid for specially fabricated gabions
may be separate construction. The gabion shall be divided into cells of approximately equal size
by factory connected diaphragm panels using mesh of the same type and gauge as the body of
the gabion. The diaphragm panels shall be secured in proper position on the base in such a
manner that no additional tying is necessary. The length of the cell shall not exceed its horizontal
width. All perimeter edges of the wire mesh forming the body, end and diaphragm panels shall
have a heavier gauge selvedge wire woven into the edge of the mesh panel. All cut edges of the
mesh panels forming the body, tops of ends and diaphragms shall be securely attached to a
heavier gauge selvedge wire by a minimum of two complete turns of the wire mesh around the
selvedge wire.
Lacing wire shall be supplied for securely fastening the gabions during all steps of assembly and
construction. Lacing wire shall be included with the gabions in sufficient quantity for tying gabions
in accordance with the specifications. No other wire except of the type supplied with the gabions
may be used.
High tensile overlapping rings may be used as an alternate fastening method in place of the tie
wire lacing method when used in accordance with these specifications. Galvanized rings shall be
used for galvanized gabions; stainless steel rings shall be used for PVC coated gabions.
Interlocking fasteners and spiral fasteners may not be used.
Gabions furnished by a manufacturer shall be of uniform size and subject to dimension tolerance
limits of+/-5°/a.
The gabions shall be certified by a notarized, sworn affidavit from the manufacturer showing
compliance with the specification requirements.
2.2.1 Gabion Rock used to fill the gabions shall be clean, hard, durable, 4" to 8" well-graded crushed
limestone. Not more than 15% of the rock (by weight) shall pass a 4" opening. For 12" gabions,
4" to 6"well-graded crushed limestone may be used. The rock shall be clean and shall be stored
and handled in a manner to prevent contamination.
2.3 Geotextile Fabric for use as a filter media, when specified on the plans, shall be placed along
the gabion structure as shown in the plans. The fabric to be used shall be a non-woven,
polypropylene, needle punched geotextile such as Contech C45 or approved equal.
2.4 Granular Filter Media, when specified on the plans, shall be placed to the limits as shown on the
plans. Granular filter media shall consist of 1-1/2" crushed stone in accordance with ASTM C33,
size 467.
PART 3 CONSTRUCTION
3.1 General - The gabions shall be installed in accordance with the size, type, and alignment as
shown on the plans. The placement of the gabions shall be in close conformity to the lines and
grades shown on the plans and shall be in strict accordance with these specifications.
3.2 Geotextile Fabric Placement - After excavation to the subgrade elevation has been performed
and granular media has been placed to the limits specified on the plans, the geotextile fabric shall
be placed to the limits shown on the plans. Care shall be taken not to place the fabric in a manner
exceeding the limits shown on the plans. Where splices occur, adjacent pieces of geotextile shall
be overlapped a minimum of eighteen inches (18"). Fabric shall be secured, when necessary, by
6-4 Technical Specifications
pins or other suitable means before placing the gabions. Excess fabric protruding past the
finished gabions shall be cut off.
3.3 Gabion Assemblv - Gabions are assembled in the following steps: (1.) Unfold the baskets on a
hard, flat surface and stamp out all kinks. (2.) Fold up the front, back, and end panels and fasten
the panels together with the projecting heavy gauge selvage wire by twisting the selvedge wire
around the selvedge wire of the other panel two complete turns. (3.) Fold the inner diaphragm
panels up and secure in the same manner. (4.) Tie all edges of the diaphragms and end panels to
the sides of the gabion by the tying method as specified below.
3.4 Tyinq Method - PROPER TYING OF GABIONS AT ALL STEPS IN THE ASSEMBLY AND
CONSTRUCTION OF THE GABION STRUCTURE IS CRITICAL TO THE PERFORMANCE OF
THE FINISHED GABION STRUCTURE.
1. Gabions must be tied in the specified manner at each step of
construction:
a.) Initial assembly d.) Tying of lid to top of
b.) Tying to adjacent gabions along diaphragms
all contacting edges e.) Re-tying of cut gabions
c.) Tying of lid to sides
2. All tying of gabions shall be performed in the following manner (See Gabion Detail Sheet in
Construction Plans): (1.) Cut a length of lacing wire approximately five feet long. (2.) Secure
the lacing wire onto the gabion at the end by looping and twisting the tie wire together. (3.)
Proceed tying with double loops (made at the same point) every five inches apart. The
basket pieces should be pulled tightly together during the tying operation. (4.) Secure the
other end of the lacing wire by again looping and twisting the wire around itself. No other
wire except of the type supplied with the gabions may be used for tying the gabions.
3. Overlapping rings may be used as an alternate to the specified lacing wire method where at
least one-half inch ('/") overlap of the rings can be made. Spacing of the rings shall not
exceed six inches (6"). In the event a one-half inch ('/2") overlap of the ring cannot be
obtained, such as end-to-end attachment of gabions, the specified lacing wire method shall
be used.
3.5 Gabion Placement - After each gabion has been assembled, it shall be placed in position empty
and shall be tied to adjacent gabions along all contacting edges in order to form a continuously
connected structural unit.
3.6 Fillinq Gabions - IT IS CRITICAL TO THE PERFORMANCE OF THE FINISHED GABION
STRUCTURE THAT GABIONS ARE FILLED TO THEIR MAXIMUM DENSITY WITH VOIDS IN
THE GABION MINIMIZED.
When the assembled empty gabions have been installed and tied together, the gabions shall be
filled in the following manner:
1. The gabions may be filled by machine, but shall be filled in layers or lifts not exceeding twelve
inches (12"). Care shall be taken when placing the rock into the gabions to insure that
the gabions are not damaged or bent. Do not drop rock from a height greater than three feet
(3'). Suitable sized and appropriate machinery will help prevent damage to the gabions
during the filling operation. Edges of gabions and diaphragms may be protected when
necessary by tying steel reinforcement to the edges of the gabions or other suitable guard
mechanisms to prevent damage or deformation of the gabions.
6-5 Technical Specifications
2. After a twelve inch (12") layer of rock has been placed in the cell, sufficient hand
manipulation for the rock shall be performed to minimize voids and result in a maximum
density of rock in the gabion.
3. Gabions that are three feet (3') high shall have a looped inner tie wire installed in each cell
connecting the front and back faces of any unsupported or exposed face at the vertical third
points, or 12" and 24" from the base of the gabions (See Gabion Detail Sheet in Construction
Plans). Individual cells may not be filled to a height greater than twelve inches (12") above
any adjacent cell unless looped inner tie wires are installed in both directions.
Gabions that are eighteen inches (18") high that are installed with an exposed outer face
such as a retaining wall shall have a looped inner tie wire installed connecting the front and
back faces. The inner tie shall be installed at half the vertical height or 9" from the base of
the gabion. Individual cells may not be filled to a height greater than nine inches (9") above
an adjacent cell unless looped inner tie wires are installed in both directions. Inner tie wires
are not required for 18" gabions installed as mattress applications.
4. Each gabion shall be filled to its maximum density, which is slightly higher than the sides and
the surface smoothly leveled minimizing voids.
3.7 Closinq Gabions - After the rock has been leveled, the lids shall be pried down and over with a
bar or lid closing tool until the edge of the lid and the edge of the gabion are together. Care shall
be taken so that the mesh is not deformed. It should require a light stretching in order to bring the
two gabion pieces together. The heavy projecting selvage wire of the lid shall then be twisted
around the heavy selvage wire on the sides two (2) complete turns. The lid shall then be tied to
the sides of the gabions and the tops of the diaphragms in the specified tying method. The lids of
the gabions shall also be tied to adjacent gabions along all contacting edges to insure the
formation of a continuous, connecting structural unit. Special attention shall be given that all
projecting sharp ends of wire are turned in on the completed gabion structure.
3.8 Cuttinq Gabions - Gabions may be cut to form curves or bevels. Overlap the cut pieces and re-
tie in the specified manner. Re-tying shall be in a manner so as to produce a closed cell when
completed. Excess mesh wire shall be cut off or shall be tightly and neatly laced down. Care shall
be taken that all projecting wire ends are turned inwards or cut off.
PART 4 QUALITY CONTROL
4.1.0 Proper tying of gabions during all steps of construction and gabions being filled to their maximum
density with a minimum amount of voids is critical to the performance of the finished gabion
structure. Therefore, compliance with the technical specifications will be closely and thoroughly
inspected. Any work not meeting the implied quality will be rejected.
END OF SECTION
6-6 Technical Specifications
.
: , .,-,��.. _ �..r,.�w,-_,
SECTION 7
GEOTECHNICAL REPORT
T H E • C 1 T Y � O F
�'�����t ( C � \ S`,�',� � "t•�
)
` ��+ � Y� � �
T ����"' .C�� ' Q
L �� � ` r'�,.: ..
"�' A
x A s � 8
7-1
Geotechnical Report
Geotechnical Engineering Report
Grapevine Creek Bank Stabilization
257 Rosemount Court
Coppell, Texas
April 18, 2017
Terracon Project No. 94165306
Prepared for:
TN P, I nc.
Fort Worth, Texas
Prepared by:
Terracon Consultants, Inc.
Dallas, Texas
i f � ' .
1 �
1 r�rr�c
April 18, 2017 O�
TNP, Inc.
5237 N. Riverside Drive, Suite 100
Fort Worth, Texas 76137
Attn: Mr. Niraj A. Acharya, P.E., CFM
E: nacharya@tnpinc.com
Re: Geotechnical Engineering Report
Grapevine Creek Bank Stabilization
257 Rosemont Court
Coppell, Texas 75019
Terracon Project Number 94165306
Dear Mr. Acharya:
Terracon Consultants, Inc. (Terracon)has completed the geotechnical engineering services for the
referenced project. This study was performed in general accordance with our Proposal No.
P94165306 dated June 22, 2016. This report presents the findings of the subsurFace exploration
and provides geotechnical recommendations for the proposed project.
We appreciate the opportunity to be of service to you on this project. If you have any questions
conceming this report, or if we may be of further service, please contact us.
Sincerely,
Terracon Consultants, Inc.
Texas Registration#3272
�����\��
�"��;�E OF.T��e
t:bf'�� ':f7 �1
�/��� � :� /�
��a�``-,� < ��S.••'.....�;V �.� / .
. ' � AENr M�'••••�••*..i � �;� �,,.
, ,,..8 .
ME� : ............. NE i =_ - .. 6� ,�._.,.
5• ....... � �-��. t�a
S. Brent McNeme, P.E�1��•:i�44 � � � Tim G. Ab�`ams, P.E. �
.
Senior En ineer ��t�;dip M��'��I►��''
g NALENO —� Senior Principal
����.���'
Terracon Consultants, Inc. 8901 Carpenter Free�vay, Suite 100 Dallas, Texas 75247 Registration No. F-3272
P (2141 630 1010 F �214�630 7070 ferracon.com
� ,
� � l��rr�con
TABLE OF CONTENT
Page
EXECUTIVESUMMARY..........................................................................................................................i
1.0 INTRODUCTION.............................................................................................................1
2.0 PROJECT INFORMATION .............................................................................................1
2.1 Project Description...............................................................................................1
2.2 Site Location and Description...............................................................................2
3.0 SUBSURFACE CONDITIONS ........................................................................................2
3.1 Geology...............................................................................................................2
3.2 Typical Profile......................................................................................................2
3.3 Groundwater........................................................................................................3
4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION......................................3
4.1 Geotechnical Considerations ...............................................................................3
4.2 Earthwork.............................................................................................................4
4.2.1 Site and Subgrade Preparation.................................................................4
4.2.2 Suitable Filis.............................................................................................4
4.2.3 Compaction Requirements.......................................................................5
4.2.4 Excavations..............................................................................................5
4.3 Gabion Walls .......................................................................................................5
4.3.1 Gabion Footing Design Recommendations...............................................6
4.3.2 Gabion Basket Infill...................................................................................6
4.3.3 Gabion Basket Backfill..............................................................................7
4.3.4 Gabion Wall Global Stability Analyses......................................................7
4.3.5 Gabion Wall Tie-Back Anchor Design.......................................................7
5.0 GENERAL COMMENTS.................................................................................................9
APPENDIX A -FIELD EXPLORATION
Exhibit A-1 Site Location Map
Exhibit A-2 Exploration Plan
Exhibit A-3 Field Exploration Description
Exhibit A-4 Boring Log
APPENDIX B - LABORATORY TESTING
Exhibit B-1 Laboratory Testing
Exhibit B-2 Consolidated-Drained Direct Shear Test Results
APPENDIX C -SUPPORTING DOCUMENTS
Exhibit C-1 Slope Stability Analysis—Short-Term Wall Construction
Exhibit C-2 Slope Stability Analysis—Long-Term Gabion Wall
Exhibit C-3 General Notes
Exhibit C-4 Unified Soil Classification System
r�es�;oris�ve ■ �<esourc;etu� ■ Reiiat�ie
�. ,.:�w�, � ,,,,.,_.... . ;:.. . R-r.:,.�..
Geotechnical Engineering Report 1��rracon
Grapevine Creek Bank Stabilization Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
EXECUTIVE SUMMARY
A geotechnical exploration was performed near a portion of eroding creek bank of the Grapevine
Creek immediately south of 257 Rosemont Court in Coppell, Texas. Over time, the creek has
apparently eroded along the north bank and is beginning to encroach the property of the residence.
A gabion wall structure is proposed along the north creek bank to prevent further erosion. One boring
was advanced to a depth of 25 feet below the existing ground surface at the site.
Based on the information obtained from this exploration, the site can be developed for the proposed
project. The following geotechnical considerations were identified:
� On-site soils appear suitable for use as general site fill above the top of the wall.
° Expansive clay soils are present at this site, particularly the upper 10 feet. These soils are
prone to volume change with variations in their moisture level.
Gabion basket walls and mattresses are planned for the creek bank stabilization. The
gabion wails will require tie-back anchors to provide additional stability.
This summary should be used in conjunction with the entire report for design purposes. It should
be recognized that details were not included or fully developed in this section, and the report must
be read in its entirety for a comprehensive understanding of the items contained herein. The section
titled GENERAL COMMENTS should be read for an understanding of the report limitations.
t�cespu�3sive ■ r�esi�uri:�tu� ■ :Yei�aqie
GEOTECHNICAL ENGINEERING REPORT
GRAPEVINE CREEK SLOPE REMEDIATION
257 ROSEMONT COURT
COPPELL, TEXAS
Terracon Project No. 94165306
April 18, 2017
1.0 INTRODUCTION
Grapevine Creek's north bank is eroding and encroaching on the property at 257 Rosemont Court
in Coppell, Texas. A new gabion basket wall with tiebacks is planned for the repair of the creek bank
in this area. The site location is shown Exhibit A-1.
This report presents geotechnical recommendations for the creek bank stabilization system.
Terracon's scope of services included drilling and sampling one soil boring, laboratory testing, and
engineering analysis. The purpose of these services is to provide information and geotechnical
engineering recommendations relative to:
subsurface soil and rock conditions
Groundwater
Geology
Design recommendations for creek bank gabion wail system
Global stability analyses of the stabilized stream bank.
2.0 PROJECT INFORMATION
2.1 Project Description
ITEM DESCRIPTION
Site Layout See Appendix A; Exhibits A-1: Site Location Map, A-2: Exploration Plan
Creek bank is planned to be stabilized and protected from erosion using
Planned Improvements a gabion basket wall with tiebacks. The finished creek bank will have
heights up to 30 feet.
Site Grading Within 2 feet of existing grade.
Rp5*., � ,;,,�=: � �.�,= _,.,��: � �_ � � �
Geotechnical Engineering Report l�err�con
Grapevine Creek Bank Stabilization � Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
2.2 Site Location and Description
Item Description
Location Grapevine Creek immediately south of 257 Rosemont Court in
Coppell, Texas; See Exhibit A-1.
Existing improvements Residential structures, including a swimming pool and fenceline
Creek Channel Depth Approximately 30 feet
Current ground cover Grass and trees, pool deck
Based on the provided cross sections, the bottom elevation of the
Existing topography creek is about EI. 477 feet. Slope of the existing creek bank is near
vertical to vertical.
3.0 SUBSURFACE CONDITIONS
3.1 Geology
Review of surface geology maps indicates the site is focated within the Late Cretaceous Era Eagle
Ford Formation. The Eagle Ford is a dark gray to gray shale with occasional seams and thin
layers of limestone. Calcareous concretions, often exceeding 12 inches in diameter, are found
throughout the Eagle Ford Formation, as well as occasional thin layers and nodules of pyrite and
chert. The Eagle Ford is anticipated to be over 200 feet thick at this site.
The Eagle Ford is not water bearing, but it serves as an aquatard when overlain by more recent
alluvial and terrace deposits. Although not mapped as alluvium, material was encountered above
the shale bedrock indicative of an alluvium deposit. Perched groundwater is often present in the
alluvial and terrace deposits.
3.2 Typical Profile
SubsurFace conditions were explored by drilling Boring B-1 to a depth of about 25 feet at the top
of the creek bank where erosion has occurred. The exploration plan is shown in Exhibit A-2.
A description of the field work is presented on Exhibit A-3 in Appendix A. The boring log is
presented as Exhibit A-4. Conditions encountered at individual boring location are indicated on the
boring log. Stratification boundaries on the boring log represent the approximate location of changes
in soil types; in-situ, the transition between materials may be gradual. More details can be found on
the boring log.
. r 2
Geotechnical Engineering Report 1��rracon
Grapevine Creek Bank Stabilization � Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
Based on the results of the boring and laboratory testing, subsurface conditions on the site can be
generalized as follows:
Stratum Approximate Depth to Material Encountered Consistency
Bottom of Stratum
8 feet Sandy Lean Clay(CL), brown to
� light brown Very stiff to hard
2 10 feet Lean Clay(CL), light brown Very stiff to hard
3 19 feet Clayey Sand (SC), with gravel,
light brown
4 Termination depth of 25 feet Weathered Shale ---
3.3 Groundwater
The boring was advanced using portable drilling equipment with dry auger drilling techniques that
allows short-term groundwater observations to be made while drilling. At the time of drilling,
groundwater seepage was not observed in the boring, during or after completion.
The groundwater observations provide an indication of the groundwater conditions present at the
time of drilling. Groundwater level fluctuations occur due to seasonal variations in the amount of
rainfall, runoff and other factors not evident at the time the borings were pertormed. Therefore,
groundwater levels during construction or at other times in the life of the structure may vary.
4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION
4.1 Geotechnical Considerations
Moderately active, expansive clay soils are present at this site, particularly in the upper 10 feet as
encountered in Boring B-1. These soils are prone to volume change with variations in their
moisture level, which can result in loss of soil strength.
The creek bends towards the 257 Rosemount Court property as shown on Exhibit A-2. Erosion
of the north creek bank is threatening the swimming pool structure. Exposed tree roots were also
observed along the banks in the areas where the erosion had occurred.
Geotechnical recommendations are presented in the following report sections for earthwork and
the gabion wall structure.
■ • 3
Geotechnical Engineering Report 1��rracon
Grapevine Creek Bank Stabilization � Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
4.2 Earthwork
4.2.1 Site and Subgrade Preparation
Multiple trees and bushes are present along the creek bank. The site preparation for any
stabilization option may require removing some of these trees and bushes. Some of the trees
have roots exposed in the creek bank. Removal of these trees is anticipated to remove the tree
root balls. The tree removal is expected to disturb and loosen the creek bank soils.
Sandy clay and lean clay soils with very stiff to hard consistency and clayey sands are present in
the boring drilled on top of the bank. Due to access issues, borings were not drilled in the creek.
The bearing material anticipated at the base of the gabion wall baskets may be soft or loose. Soft
soils are not suitable for support of the gabion baskets.
Soft, disturbed and loosen bank areas should be removed prior to placing the gabion baskets.
These areas should be excavated a minimum of 1 foot beyond the disturbed or eroded areas or
to the firm ground, whichever is greater. Excavated areas should be backfilled with properly
placed crushed stone or crushed concrete that meets the gradation requirements of ASTM C-33
Nos. 56 or 57 Stone as discussed in Section 4.2.3 Compaction Requirements.
Although groundwater seepage was not observed in the boring, it should be expected during
excavation, particularly if construction proceeds during a wet period of the year. Removal of water
may be necessary.
Additional borrow fill soils may be required to rebuild the creek bank. Where fill is to be placed
on existing slopes or backfilling against areas that have been eroded, the fill should be benched
into the existing slopes. Benches with a minimum 1.5-foot wide and maximum 3-foot rise are
recommended. Fill material should meet specifications outlined in Section 4.2.2 Suitable Fills.
4.2.2 Suitable Fills
Item Description Appropriate Use
Free of vegetation, organic material, debris, and
On-site soils rocks greater than 4 inches in maximum General site grading
dimension.
Clean clay soils, free of deleterious materials and
Imported Fill debris,with a liquid limit(LL)of less than 50 and no General site grading
rock greater than 4 inches in maximum
dimensions.
Flowable Fill TXDOT ITEM 401 —Flowable Backfill, Excavatable Gabion wall foundation
Backfill
_ _ __
���,- . _ ■ -_ ■ �
4
Geotechnical Engineering Report 1��rr�con
Grapevine Creek Bank Stabilization � Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
Item Description Appropriate Use
Clean crushed stone or concrete that meets the Creek bank, gabion
Free Draining gradation requirements of ASTM C-33 No. 56 or 57 backfill and wall
Material
crushed stone. foundation
4.2.3 Compaction Requirements
Recommendations for compaction are presented in the following table. We recommend that
structural fill be tested for moisture content and compaction during placement. Should the results
of the in-place density tests indicate the specified moisture or compaction limits have not been
met, the area represented by the test should be reworked and retested as required until the
specified moisture and compaction requirements are achieved.
ITEM DESCRIPTION
Subgrade preparation to Surface scarified to a minimum depth of 6 inches and compacted to
receive fill criteria below.
All fills 9-inches or less.
Clay soils in general site A minimum of 95% of the maximum standard Proctor dry density
grading
(ASTM D 698) at a minimum of 2 percentage points above optimum
moisture content.
Crushed stone or crushed A minimum of 98% maximum standard Proctor dry density (ASTM D
concrete
698) in the range of -2 to +2 percentage points of optimum moisture
content.
4.2.4 Excavations
Based on the subsurface conditions encountered in the boring, excavations will encounter sandy
lean clay, lean clay, clayey sand and shale. Soft sediments may also be present in the creek
bottom. The clays and clayey sands can be excavated with standard earthwork equipment.
Foundations of the wall structure should be embedded in firm bearing material, such as the shale
bedrock. Soft material should be expected within the creek bed. We recommend that we confirm
firm bearing stratum at time of excavation. If soft material is encountered, the soft material should
be overexcavated and replaced with either crushed stone or crushed concrete or flowable fill. The
flowable fill should have a compressive strength value of at least 300 psi.
Water in the creek will need to be diverted from the construction areas. Groundwater can be
encountered in the excavations of sandy soils. Groundwater is not expected within the shale.
4.3 Gabion Walls
The stacked gabion baskets for the wall should be embedded at least 2 feet below the creek
channel bottom, bearing on at least 1 foot of crushed stone base or flowable fill. Should soft soils
be present at a depth of 2 feet, either 1)greater embedment depths or 2) removal of the soft soils
� � 5
� .,.�.,d. ,�
Geotechnical Engineering Report l��rracon
Grapevine Creek Bank Stabilization ■ Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
and replacement with crushed stone or flowable fill will be required. A maximum wall height of 30
feet is anticipated, with a minimum of 8 feet of riprap extending from the toe of the wall into the
creek bed. Gabion baskets are anticipated to be placed on a nominal 1 H:2V slope.
The gabion wall will require tie-back anchors extending a minimum 25 feet at a 15° degree angle
below the horizontal with a maximum lateral and vertical spacing of 6 feet for additional stability.
4.3.1 Gabion Footing Design Recommendations
The following table summarizes the design parameters recommended for the design of the gabion
wall footing.
GABION DESIGN RECOMMENDATIONS
Parameter Recommendation
Bearing stratum Improved subgrade on weathered shale
Minimum embedment below creek bottom 24 inches
Net allowable bearing pressure' Z 2,000 psf
Coefficient of friction against sliding3 0.47
1. Net allowable bearing pressure is the pressure in excess of the minimum surrounding overburden pressure
at the footing base elevation.
2. A factor of safety of 2.0 is incorporated in the recommended value.
3. The footing should be designed for a minimum factor of safety of 1.5 against sliding, with tiebacks.
4.3.2 Gabion Basket Infill
We recommend that the gabion baskets be fi►led with hard, durable stone in maximum dimension
varying from 4 to 8 inches. The rock should not exceed 50 percent wear, as determined by
AASHTO T-96 test procedure. The rock should not exceed 12 percent weight loss after five cycles
of sodium sulfate soundness of aggression test, AASHTO T-104.
Gabion baskets may be filled by earth handling equipment. The stones should not be dumped
from a height greater than 3 feet above the top of the gabion units. Some manual stone
adjustment during the filling operation may be required to minimize the voids, especially along the
facing of the gabion cages. It is also recommended that the stone against the exposed faces of
the units be hand-sacked to give a neat, compact, and attractive appearance.
The individual cells of the units in a row should be filled in stages so that the local deformation
between cages may be avoided. Cells should not be filled to heights exceeding 1 foot of an
adjacent cell. Filling of units should be accomplished without undue bulging. It is recommended
that the gabion cage be slightly overfilled approximately 2 to 4 inches above the top of the gabion
� � 6
� .:..,��L.��,,,u.V..-... ,.. ,.....,.. _ ,.,,. �..., .....� _�.�
Geotechnical Engineering Report 1��rracon
Grapevine Creek Bank Stabilization � Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
unit to allow for stone settlement. The baskets should be tightly tied together to avoid any shear
between two adjacent gabion baskets resisting the lateral loads from retaining soils.
4.3.3 Gabion Basket Backfill
Open areas behind the gabion baskets are recommended to be backfilled a minimum of 1 foot
with crushed stone with maximum size of 1.5 inches, in accordance with ASTM C-33 Nos. 56 or
57 Stone. A filter fabric is recommended behind the gabion baskets to reduce the potential for
erosion through the open-structure of the baskets. The filter fabric layer should be placed on the
sloping creek bank. Fabric overlap should be provided as per the product specifications. The
filter fabric should be attached to the top basket with either lacing wire or fasteners.
4.3.4 Gabion Wall Global Stability Analyses
Global stability analyses were perFormed to evaluate the global stability of the gabion wall for 1)
short term condition during construction with low water levels and a temporary construction slope
of 1 H:1.5V, 2) long term conditions with a high groundwater table and low creek water level. The
results of the gabion wall analyses for both short and long term indicate the temporary 1 H:1.5V
slope for construction is acceptable for low water conditions and the long-term gabion wall with
tiebacks will be stable.
The slope geometries analyzed and design soil strength parameters are shown on Exhibits C-1
through C-2 in Appendix C. The required factors of safety for short term and long term with the
required slope improvements were above the required 1.2 and 1.4, respectively. Stability
analyses were perFormed using the Rocscience program "Slide 6.0".
4.3.5 Gabion Wall Tie-Back Anchor Design
Tie-back anchors would be installed through a cast-in-place concrete whaler beam placed every
6 feet(every other row of gabion baskets) normal to the slope.
The recommended allowable presumptive pullout resistances or bond strengths for soil/rock tie-
back anchor design are provided in the following table. The tie-back anchors should be designed
and constructed in accordance with the guidelines presented in FHWAO-IF-99-015, "Geotechnical
Engineering Circular No. 4".
DESIGN RECOMMENDATIONS FOR GROUND ANCHORS
�Hµrv�N�V� Lean Clay, Sandy Clayey Sand Weathered Shale
Preliminary Ultimate Bond Strength Lean Clay
750 psf 250 psf 1,500 psf
120 pcf—Sandy
Estimated Unit Weight Lean Clay 125 pcf 130 pcf
125 pcf—Lean Clay
�
.
- -. ■ ■ 7
�
��.�...._�,,;�
Geotechnical Engineering Report 1 f�rr�con
Grapevine Creek Bank Stabilization � Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
DESIGN RECOMMENDATIONS FOR GROUND ANCHORS
Effective Shear Strength Design C'—50 psf C'—0 psf C' —300 psf
Values Friction angle—22° Friction angle—26° Friction angle—30°
Pullout Factor of Safety 2
Minimum Ground Horizontal 6 feet
Spacing
Recommended Ground Anchor Lock-off load 85 percent of design service load.
Lock-off Load
As per FHWA Geotechnical Circular 4, minimum Class t protection
Corrosion Protection required with multiple barrier layers which requires at least two levels
of protection
The tie-back ground anchors should be designed and installed in
Special Case order to avoid and not cause damage to existing utilities or
underground structures such as a swimming pool
The production ground anchors must be tested to verify that they have sufficient capacity to resist
the design loads. Recommendations for sacrificial, performance, proof, and lift-off testing are
given in the table below.
GROUND ANCHOR PERFORMANCE AND PROOF TESTS
Test Type Criteria
A total of two sacrificial strength tests must be perFormed on ground anchors to
determine the ultimate bond pull-out resistance. Additional sacrificial strength tests
must be performed on anchors installed with drilling methods, grout mixes, anchor type
that are changed during construction of the wall. Strength test do not need to be run
Strength Tests
through wall footing.
The sacrificial strength must be performed in accordance with the performance test
specifications provided in FHWA-IF-99-015 "Geotechnical Engineering Circular No. 4,
Ground Anchors and Anchored Systems". The ground anchors must be loaded to at
least 3 times the design test load. The bar or cable strands must be designed for the
test loads.
Ground anchor performance tests must be performed on at least 4 percent of the
anchors but not less than 3 anchors. Additional performance tests must be performed
on anchors installed with drilling methods, grout mixes, anchor type that are different
Performance from those previously tested.
Tests The performance tests must be performed in accordance with specifications provided
in FHWA-IF-99-015 "Geotechnical Engineering Circular No. 4, Ground anchors and
Anchored Systems". The ground anchors must be loaded to 1.33 times the service
anchor axial loads.
■ � ::s _ : ■ '� 8
� �..�.�,�..� �..,��,��,.. :„ .,,
Geotechnical Engineering Report 1��rr�con
Grapevine Creek Bank Stabilization � Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
GROUND ANCHOR PERFORMANCE AND PROOF TESTS
Test Type Criteria
Proof tests must be performed on all anchors except for ground anchors subject to
performance tests. The proof tests should load the ground anchors to 1.33 times the
Proof Tests design load. The proof tests must be performed in accordance with specifications
provided in FHWA-IF-99-015 "Geotechnical Engineering Circular No. 4, Ground
Anchors and Anchored Systems".
Minimum acceptance criteria for performance and proof tests:
1. Total creep movement is less than 0.04 inches between 1 and 10 minute
deflection readings and creep rate is linear or decreasing throughout the creep
test load hold period. If 0.04 inches is exceeded, the load must be held for 60
Performance minutes and not experience creep movements in excess of 0.08 inches.
and Proof Test 2. Total maximum measured movement at the maximum load exceeds 80
Acceptance percent of the theoretical elastic elongation of the unbonded length.
Criteria 3. Pullout failure does not occur at 1.5 times the Design Test Load(DTL). Pullout
failure is defined as the inability to further increase the test load while there is
continued pullout movement of the ground anchor.
Should a performance or proof test fail, the ground anchor embedment length must be
redesigned and/or the installation procedure changed to provide a safe design.
Lift-off tests must be performed on 2 percent of the ground anchors to confirm the lock-
off load is being maintained. The load measured during the lift-off test must be within
5 percent of the specified lock-off load.
Lift-Off Testing
If this criterion is not meet the lift-off test must then be repeated after the load is
adjusted. If the load cannot be maintained, the construction procedures or anchor
design will require modifications to achieve the design loads.
_ . . _
5.0 GENERAL COMMENTS
Terracon should be retained to review the final design plans and specifications so comments can
be made regarding interpretation and implementation of our geotechnical recommendations in the
design and specifications. Terracon also should be retained to provide observation and testing
services during grading, excavation, foundation construction and other earth-related construction
phases of the project.
The analysis and recommendations presented in this report are based upon the data obtained
from the borings perFormed at the indicated locations and from other information discussed in this
report. This report does not reflect variations that may occur between borings, across the site, or
due to the modifying effects of weather. The nature and extent of such variations may not become
evident until during or after construction. If variations appear, we should be immediately notified
so that further evaluation and supplemental recommendations can be provided.
■ � 9
� _
��> ,�_,�
Geotechnical Engineering Report 1 f�rracon
Grapevine Creek Bank Stabilization � Coppell, Texas
April 18, 2017 Terracon Project No. 94165306
The scope of services for this project does not include either specifically or by implication any
environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or
prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the
potential for such contamination or pollution, other studies should be undertaken.
This report has been prepared for the exclusive use of our client for specific application to the
project discussed and has been prepared in accordance with generally accepted geotechnical
engineering practices. No warranties, either express or implied, are intended or made. Site
safety, excavation support, and dewatering requirements are the responsibility of others. In the
event that changes in the nature, design, or location of the project as outlined in this report are
planned, the conclusions and recommendations contained in this report shall not be considered
valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this
report in writing.
■ • 10
i
i
APPENDIX A
FIELD EXPLORATION
I
I
�
E
I
i
�
I
�
�
I
i
� ,.... . ,�,.�,..�
i -
' � _
� �
v ...-;I , ..
.. . _ 4'i ir.'e'�
_. �'fffk - � ..
— � u�,_., .�
�(�;I'*�i R'.1 =+��nS�1;�l;:),' � -
s
� .-,
�
;�
�r ,
;? Bethel
�
�
� . �
,. s�,..r„
_ , .,-,...-•,,�-
wrar�a
L.
_ �
�
:J �
� J
�` ✓';
°�� i,. , ��'
�v`y �� �
��
�
N ��e¢�� � ��-� L
FreePp � '
� ? ;: ,r - .l
B
.�; F�,, ,
ay �, � --'t>i p� .
�r -���-,_ : � _-
� � _
� � .�3r�_y°_
lid '� '-1'� ±•
v ��y�'� . ....
� � CLS r!r.
w:. <_
�� �� 114 �� 1 Mr:E
— �'2fl17 Microsoft Corporaaon �201-rlcnE
DIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS AERIAL PHOTOGRAPHY PROVIDED
NOT INTENDED FOR CONSTRUCTION PURPOSES BY MICROSOFT BING MAPS
P`°'e``"'a°aae': P`°'e``"°. SITE LOCATION Exhibit
SBM 94165306 1 r�rr�con
Drawn by: Scale:
saM As sHowr, Grapevine Creek Slope Remediation
Checked by: SMH File Name:5306SL
8901 Carpenter Fwy Ste 100 257 Rosemont Court —
Approved by: Date: Dallas,TX 75247-4547
SMH 3/10/17 Coppell,TX
_: . �.., ,. ,... . �
� �� � �„ �
_ ,, �_ � 6
, �� }
�� ���', '� �'� �`�.. � q w �. �wi �+e "� � . �� �a.' � '��,. �
• ' m�i
�i � � �" 4 �i � ,� �� � � 't+-�� - - � �,e ��F:
� ' .
-. 4 =.
s-�. � � -�a '� �_. � a �'� '; �b• ��r� t y'c ��r� � �#tl�
.
, ` !
>
.� . �z4 . ��s`�-,�. ' >�'�. t 's� ,�^ �'Fa`<`. $��r g',�*� , f�.
� <
� . � .� . _ c . ,.
� ,,
r � � - �s.� E. � y,� �.
H * �
.
,
� , � � � , �.�.
<u� ., ,. , � ,. m , . ,�� a� .�m s. ��., � � - �^t
, �� �z�, . � r .
;�. ' s�"" 7i. ' €� .g �� �t¥t'� - � , �
�, .
. �t ,7 �'� ,� , c .�x �.
. �
,-:- � '�# � , , ' �� , ' 'y`'� f'4 rq
r-
a '
.m +�.
,� ,� . -� �-. ���
, _
s
.
. � `
� � . t4, �.�^`...i �� ^'�� � .� - � .x � t
�.�
� �:
� _ � `�`a�,� � �a
<, � , ..� �j � F � � r , �R.
� ¢
� �
� a � = , ,
;, �� � " � _ �' ,�� � �' ,��
. '� ,� > "�, z-. ,. .; , � , .. `� z „ ,�� ,X"�.'�€ � �� x�' �.�� �� -
- r�� � � . a r ;� ��=" s� �
� �� � .� ��s�� '.� �»� � ,
� .
r � : -�y,, _ 2'� � � q �.q
'��a "`.:. &✓ � .�'.` �"4 4 t . J"`��
b x �: �r
:
.. �`�� �� ��_�� .� 2 .. .'#. � r ,.�.w ' j g��� '4,.._�„ fi..
� e :� ,_
i :� a �
` P ' % ��
...� ` " ,s; . . . .
x
, � A``sa s"a ..s.:
- � ��r ,.'wv-� �. $ � a. . .. ' ,�` - �
.
.� ¥�� - . . , � . . . ". .
� � � �v � �� ���
�� � ` "�`- r-� ' �
.1�t t� �. � � , , " � s�,� � .
�'_` �` '� �.� ` �_`� . � z , �'�'��,`��'.,� �x`� " �
:
; _ ��; � �,. ,� _ �-' a.,
, , ,: ,
�
.,. � , . y , ,� �
� "` ��-.': �
' 1 `
� ' �� �"'"'�,:��' � � � y`,zr
, - � �
, _ ,_
. � , , �.� ��
< .,-
-_ . .� > t 'y� ' '�� '
,
. � _
. �
�„t,r � , . -,. "
�y
..r • .: ` '' .._.: ..,. ..s., '�N �+.r'
�
,:z �, ,�. . , ....
:, r _. -
� � T` �
� � � ¢ � � ' �� �� �'. � �£+ -��
. � �E �'�� �� �� �k �," �, � ��
� � `� � �� �� � , � ..� � � , ... �
� s
� ' `
- -i' . ,_ ..: ,� � } � �4,.��.
, t ,: .. , �. ��� �
,
. E
_a`.-: -1` ' � .�,s. ' .. � �f� Yy ; � ���
m
�d -�- °T. µ . �.. < � a �L #;H� u- .o . ..
�» '7 �aw �'� �P
. '
.
.
�� ` '
i
� � �
ti� ✓
� t � � Y . �,$�.,� � � .
Y �' :
:.,�,. 4 g -. � � �
` g��"�'a �}� � �� "��' '?� � :"ss�'�,. �' ° ��.. �
�� � �t- � 7 �- � ��� �,�_ �`��^�� � �
.
�� '� .<h a pt� .� . �� .� �
� � � T . � - ���„ � �
+t -.l ''° .rf"�
�, ���� � �' ' �, - �� � _��� � � k ;� ��z� �
� ` � � .�r`
� ,� �� ,:•; r � � �� � �
'� E,
� - d � a ,
� �
�
� � r � � -
_
� � ' �> � � � t_ � `�� �
.- ; ``� �
�,� � �� t { �'+{E "`� � � +# �
, '-� " - `� �
K,� . ;
,`
�� ��� � �_ ��e�
.� ' .,,� ' t ,,u s .f�
r{ � � � �_- ,� � f
A . � �� � ,e -� 6 -d�+�x et' y�� '�t � y �,� ,
.. .f i .� .# .. � �q � ��� � ' �� � � �,;
"�, n yt `` � � w
,d�` € § / �' q `
# � <,� �� t'fr¢x � ��� � ���, � ` �� er?�� � �
� � , � .f � �, � ��� �.;.
N� ,� _ � ��t =; �� �� e��, ,_ � ,� � #�
_ � � ;�� ' :��-�", _ `��"�` �'� � F ,,� +� ��
;, 1` �����Y � � �� ���i ��� ��~,�.� � $ `a „z':
��s '�' �� g` �� �` �` � �� �, .' � z:=
z y. �-
P .�
�r�- � �� �� �� � � � .�:`��� � � � �� � _
,.
� z � �� �. :
`�- �, �� � �- , �� �` �` � w� . �t �
, �
��..
w . � � � � � _�,
. E ,� .:
_ ,� � � , j � � �'� � �P�
: _
..,,.0
� . = _ . ,
: �� � � , � � �3 � �
�: � � �� -� �� 1� ' �, . �� -�
� � '�-� � � , - � �� p� ��� �� �Z.�,�,F�,� _
��� �
' �� , �� � � ��.�. .� :. `a`. .� -�::���,��-
.� ;
_
� y� , *� �" >, � � :` �' y_' ti' i I t
6 I
,� � 1 � t� ,� . �� �R` � . ,
:
� . E. � {-� t y - „ �' '
$
, '� . � ; r� . i''�'.�� ¢ :: a�':.:� �_ #��+i(� . ••��� �_ �d�,���.
.. .. .. {`�%e, r',! : .> �� �.f#�6 � L Y8t — j�
DIAGRAM IS FOR GENERAL LOCATION ONLY.HND IS AERIAL PHOTOGRAPHY PROVIDED
NOT INTENDED FOR CONSTRUCTION PURPOSES BY MICROSOFT BING MAPS
Projed Manager: Project No.
saM sa,sssos EXPLORATION PLAN Exhibit
Drawnby: SBM ScaIAS SHOWN �rr�con
Checkedby: SMH FileNa�e5306EP Grapevine Creek Slope Remediation A-2
8907 Carpenter Fwy Ste 100 257 ROSemOnt CoUft
Approved by: Date: Dallas,TX 75247-4547 ppell,TX
SMH 3/10/17 Co
�,
� Geotechnical Engineering Report
Grapevine Creek Bank Stabilization � Coppell, Texas 1��rracon
April 18, 2017 Terracon Project No. 94165306
Field Exploration Description
, Subsurface conditions were explored at the site by drilling 1 boring at the approximate locations
indicated on the attached Exploration Plan (Exhibit A-2) in Appendix A. The field exploration was
performed between on January 10 and February 15, 2017. The boring location was established
in the field and marked for TNP. The coordinates and elevation of the boring was estimated from
topographic maps.
The boring was performed using a portable drill rig. An additional attempt to sample through the
very stiff to hard soils was completed on February 15, 2017. Samples of the cohesive soils
encountered in the borings were obtained using thick-walled tube sampling procedures. The
samples were tagged for identification, sealed to reduce moisture loss, and taken to the laboratory
for further examination, testing, and classification. The clayey sand and shale (bedrock) was
sampled with a split spoon and a modified hammer. Upon the completion of drilling, the boreholes
were backfilled with soil cuttings.
Field boring logs were prepared by the drill crew. These logs included visual classifications of the
materials encountered as well as interpretation of the subsurface conditions between samples.
The boring logs included with this report represent the engineer's interpretation of the field logs
and includes modifications based on visual evaluation of the samples and laboratory test results.
The boring log is presented on Exhibit A-4 in Appendix A. General Notes to log terms and symbols
are presented on Exhibit C-3 in Appendix C.
Responsive ■ Resourcefu! ■ Reliac Exhibit A-3
� ::.�,��,,,, �,m.,.� ,. „,_, ,. �.�,�
BORING LOG NO. B-1 Pa e 1 of 1
PROJECT: Grapevine Creek Bank Stabilization CLIENT: TNP
Fort Worth,Texas
SITE: 257 Rosemount Court
Coppell,Texas
� LOCATION See Exhibit A-2 � ATTERBERG
O � w zO a � o j� o ,� LIMITS w
J • Z
= Latitude:32.953864° Longitude: -96.998328° _ �Q � �� LL cn� w� Z n �
� a w� a �� Oaz a� >= Z
w F-w w w U w 3 z �� LL-PL-PI W
c� o �o � ,�� �p� O �� W
DEPTH a
SANDY LEAN CLAY(CU, brown to light brown,very stiff to hard, 4.5+(HP) 12
intermittent sand seams
2.5(HP) 7
4.5+(HP) 8
4.5+(HP) 8 108 29-13-16 69
4.5+(HP) 10
5
1.5(HP) 10
4.5+(HP) 10
�
l s.o 4.5+(Hp) 9
LEAN CLAY(CLI,light brown,very stiff to hard, intermittent sand 4.5+ HP 24 45-15-30 90
� seams
0
; �o.0 5
� CLAYEY SAND(SC�,with gravel,fine to coarse grained,light �
� brown,intermittent clay seams
�
b
z
0
�
w
N
a
� 6 47
� 15
�
�
�
�
J> '
>
�
Z
�
� 19.0
� WEATHERED SHALE,gray to dark gray,extremely weak, �� 52
Nintermittent limestone lenses 2
0
c�.�
�
0
w
�
¢
z
c�
� $
O 25.0
� Boring Refusal at 25 Feet 25
LL
�
W
Q Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Modifled
�
a
a
w
N Advancement Method:
" Continuous Flight Auger See Exhibit A3 for description of field Notes:
❑ procedures.
� See Appendix B for descnption of laborato modified automatic hammer with 80-Ib.weight,drop approx.
�
procedures and additional data(if any), ry �0-12 inches
o Abandonment Method: See Appendix C for explanation of symbols and
N Backfilled with Auger Cuttings abbreviations.
� Elevations were interpolated from a topographic
0
� WATER LEVEL OBSERVATIONS
� Waternot observed during drilling. 1 f�rr�con B�ring Started:1/10/2017 Boring Completed:2/15/2017
N� Drill Ri
Water not observed after drilling. s:Porcabie Driller:GedCo
= 8901 Carpenter Fwy Ste 100
� Dallas,TX Project No.:94165306 Exhibit: A�
� ...>.�T. -. .
i
APPENDIX B
LABORATORY TESTING
�
�
- - �
�
' Geotechnical Engineering Report
Grapevine Creek Bank Stabilization � Coppell, Texas 1��rracon
April 18, 2017 Terracon Project No. 94165306
Laboratory Testing
The boring log and samples were reviewed by a geotechnical engineer who selected soil samples
for testing. Tests were performed by technicians working under the direction of the engineer. A
brief description of the tests pertormed follows.
Liquid and plastic limit tests and moisture content measurements were pertormed to aid in
classifying the soils in accordance with the Unified Soil Classification System (USCS). The USCS
is summarized on Exhibit C-4 in Appendix C. Strength of cohesive soils was measured by
unconfined compressive strength and hand penetrometer tests. The remaining results of
laboratory classifications tests are presented on the boring logs in Appendix A.
Additionally, a consolidated-drained direct shear test was performed on a selected undisturbed
sample. The result of this test is presented on Exhibit B-2.
I
�
C
�
�
�
Responsive ■ Resourceful ■ Reliak: Exhibit B-1
� .
DIRECT SHEAR TEST OF SOILS UNDER CONSOLIDATED DRAINED CONDITIONS
ASTM D3080
SHEAR STRENGTH
• PEAK o POST PEAK —Linear(PEAK) Linear(POST PEAK)
8
7
6
5
N
G
N
` 4
�
�
�
m
� 3
�
2
1
0
0 2 4 6 8 10 12 14
Normal Stress,(psi)
The reported cohesion may be apparent cohesion.
SHEAR STRENGTH FRICTION ANGLE COHESION NORMAL NORMAL NORMAL
PEAK 18.3 2.4 STRESS, psi STRESS,psi STRESS, psi
POST-PEAK Z� $ degrees 0.4 PS� 4.00 8.01 12.00
INITIALAREA,mm2 3165.7 INITIAL MOISTURE,% 10.0 15.6 12.8
INITIAL LENGTH,mm 25.39 INITIAL DRY DENSITY,pcf 117.2 106.6 111.4
SPECIFIC GRAVITY 2.75 INITIAL SATURATION, % 59 70 65
SG TESTED INITIAL VOID RATIO 0.465 0.610 0.541
SG ASSUMED X FINAL MOISTURE, % 18.5 21.5 17.0
LIQUID LIMIT 45 FINAL SATURATION,% 102 97 89
PLASTIC LIMIT 15 FINAL VOID RATIO 0.498 0.610 0.526
PLASTICITY INDEX 30 MAXIMUM SHEAR STRESS,psi 3.61 5.15 6.25
SAMPLE TYPE UNDISTURBED RATE OF LOADING,in/min 0.00008 0.00008 0.00008
DESCRIPTION Lean Clay(CL)
PROJECT NAME: Grapevine Creek Bank Stabilization BORING NO. B- 1
LOCATION: 255 Rosemount Ct.Coppell,Texas SAMPLE NO.
JOB NO.: 94165306 DEPTH,feet 8 TO 8.5
DATE: 3/1/2017 1��rr�con
Exhibit B-2a
� __a, n..�, � �.�s r„ ,, �i
DIRECT SHEAR TEST OF SOILS UNDER CONSOLIDATED DRAINED CONDITIONS
ASTM D3080
94165306
3/1/2017 BORING NO. B-1
SAMPLE NO.
DEPTH,feet 8 TO 8.5
SHEAR STRESS
8
- ��-�-�Result 1
–––-Result 2
7 — –Result 3
6 � �`
l ~ ~ ` .� ✓ �" -- " '"" �.,
���� �
.Q 5 ``+
/� ��
w i ��.. ^ .
: �� � ��--��
c� — '
� 4 ��� –
�v 4 –������ �
_ � �`".�'� �
�
3 �' ',.,�
..
�� ,p�
2
1 :
I
1 �
1 '
1
1,�
I ''
0 �
0.00 0.05 0.10 0.15 0.20 0.25 0.30
Horizontal Displacement,(inch)
DISPLACEMENT
0.015
Contraction � � � ��Result 1
,r. � –––-Result 2
.�. 0.010 � � — –Result 3
�
� �
c �
. �
�; 0.005
c �
m
� ` v
u 0.000
� ��
y .� ����� �������� �������
,_ r
� -0.005 �
_ -- .. --
R �����
� � �
j -0.010 --� .�,�.�._
nilatinn
-0.015
0.00 0.05 0.10 0.15 0.20 0.25 0.30
Horizontal Displacement,(inch)
1��rracon
Exhibit B-2b
i
APPENDIX C
SUPPORTING DOCUMENTS
� I
�',
Safety Factor
0.00
Unit Weight Cohesion
0.25 Material Name Color ( � � Strength Type (�b�ftZ) Phi
0.50 Ibs ft3
� �''S Sandy Lean Clay(CL) � 120 Mohr-Coulom6 2000 0
1.00
m i.25
1.50 Lean Clay(CL) � 125 Mohr-Coulomb 1500 0
1.,5
�.�0 Clayey Sand(SC) � 125 Mohr-Coulomb 0 26
_.=5
� �,� Shale � 130 Mohr-Coulomb 2500 0
2.75
� 4 3.00
3.25
3.50
3.75
9.00
9.25
9.50
0 4.75
5.00 �125.00 Ibs/ft2
5.2 5 �,, ��_
5.50 '
5.�5
6.00+
� `�
_�
33.0
0
57°
0 0
9
-35
0
-120 -100 -80 -60 -40 -20 0 20 40
P jecf
Grapevine Creek Bank Stabilization
�������� ��'�'�o�Cipeo° 30 ft.Typical Wall Section
��aivney SBM s�a�e l:zz9 co"'0��y Terracon Consultants,Inc.
oare 3 10 2017, 11:33:25 AM
LIDEIMERPRET6.008 / / EXhIbIY�-�
Safety Factor Out-Of-Plane Tensile Plate Shear
0.00 Support Name Color Type Force ApplicaHon
Spacing Capacity Capacity Capacity
0.25
0 0.50 Tieback ■ Grouted qctive(Method A) 6 62000 100000 150000
°D � - ��75 Tieback
� � 1.00
1.25 Unit Weight Cahesion
1.�0 Material Name Color Strength Type Phi
1.7 5 (Ibs/ft3) Qb/ft2)
=.00 Sandy Lean Clay(CL) � 120 Mohr-Coulomb 50 23
� _'-5
-'r��� Lean Clay(Q) � 125 Mohr-Coulomb SO 22
�'�� ClayeySand(SC) � 125 Mohr-Coulomb 0 26
�.25
3.50 Shale � 130 Mohr-Coulomb 300 30
a 3.75
� 9.00
q 25 Gabion � 130 Mohr-Coulomb 0 45
9.50
9.75
5.00
5.25
o �-
5.50 ��125 00 Ibs/ft2
5.�5 �
6.00+
9°
�... � I ��i ��� o0
o � �•Ilj'
= o
0 27.7
0 0
W
8.0 �— ♦
0
-140 -120 -100 -80 �60 -40 -20 0 20 40 60
arojecf
Grapevine Creek Bank Stabilization
��rr�ce�n �l�sDescri0�on 30 ft.Typical Wall Section
Orawn By SBM �`a�e 1:259 c mP°"Y Terracon Consultants,Inc.
LIDEINTERGRET6.008 °afe 3/10/2017, 11:33:25 a,M 94165306 Gabion Walli.slim Exhibit C-2
� GENERAL NOTES
DESCRIPTION OF SYMBOLS AND ABBREVIATIONS
Water Initially N Standard Penetration Test
Standard �" Encountered
'Shelby �penetration Resistance(Blows/Ft.)
Tube Test Water Level After a
�' Specified Period of Time (TC) TxDOT Cone Penetration
Test(blows per Foot)
Texas J
Vr W � Water Level After �
Z Cone � a Specified Period of Time N (HP) Hand Penetrometer
J Penetrometer J W
a � Water levels indicated on the soil boring ~ (T) Torvane
Q � logs are the levels measured in the 0
� Q borehole at the times indicated. �j
� Groundwater level variations will occur � (DCP) Dynamic Cone Penetrometer
over time. In low permeability soils,
accurate determination of groundwater (PID) Photo-lonization Detector
levels is not possible with short term
water levei observations.
(OVA) Organic Vapor Analyzer
DESCRIPTIVE SOIL CLASSIFICATION
Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry
weight retained on a#200 sieve;their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have
less than 50%of their dry weight retained on a#200 sieve;they are principally described as clays if they are plastic, and
silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be
added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined
on the basis of their in-place relative density and fine-grained soils on the basis of their consistency.
LOCATION AND ELEVATION NOTES
Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device.The accuracy
of such devices is variable. Surface elevation data annotated with+/-indicates that no actual topographical survey was
conducted to confirm the surface elevation. Instead,the surface elevation was approximately determined from topographic
maps of the area.
RELATIVE DENSIN OF COARSE-GRAINED CONSISTENCY OF FINE-GRAINED SOILS BEDROCK
SOILS
(More than 50%retained on No.200 sieve.) (50%or more passing the No.200 sieve.)
Density determined by Consistency determined by laboratory shear strength testing,feld
Standard Penetration Resistance visual-manual procedures or standard penetration resistance
Descriptive Standard Penetration or Descriptive Standard Standard Descriptive
� Term N-Value Term Unconfined Compressive Penetretion or Penetration or
Strength Qu,(ts� N-Value N-Value Term
� (Density) Blows/Ft. (Consistency) Blows/Ft. BlowslFt. (Consistency)
W
� Very Loose 0-3 Very Soft less than 0.25 0-1 <20 Weathered
2
H
(� Loose 4-9 Sok 0.25 to 0.50 2-4 20-29 Firm
Z
W Medium Dense 10-29 Medium-Stiff 0.50 to 1.00 4-8 30-49 Medium Hard
�
I--
N Dense 30-50 Stiff 1.00 to 2.00 8-15 50-79 Hard
Very Dense >50 Very Stiff 2.00 to 4.00 15-30 >79 Very Hard
Hard >4.00 >30
RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY
Des riptive Termisl Percent of Major Component
Qf other constituents Dry Weiaht of Sam�le Particle Size
Trace <15 Boulders Over 12 in.(300 mm)
With 15-29 Cobbles 12 in.to 3 in.(300mm to 75mm)
Modifier >30 Gravel 3 in.to#4 sieve(75mm to 4.75 mm)
Sand #4 to#200 sieve(4.75mm to 0.075mm
Silt or Clay Passing#200 sieve(0.075mm)
RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION
Descriqtive Term/sl Percent of Term Plasticity Index
of other constituents Drv Weiaht
Non-plastic p
Trace <5 Low 1 -10
With 5-12 Medium 11-30
Modifier > 12 High >30
1��rr�con Exhibit: C=
�
UNIFIED SOIL CLASSIFICATION SYSTEM
Soil Classification
Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group Group Name6
Symbol
Gravels: Clean Gravels: Cu>_4 and 1 <_Cc<_3 E GW Well-graded gravel F
More than 50%of Less than 5°/o fines� Cu<4 and/or 1 >Cc>3 E GP Poorly graded gravel F
coarse
Gravels with Fines: Fines classify as ML or MH GM Silty gravel F,c,"
Coarse Grained Soils: fraction retained on o � -- F,c,H
o No.4 sieve More than 12/o fines Fines classify as CL or CH GC Clayey gravel
More than 50/o retained --
on No.200 sieve Sands: Clean Sands: Cu>_6 and 1 _<Cc<_3 E _ SW Well-graded sand'
50°/o or more of coarse Less than 5%fines° Cu<6 and/or 1 >Cc>3 E SP Poorly graded sand'
fraction passes Sands with Fines: Fines classify as ML or MH SM Silty sand c"'
No.4 sieve More than 12%fines° Fines Classify as CL or CH SC Clayey sand c"'
PI>7 and plots on or above°A"line� CL Lean clay"�^^
Inorganic:
Silts and Clays: PI<4 or plots below"A"line� ML SIIt K,L.M
Liquid limit less than 50 Liquid limit-oven dried Organic clay"`"""
Fine-Grained Soils: Organic: <0.75 OL
Liquid limit-not dried Organic silt"�"'o
50%or more passes the
PI plots on or above"A"line CH Fat clay"�""
No.200 sieve Inorganic:
Silts and Clays: PI plots below"A"line MH Elastic Silt"�"'
Liquid limit 50 or more Liquid limit-oven dried Organic clay K�"^P
Organic: <0.75 �H K.L,M.Q
Liquid limit-not dried Organic silt
Highly organic soils: Primarily organic matter,dark in color,and organic odor PT Peat
" Based on the material passing the 3-in.(75-mm)sieve " If fines are organic,add'bvith organic fines"to group name.
B If field sample contained cobbles or boulders,or both,add'With cobbles ' If soil contains>_15%gravel,add"with gravel"to group name.
or boulders,or both"to group name. � If Atterberg limits plot in shaded area,soil is a CL-ML,silty clay.
� Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded " If soil contains 15 to 29%plus No.200, add"with sand"or"with
gravel with silt,GW-GC well-graded gravel with clay,GP-GM poorly gravel,"whichever is predominant.
graded gravel with silt,GP-GC poorly graded gravel with clay. � If soil contains>_30%plus No.200 predominantly sand,add"sandy"
° Sands with 5 to 12%fines require dual symbols: SW-SM well-graded to group name.
sand with silt,SW-SC well-graded sand with clay,SP-SM poorly graded M If soil contains>_30°/o plus No.200, predominantly gravel,add
sand with silt,SP-SC poorly graded sand with clay "gravelly"to group name.
z " PI>_4 and plots on or above"A"line.
E Cu= Dso/D�o Cc= �Dao� ° PI<4 or plots below"A"line.
D�o x D60 P PI plots on or above"A"line.
F If soil contains>_15%sand,add"with sand"to group name. ° PI plots below"A"line.
� If fines classify as CL-ML,use dual symbol GC-GM,or SC-SM.
so
For classification of fine-grained
soils and fine-grained fraction
� of coarse-grained soils ��e.' e
�, , �,�(�
Equation of"A"-line :J,� .p,
a Horizontal at PI=4 to LL=25.5.
X qp then PI=0J3(LL-20) 0�
LL1 ��
p Equation of"U"-line �
Z Vertical at LL=16 to PI=7. G
� 30 then PI=0.9(LL-8)
U O�'
�
� � Gv
J
a MH or OH
to
� ---
a -- 'M MLorOL
o '
0 10 16 20 30 40 50 60 70 80 90 700 110
LIQUID LIMIT(LU
1��rr�can
SECTION 8
ADDENDA
T H E • C I T Y • O F
.,�� `, ���,,, �,,�� � ;,,�ir�
� � � � ��f�. �
�' .� a,�� � ,� o
F x .A s 1 a q
8-1
Addenda