Loading...
WA17-03-CN180215 February 2018 CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CITY OF COPPELL Village Parkway Pump Station Screening Wall and Sidewalk Improvements Project __________ Bid No. __________ Prepared by TBPE Firm Registration No. 470 6500 West Frwy. Suite 700 Fort Worth, TX 76116 TABLE OF CONTENTS Page # Section 1 - Bidding Documents Notice to Bidders 1-1 Instructions to Bidders 1-3 Bid Form 1-15 Proposal/Bid Schedule 1-18 Bid Summary 1-21 Proposal Guaranty 1-22 Prevailing Wage Rates 1-23 Bid Affidavit 1-24 Conflict of Interest 1-26 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2-1 Certificate of Insurance 2-7 Instructions for Bonds 2-8 Performance Bond 2-9 Payment Bond 2-11 Maintenance Bond 2-13 For this project, the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix ‘C’ Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3-1 to the NCTCOG General Provisions Section 4 - Specific Project Requirements 4-1 Section 5 - Description of Pay Items 5-1 Section 6 - Technical Specifications City of Coppell Project Sign 6-1 Decomposed Granite 6-2 Planting Irrigation 6-6 Turfs and Grasses 6-19 Section 7 - Geotechnical Report 7-1 SECTION 1 BIDDING DOCUMENTS 1-1 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for the reconstruction of Village Parkway Pump Station Screening Wall and Sidewalk Improvements (Project No. _______). This work shall consist of unclassified excavation, the construction of new concrete sidewalks, A.D.A. ramps, wrought iron fencing, brick thin wall & foundations , the installation and/or adjustment of related drainage facilities, 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 roadway and related improvements as shown in the plans for Project No. __________. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $_______.00 from the office of Pape-Dawson Engineers, Inc., 6500 West Frwy., Ste. 700, Fort Worth, Texas 76116, telephone (817) 870-3668. Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. 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 reconstruction of Village Parkway Pump Station Screening Wall and Sidewalk Improvements (Project No. ________) will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., _________, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. _________ designated clearly on the exterior of the bid envelope. A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the second floor conference room (255 Parkway Boulevard) at 9:00 a.m. on __________. 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. 1-2 Bidding Documents NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-3 Bidding Documents INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub- bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word “Owner” or "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word “Engineer” or "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Pape-Dawson Engineers, 6500 West Frwy., Ste. 700, Fort Worth, Texas 76116. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the reconstruction of the accessible route along the parkway of the east right-of-way of Kimble Kourt between Village Parkway and E. Sandy Lake Road and the parkway along the north right-of-way line of E. Sandy Lake Road from Kimble Kourt going east to a double entrance just the tract currently belonging to Landmark Nursey. The existing entry and exit drives to the nursery will be demolished and replaced to meet A.D.A. requirements as the sidewalk continues along the existing entry drives. This work also consists of the construction of an 8 – foot tall perimeter screen wall, structurally designed as a thick brick wall with type 1 and type 2 columns along the north, east and west property lines of the existing reservoir site and continuous 1-4 Bidding Documents wrought iron fence panels along the south property line or the reservoir site to meet TCEQ requirements. This project will include unclassified excavation, construction of new concrete pavement, modifications to existing irrigation systems, installation of new drainage inlet and adjustment of existing drainage facilities. All appurtenant work is depicted 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 Village Parkway Pump Station Screening Wall and Sidewalk Improvements (Project No. __________). The Contractor for this project shall be responsible for coordinating with the residents regarding driveway access, mail/trash pickup (as applicable) and available street parking within the project. 3. Copies of Bidding Documents. 3.1 Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non-refundable cost of $_______ from the office of Pape-Dawson Engineers, Inc., 6500 West Frwy., Ste. 700, Fort Worth, Texas 76116, telephone (817) 870-3668. Digital copies of the bidding documents can be downloaded at www.BidSync.com. Bidding documents also may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. 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. 1-5 Bidding Documents 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Submissions will be made to City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (must be submitted within five (5) days if requested): A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (must be submitted within five (5) days if requested): A list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (must be submitted within five (5) days if requested): A list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial (must be submitted within five (5) days if requested): Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience (must be submitted within five (5) days if requested): The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest (direct or indirect) in any contract with the City, nor shall be financially interested (directly or indirectly) in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the 1-6 Bidding Documents corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site will be available on the day of the pre-bid meeting. It shall be the Contractor’s responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and 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. 1-7 Bidding 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 ________________________. Interpretations or clarifications considered necessary by the _____________________ 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. 1-8 Bidding Documents 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 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 1-9 Bidding Documents the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By ______________________." If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required 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., ________, 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 ____________ 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 1-10 Bidding Documents enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: Village Parkway Pump Station Screening Wall and Sidewalk Improvements (Project No.________) on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is 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 ___ Calendar Days for the time of completion will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of: Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. Time Bid (B) _____________________________________________ 1-11 Bidding Documents 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the bid. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 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. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive/disincentive provision is established for this contract. 1-12 Bidding Documents The total incentive payment shall not exceed the amount listed below. However, there shall be no maximum disincentive.  Additional provisions for the incentive/disincentive are set forth in Item 1.7 of the Specific Project Requirements (Section 4). 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count for the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 25. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of: a) materials incorporated into the project; and b) labor, equipment, supervision and materials not incorporated into the project. 1-13 Bidding Documents 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. 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 with Seventy-two (72) hours advance-notice is required. All overtime incurred by the City for inspection services and any overtime 1-14 Bidding Documents 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 $_____/HR. 33. Payment. Contractor shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by Engineer as provided in the General Provisions. 34. Documentation of Existing Conditions. Contractor must prepare a video and provide a copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to the pay item for Right-of-way Preparation. Contractor must mark each resident’s sprinkler heads, obtain permission to run their irrigation system, and video the sprinkler system condition prior to the start of construction. 35. Bid Security. Contractor must submit a bid security in the amount of five (5%) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: a) Certified or cashier’s check made payable to the Owner. b) An approved Bidder’s Bond underwritten by a surety named in the current list of “Surety Companies Acceptable on Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 36. Bonds. Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1-15 Bidding Documents BID FORM PROJECT IDENTIFICATION: Village Parkway Pump Station Screening Wall and Sidewalk Improvements Project No. ________ Coppell, Texas BID OF _____________________________________________ DATE ___________ (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Manager 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: _________________ 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: Date: 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. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-17 Bidding Documents (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that the work will be completed in one phase. Plans for phasing or move-ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor’s experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to & from adjacent streets, neighborhoods and properties, which could affect productivity. 7. BIDDER will complete the Work for the following price(s): Proposal ITEM EST.UNIT TOTAL NO.QUANTITY PRICE AMOUNT BID Dollars & Cents Dollars &Cents Dollars & Cents Dollars & Cents Dollars & Cents Dollars &Cents Dollars & Cents Dollars & Cents Dollars & Cents Dollars & Cents Dollars & Cents UNIT DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS 3 10 11 7 8 9 1 LS Remove & Dispose Existing Iron Fence, Brick Columns, Gates, Wall, Etc. , complete in place, for the sum of per lump sum. 1 LS Remove & Dispose Existing Drainage Structure , complete in place, for the sum of per lump sum. , complete in place, for the sum of per lump sum. 1 LS Furnish, Install, Maintain, and Remove Temp. Traffic Control Devices 4 1 LS Furnish, Install, Maintain, and Remove Erosion Control Devices 5 , complete in place, for the sum of per lump sum. 1 LS Right-of-Way Preparation 2 1 LS Project Signage per linear foot. per square yard. , complete in place, for the sum of per square yard. , complete in place, for the sum of Remove & Dispose Existing Chainlink Fence , complete in place, for the sum of , complete in place, for the sum of per linear foot. per lump sum. 1420 LF , complete in place, for the sum of per lump sum. , complete in place, for the sum of per lump sum. SY SY LF Village Parkway Pump Station Screening Wall and Sidewalk Improvements Project No. City of Coppell Mobilization , complete in place, for the sum of 1 1 LS Remove & Dispose Existing Driveway Pavement Remove & Dispose Existing Curb and Gutter Remove & Dispose Existing Sidewalk Pavement 6 18.4 366 72 1-18 Bidding Documents Proposal ITEM EST.UNIT TOTAL NO.QUANTITY PRICE AMOUNT BIDUNITDESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Village Parkway Pump Station Screening Wall and Sidewalk Improvements Project No. City of Coppell Mobilization 1 1 LS Dollars & Cents Dollars &Cents Dollars & Cents Dollars & Cents Dollars & Cents Dollars &Cents Dollars & Cents Dollars & Cents Dollars & Cents Dollars & Cents Dollars & Cents 18 17 16 15 22 21 20 19 14 13 12 2 EA Automatic Vehicular Entry Gates 24' , complete in place, for the sum of per each. 513.3 LF Fence Type 3 - Wought Iron Perimeter Fence & Posts , complete in place, for the sum of per linear foot. 106.1 LF Fence Type 2 - Masonry and Wrought Iron Perimeter Fence , complete in place, for the sum of per linear foot. 863 LF Fence Type 1 - Masonry Screen Wall , complete in place, for the sum of per linear foot. 28.2 SF Retaining Wall , complete in place, for the sum of per square foot. 553 LF Standard Handrail , complete in place, for the sum of per linear foot. 11 EA Detectable Warning Surface , complete in place, for the sum of per each. 2 EA Barrier Free Ramp , complete in place, for the sum of per each. 1015.1 SY 4" Reinforced Concrete Sidewalk Pavement , complete in place, for the sum of per square yard. 86.1 SY 6" Reinforced Stamped Concrete Pavement , complete in place, for the sum of per square yard. 266.3 SY 6" Reinforced Concrete Access Drive Pavement , complete in place, for the sum of per square yard. 1-19 Bidding Documents Proposal ITEM EST.UNIT TOTAL NO.QUANTITY PRICE AMOUNT BIDUNITDESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Village Parkway Pump Station Screening Wall and Sidewalk Improvements Project No. City of Coppell Mobilization 1 1 LS Dollars & Cents Dollars &Cents Dollars & Cents Dollars & Cents Dollars & Cents Dollars &Cents Dollars & Cents Dollars & Cents , complete in place, for the sum of per each. , complete in place, for the sum of per linear foot. 30 3 EA Relocate Existing Signage , complete in place, for the sum of per each. 29 6 LF 24" Class III Reinforced Concrete Pipe , complete in place, for the sum of per square yard. 28 1 EA 10' Curb Inlet , complete in place, for the sum of per each. 27 4.9 SY Concrete Apron , complete in place, for the sum of per each. 26 2 EA Adjustments to Utility Boxes , complete in place, for the sum of per lump sum. 25 2 EA Adjustments to Utility Boxes 23 24 1 LS Adjustment to Existing Irrigation System 2 EA Pedestrian Entry Gates 6' , complete in place, for the sum of per each. 1-20 Bidding Documents 1-21 Bidding Documents BID SUMMARY Village Parkway Pump Station Screening Wall and Sidewalk Improvements BID NO. _________ Coppell, TX TOTAL BID ITEMS BASE BID (A) $ ___________ The awarded contract amount will be on the basis of the Base Bid (A) only. NOTE: A TIME BID OF MORE THAN _____ 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. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. 1-22 Bidding Documents PROPOSAL GUARANTY  A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition. SUBMITTED ON ________________________________________ Signature: ________________________________________ 1-23 Bidding Documents PREVAILING WAGE RATES Classification Hourly Rate CONCRETE FINISHER (Paving & Structures) ..................................................................... 14.12 ELECTRICIAN ............................................. 19.80 FORM BUILDER / FORM SETTER Paving & Curb .............................................. 13.16 Structures ..................................................... 13.84 LABORER Asphalt Raker ............................................... 12.69 Flagger ......................................................... 10.06 Laborer, Common ........................................ 10.72 Laborer, Utility .............................................. 12.32 Pipelayer ...................................................... 13.24 Work Zone Barricade Servicer ..................... 11.68 POWER EQUIPMENT OPERATOR Asphalt Distributor ........................................ 15.32 Asphalt Paving Machine ............................... 13.99 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 Classification Hourly Rate TRUCK DRIVER Lowboy-Float ................................................ 16.24 Off Road Hauler ........................................... 12.25 Single Axle ................................................... 12.31 Single or Tandem Axle Dump Truck ............ 12.62 Tandem Axle Tractor with Semi Trailer ....... 12.86 Transit-Mix ................................................... 14.14 WELDER ..................................................... 14.84 1-24 Bidding Documents BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF _____________________________COUNTY OF____________________________ BEFORE ME, the undersigned authority, a Notary Public in and for the State of _________, on this day personally appeared ______________________________ who after being by me Name duly sworn, did depose and say: "I, __________________________________ am a duly authorized office/agent for Name _____________________________________ and have been duly authorized to execute the Name of Firm foregoing on behalf of the said _____________________________________________________ Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder:______________________________________________________ ______________________________________________________________________________ Telephone: ( )________________ by:___________________________________________ Title: ___________________________Signature:______________________________________ SUBSCRIBED AND SWORN to before me by the above named _________________________ on this the __________________ day of ___________________________________20________ Notary Public in and for the State of __________________ ________________________________________________ 1-25 Bidding Documents If BIDDER IS: An Individual By_______________________________________________________________________(Seal) (Individual's Name) doing business as ________________________________________________________________ Business address ________________________________________________________________ ______________________________________________Phone No. ______________________ A Partnership By_______________________________________________________________________(Seal) (Firm Name) ______________________________________________________________________________ (General Partner) Business address _______________________________________________________________ _____________________________________________Phone No. ______________________ A Corporation By____________________________________________________________________________ (Corporation Name) ______________________________________________________________________________ (State of Incorporation) By____________________________________________________________________________ (Name of person authorized to sign) ______________________________________________________________________________ (Title) (Corporate Seal) Attest__________________________________________________________________________ (Secretary) Business address ______________________________________________________________ ____________________________________________Phone No. ______________________ A Joint Venture By____________________________________________________________________________ (Name) (Address) By____________________________________________________________________________ (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-26 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 Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the 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. OFFICE USE ONLY Date Received 1 Name of person doing business with local governmental entity. 2  Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. 1-27 Bidding Documents FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxabl e 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 loc al government officer named in this section AND the taxable income is not from the local governmental entity?  Yes  No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more?  Yes  No D. Describe each affiliation or business relationship. 6 ____________________________________________________ ___________________ Signature of person doing business with the governmental entity Date SECTION 2 CONTRACT DOCUMENTS 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 2018 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 reconstruction of the accessible route along the parkway of the east right-of-way of Kimble Kourt between Village Parkway and E. Sandy Lake Road and the parkway along the no rth right-of-way line of E. Sandy Lake Road from Kimble Kourt going east to a double entrance just east of the tract currently belonging to Landmark Nursey. The existing entry and exit drives to the nursery will be demolished and replaced to meet ADA requirements as the sidewalk continues along the existing entry drives. This work also consists of the construction of an 8 – foot tall perimeter screen wall, structurally designed as a thick brick wall with type 1 and type 2 columns along the north, east and west property lines of the existing reservoir site and continuous wrought iron fence panels along the south property line o f the reservoir site. This project will include unclassified excavation, construction of new concrete pavement, modifications to existing irrigation systems, installation of a new drainage inlet and adjustment of existing drainage facilities. All appurtenant work is depicted and described in the construction plan s. Work shall include all components necessary for the “turn-key” construction of the sidewalk and screen wall and related improvements as shown in the construction plans for Project No._____________. 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: Village Parkway Pump Station Screening Wall and Sidewalk Improvements Project No. __________ Bid No. __________ 2-2 Contract Documents Article 2. ENGINEER. The Project has been designed by Pape-Dawson Engineers, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. The Work will be completed within ______ calendar days. The Contract time commences to run as provided in Item 103.2 of the General Provisions, and the work shall be completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. As stated in Item 20 of the Instructions to Bidders, the OWNER desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. Therefore, for the purposes of this project, an incentive/disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive/disincentive as set forth in Item 20 of the Instructions to Bidders, Section 1 of these contract documents. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in the Proposal and Bid Schedule, Section 1 of these contract documents. The total contract sum shall be the amount of: $ . The total tangible personal property cost included in the contract sum is: $ Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. 2-3 Contract Documents 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. 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 2-4 Contract Documents 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. 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 "Village Parkway Screen Wall and Sidewalk Design (Project No.________) for the City of Coppell". 8.8. Drawings (Construction Plans) entitled: " Village Parkway Screen Wall and Sidewalk Design (Project No. ________) for the City of Coppell". 8.9. The following listed and numbered addenda: 2-5 Contract Documents 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 104.2 and 109.3 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101. of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2-6 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 ____________________________________, 2018. 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: Michael Garza, P.E. ___________________________________ Asst. 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 Accident/Occurrence o Automobiles - $500,000 Combined single limit per occurrence o Owner’s Protective Liability - $600,000 per occurrence; 1,000,000 aggregate o “Umbrella” Liability - $1,000,000 per occurrence with drop down coverage o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate  Additional insured – The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner’s Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. Please see the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2-8 Contract Documents Instructions for Bonds A. The surety on each bond must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the f act 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 ________________________ 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. 2018, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: Village Parkway Pump Station Screening Wall and Sidewalk Improvements Project No. _________ Bid No. __________ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making 2-10 Contract Documents 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 __________________, 2018. 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: NAME: ______________________________________________________________________ ADDRESS: _____________________________________________________________________ NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not corporation, give person's name. 2-11 Contract Documents PAYMENT BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That ____________________________________ whose address is ________________________________________________ , hereinafter called 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 ________________________ 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. 2018, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of: Village Parkway Pump Station Screening Wall and Sidewalk Improvements Project No. _________ Bid No. _________ 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 ___________________, 2018. PRINCIPAL SURETY _____________________________ ___________________________________ By: ___________________________ By: ________________________________ 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: NAME: ______________________________________________________________________ ADDRESS: ______________________________________________________________________ NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 2-13 Contract Documents MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT ________________________ __________________________________________________________ as Principal, and ___________________________, a corporation organized under the laws of _____________________________________, as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the CITY OF COPPELL , a Municipal Corporation, Texas, the sum of ______________________________________, for the payment of which sum will and truly be made unto said CITY OF COPPELL , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said CITY OF COPPELL has this day entered into a written contract with the said ______________ to build and construct Village Parkway Pump Station Screening Wall and Sidewalk Improvements, which contract and the plans and specifications therein mentioned, adopted by the CITY OF COPPELL are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have no further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said CITY OF COPPELL shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance 2-14 Contract Documents 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 _______________________, 2018. PRINCIPAL SURETY ______________________________ ___________________________________ By: ____________________________ By: ________________________________ Title: ___________________________ Title: _______________________________ WITNESS: ATTEST: _______________________________ __________________________________ NOTE: Date of Maintenance Bond must not be prior to date of Contract. SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS 3-1 Standard Specifications Supplementary Conditions CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION – NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. – DEFINITIONS & ABBREVIATIONS SC-101.1 Engineer: The word "Engineer" or “ENGINEER” in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. Owner: The word "Owner" or “OWNER” in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Consulting Engineer: Wherever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Pape-Dawson Engineers, Inc., 6500 West Frwy., Ste. 700, Fort Worth, Texas 76116. Working Day: Add the following sentence to the end of the “W orking Day” definition: “Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours’ advance-notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the CONTRACTOR. If not paid, such cost may be deducted from partial payments.” All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3-2 Standard Specifications Supplementary Conditions ITEM 103.3 – SURETY BONDS SC-103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2-year period." ITEM 103.4 - INSURANCE SC-103.4.6 Add the following new item: “103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR.” SC-103.4.7 Add the following new item: “103.4.7 CONTRACTOR intends that any policies provided in response to Item 103.4 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same.” SC-103.4.7.1 Add the following new item: “103.4.7.1 Pape-Dawson Engineers, Inc. shall be included as an “Additional Insured” on all project liability insurance.” 3-3 Standard Specifications Supplementary Conditions ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC-103.6 Add following sentence to end of Item 103.6. “Before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work.” ITEM 104.2 - CHANGE OR MODIFICATION OF CONTRACT SC-104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase: "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1: "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions:” ITEM 105.1 – CONTRACT DOCUMENTS SC-105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or codes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC-105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies". Add the following to the end of Item 105.1.3: "In 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 Exploration on New Screen Wall – Reservoir Site, by Alpha Testing, Inc., dated January 2017. Copies of these reports are available upon request. 3-4 Standard Specifications Supplementary Conditions The CONTRACTOR may also take borings at the site to satisfy himself as to subsurface conditions." ITEM 105.2 - WORKMANSHIP, WARRANTIES AND GUARANTEES SC-105.2.2 Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years". ITEM 105.4 – CONSTRUCTION STAKES SC-105.4 Delete the first paragraph of Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation has been provided for establishing vertical and horizontal control. The CONTRACTOR shall be responsible for establishing all lines and grades, and the precise location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the CONTRACTOR to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the ENGINEER shall not relieve the CONTRACTOR of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 - OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC-107.3.2 Replace Item 107.3.2 with the following new paragraph: “107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The 3-5 Standard Specifications Supplementary Conditions CONTRACTOR represents that no employee or officer of the City has an interest in the CONTRACTOR.” ITEM 107.14 - STATE AND LOCAL SALES AND USE TAXES SC-107.14 Delete the language in Item 107.14 in its entirety and substitute the following in lieu thereof: “Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City- owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the CONTRACTOR shall furnish a breakdown (per item) of: 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project.” ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC-107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: “107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate contractor at the site, or should any claim arise out of CONTRACTOR's, OWNER’s, ENGINEER’s, Consulting Engineer’s or any other person’s actions, CONTRACTOR shall promptly attempt to settle with such other contractor by agreement, or to otherwise 3-6 Standard Specifications Supplementary Conditions resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 108.8. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate contractor.” ITEM 107.23 – EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC-107.23.2.1 Add the following new Item 107.23.2.1 immediately after Item 107.23.2: “107.23.2.1 Existing Utilities and Sewer Lines: The CONTRACTOR shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. The CONTRACTOR shall coordinate a time to video existing sprinkling systems with adjacent property owners to determine if functioning properly in accordance with the Contract Documents. 3-7 Standard Specifications Supplementary Conditions If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract.” ITEM 108.1 – PROGRESS SCHEDULE SC-108.1 Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If requested by OWNER or ENGINEER". ITEM 108.3 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC-108.3 Delete the last sentence of the second paragraph of Item 108.3 and substitute the following in lieu thereof: "In such event, CONTRACTOR shall be entitled to an extension of working time only for unavoidable delays verified by the ENGINEER, as provided in Item 108.8; however, no increase in the contract price shall be due the CONTRACTOR." Insert the following sentence at the end of the second paragraph of Item 108.3: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC-108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 – SITE 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 3-8 Standard Specifications Supplementary Conditions 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 ITEM 303. – PORTLAND CEMENT CONCRETE PAVEMENT: 303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the ENGINEER. ITEM 303.5 - CONSTRUCTION METHODS: Under Item 303.5.4 Joints: Replace Item 303.5.4.2 – Expansion Joints, with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4-inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the ENGINEER. Add the following to the end of the sentence in Item 303.5.4.2.3 Proximity to Existing Structures: "or as directed by the ENGINEER". Delete the first sentence of the first paragraph of Item 303.5.4.3 Contraction Joints, and insert the following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the ENGINEER." 3-9 Standard Specifications Supplementary Conditions Under Item 303.5.6 Finishing: Add the following paragraph at the end of Item 303.5.6.1 Machine: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." Add a new paragraph after the first paragraph of Item 303.5.6.2 Hand, which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES ITEM 504. – OPEN CUT - BACKFILL: Under Item 504.2.3.3 Type “B” Backfill: Insert the following paragraph after the first sentence of Item 504.2.3.3.3 Additional Requirements: “Additional Requirements for Type "B" backfill when used in streets - All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the ENGINEER." ITEM 504.5 - EMBEDMENT: Under Item 504.5.3.2 Compaction: Amend the second sentence of Item 504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by Vehicular Traffic, by striking the words: "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the ENGINEER." 3-10 Standard Specifications Supplementary Conditions DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS ITEM 803 – SLOPE AND CHANNEL PROTECTION: Under Item 803.3.3 Riprap Construction Methods: Add the following sentence to Item 803.3.3.6 Mortar Riprap: “Mortar or concrete type shall be approved by the ENGINEER and shall conform to A.S.T.M. C 387-83.” SECTION 4 SPECIFIC PROJECT REQUIREMENTS 4-1 Specific Project Requirements SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4-2 Specific Project Requirements 1.1 OWNER: The "OWNER" or “City” as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said Owner to act in any particular position. 1.3 CONSULTING ENGINEER: Wherever the word “Consulting Engineer” or "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Pape-Dawson Engineers, Inc., 6500 West Frwy, Suite 700, Fort Worth, Texas 76116, telephone (817) 870-3668. 1.4 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix ‘C’ Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall apply. 1.5 SITE: The CONTRACTOR shall limit his work to the area shown on the Project Drawings as within the street right-of-way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.6 PROJECT DESCRIPTION: This work shall consist of the reconstruction of the accessible route along the parkway of the east right-of-way of Kimble Kourt between Village Parkway and E. Sandy Lake Road and the parkway along the north right-of-way line of E. Sandy Lake Road from Kimble Kourt going east to a double entrance just east of the tract currently belonging to Landmark Nursey. The existing entry and exit drives to the nursery will be demolished and replaced to meet ADA requirements as the sidewalk continues along the existing entry drives. This work also consists of the construction of an 8 – foot tall perimeter screen wall, structurally designed as a thick brick wall with type 1 and type 2 columns along the north, east and west property lines of the existing reservoir site and continuous wrought iron fence panels along the south property line of the reservoir site. This project will include unclassified excavation, construction of new concrete pavement, modifications to existing irrigation systems, installation of a new drainage inlet and adjustment of existing drainage facilities. All appurtenant work is depicted and described in the construction plans. Work shall include all components necessary for the “turn-key” construction of the sidewalk and screen wall and related improvements as shown in the construction plans for Project No._____________. 1.7 EXPLANATION OF CONTRACT TIME: 4-3 Specific Project Requirements 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 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 4-4 Specific Project Requirements 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. 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 4-5 Specific Project Requirements calendar day completion exceeds the Original Contract Time. This deduction shall be the disincentive for the CONTRACTOR’s failing to timely complete the Contract. This shall be strictly enforced. In the event the CONTRACTOR elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to “Substantially Complete” shall be interpreted to be complete with the Contract with no work remaining on the project. 1.8 SAFETY PRECAUTIONS: The CONTRACTOR shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.9 SOIL INVESTIGATION: A geotechnical investigation report has been prepared for this project and will be made available to the CONTRACTOR upon request. The CONTRACTOR shall also visit the site and acquaint himself with the site conditions. 1.10 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the OWNER as shown on the plans. The CONTRACTOR shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The CONTRACTOR shall preserve all stakes or markings until authorized by the ENGINEER to remove same. The CONTRACTOR shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the CONTRACTOR for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.11 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the ENGINEER and authorized by him in writing. 1.12 TESTING LABORATORY SERVICE: The OWNER shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The CONTRACTOR shall bear all related costs of retests, or re-inspections. The CONTRACTOR shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be 4-6 Specific Project Requirements made so that they may be present. One copy shall be provided to the CONTRACTOR of all reports and laboratory test results. Testing by the OWNER does not alleviate the CONTRACTOR’s responsibility for his own quality assurance/quality control testing. CONTRACTOR shall replace any deficient construction items. 1.13 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the OWNER may at any time during suspension upon seven days’ written notice to the CONTRACTOR, terminate the Contract. In such an event, the OWNER shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $__________. 1.14 PRESERVATION OF TREES: Permission of the ENGINEER must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the ENGINEER shall be $500.00 per caliper inch payable to the OWNER. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the ENGINEER at the CONTRACTOR's expense. 1.15 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the CONTRACTOR shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.16 WARNING DEVICES: The CONTRACTOR shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the CONTRACTOR for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to “Furnish, Install and Maintain Traffic Control Devices”. The CONTRACTOR shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-way or public place, the CONTRACTOR shall at his own cost and expense 4-7 Specific Project Requirements provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The CONTRACTOR shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the CONTRACTOR shall take into account that the project will be constructed in multiple phases. The CONTRACTOR shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 p.m. The CONTRACTOR's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the OWNER. If the ENGINEER discovers that the CONTRACTOR has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the ENGINEER may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the CONTRACTOR for any expense incurred in ordering such additional precautionary measures. In addition, the CONTRACTOR will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the ENGINEER may order the damaged portion immediately removed and replaced by and at the cost and expense of the CONTRACTOR. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the CONTRACTOR. All of this work is considered incidental to pay item entitled, “Furnish, Install and Maintain Traffic Control Devices”. 1.17 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the CONTRACTOR understands and accepts the following conditions: a. Prior to any excavation, the CONTRACTOR shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the CONTRACTOR will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. c. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily 4-8 Specific Project Requirements indicated. The CONTRACTOR shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The CONTRACTOR shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the CONTRACTOR shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.18 DRAINAGE: The CONTRACTOR shall maintain adequate drainage along the project and provide for positive drainage from adjoining properties, at all times. 1.19 PROJECT MAINTENANCE: The CONTRACTOR shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.20 CLEANUP: During Construction. The CONTRACTOR shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the OWNER. Final. Upon completion of the work, the CONTRACTOR shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the ENGINEER and the OWNER. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. 1.21 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an OWNER's agent will observe the construction on behalf of the OWNER. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the CONTRACTOR's performance. 1.22 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the CONTRACTOR. Any required burning and/or disposal permits shall be the sole responsibility of the CONTRACTOR. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the CONTRACTOR. 4-9 Specific Project Requirements 1.23 WATER FOR CONSTRUCTION: The CONTRACTOR shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The CONTRACTOR shall provide water as required at his own expense. 1.24 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4-10 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. CONTRACTOR to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the ENGINEER, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. 4-11 Specific Project Requirements C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with ENGINEER's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the CONTRACTOR requires, plus two that will be retained by the ENGINEER. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier c. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re-submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. 4-12 Specific Project Requirements D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the CONTRACTOR of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the CONTRACTOR. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the CONTRACTOR, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the ENGINEER for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the ENGINEER and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the ENGINEER. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to CONTRACTOR for distribution, or for resubmission. SECTION 5 DESCRIPTION OF PAY ITEMS 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. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any existing signs; (b) removal of spoils; (c) water for construction; (d) construction staking and/or layout; (e) surveying to re-establish grade; (f) maintenance of streets during construction; (g) sprinkling for dust control; (h) project trailer, if needed; and/or (i) any other incidentals necessary to complete the work, whether directly called out within the plans or implied. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction – North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006-1129), and Appendix "C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Pay Item No. 1 – Mobilization: This pay item shall include the mobilization and demobilization efforts required for the construction of the project. The project is anticipated to be constructed in multiple phases. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with the project. Mobilization shall be defined as all necessary equipment, field offices, supplies, materials, and personnel on the job si te ready to begin construction. Note: The total amount bid for Mobilization & Demobilization shall not exceed five percent (5%) of the Base Bid (A) amount, exclusive of this pay item (Adjusted Contract Amount). Measurement and Payment shall be as follows: Ten percent (10%) of the amount bid shall be paid with the first pay estimate following the initial project mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Prorated payment shall be as follows: When 1% of the adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of the lump sum bid for mobiliz ation, less retainage, will be paid. 5-2 Description of Pay Items When 10% of the adjusted contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage, will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less retainage, will be paid on the next monthly estimate following the 90% payment. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item No. 2 – Project Signage: This pay item shall consist of the installation of a project signage in the following location: the intersection of Kimble Kourt and Village Parkway and the intersection of Kimble Kourt and E. Sandy Lake Rd. Each sign shall be constructed in accordance with the details found in Section 6 of the Specifications. The City will furnish the City logo for the sign. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 3 – Right of Way Preparation: This work includes the clearing & grubbing, and removal & trimming of vegetation in all areas within the project limits requiring such work, including work within the right-of-way and any adjacent property that is necessary to complete the work as shown on the plans, or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 203.1, 203.2 & 203.3. All vegetation within the paving limits shall be removed. Any tree labeled for removal in the plans shall be confirmed with the Engineer prior to removal. Tree removal shall include all pruning, felling, stump removal, mulching of leaves and limbs necessary to safely remove any tree approved for removal. Once work has commenced on the removal of a tree approved for removal, it shall not cease until the remnants of the tree are completely mulched and lawfully removed from the project site. All debris and mulch from the removal of trees shall be disposed of in a legal manner. This item shall also include the protection of any trees, shrubs, fences, structures, signs or other items that are to be preserved and/or relocated as shown on the plans. All trees designated to be preserved shall be protected by fencing to the limits of the canopy and no parking, driving or moving of equipment in this area will be permitted. If pruning of protected trees is required, they shall be trimmed as directed by the Engineer and any cuts of two inches or more in diameter shall be treated as directed by the Engineer. Disposal of said material will be at the Contractor’s sole expense. Any existing landscape improvements, including landscape beds and landscape timbers, shall be removed if deemed necessary for the construction of the improvements shown within the plans. Any removal of existing landscape improvements shall be coordinated with the Engineer and property owners. Removal of landscape improvements shall be considered subsidiary to this pay item. This work shall also include: (a) The removal of existing rock rip rap; 5-3 Description of Pay Items (b) The removal of landscape edging; (c) The removal of mailboxes; (d) The removal and salvage of any existing regulatory, school or informational signs; (e) The removal of all trees, stumps, bushes, vegetation, roots and shrubs within the limits of work; (f) Trimming of trees to provide a 7-foot clearance over sidewalks and an 18-foot clearance over roadways. (g) Video documentation of the existing project conditions prior to beginning construction. (h) Seeding and/or sodding, as needed, to reestablish vegetation. These items of work will not be paid for directly but shall be considered subsidiary to this pay item. Any item indicated in the plans to be removed (directly called out or implied) for which there is no specific pay item shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to general site and/or right of way preparation, as provided herein, shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 4 – Furnish, Install, Maintain and Remove Erosion Control Devices: This pay item shall consist of furnishing, installing, maintaini ng and removing erosion control measures and devices 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 plan s and specifications (Owner) and the operator with day-to-day operational control (Contractor) are required to obtain a permit for the discharge of storm water runoff. The Contractor shall be required to prepare and implement a single comprehensive site s pecific Storm Water Pollution Prevention Plan (SWP3) for the entire construction site. The Contractor shall: (1) sign the SWP3, (2) submit an NOI for City & Contractor, and (3) post a site notice as part of the permit. The SWP3 must describe and insure t he 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 permi t. 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 poste d 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 Contractor shall submit a Notice of Termination for City and Contractor upon completion of the project. 5-4 Description of Pay Items This work shall also include the installation and maintenance of: a) Silt fence; b) Rock berm; c) Construction entrance; d) Inlet protection; e) Scourstop, or approved equivalent; f) Any additional erosion control measures required by the SWP3. Measurement and payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWP3. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the duration of construction. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work . Payment shall be evenly prorated throughout the term of construction on a monthly basis, based on amount bid and time bid. Pay Item No. 5 – Furnish, Install and Maintain Temporary Traffic Control Devices & Detours: This work includes furnishing, installing and maintaining the required temporary traffic control devices & detours (including temporary traffic buttons and striping, signage, temporary pavement, temporary special shoring & traffic barriers as needed) during each phase of construction as shown and/or indicated on the plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including the TMUTCD. Inclusive with this pay item is the requirement for adequate notification and instruction (i.e., printed notices delivered to individual homes and businesses, electronic message boards, signage, etc.) to be given to adjacent businesses, property owners and the traveling public regarding interruptions or changes to established traffic flow patterns to, from and along the work site. This work also includes the use of flagman, if necessary, to control traffic in an orderly manner as it enters, exits and/or passes through the construction area, as well as the installation and removal of all temporary pavement. Additionally, the Contractor shall maintain the existing roadway and temporary pavement in a safe driving condition at all times during construction. The Contractor shall provide, utilize and update one (1) message boards to be located on the north and south ends of the project, or as directed by the City. Traffic control plans and updates shall be provided to the Engineer for review prior to construction or modifying any traffic flow (changing lanes, road closures, changing a street to one way, etc.). All temporary pavement shall be 2” Type B HMAC on 6” Flex Base. Measurement and payment for the temporary traffic control devices & detours furnished, installed and maintained work performed and materials furnished shall be made on the basis of the price per price bid per lump sum (LS) and shall be total compensation for 5-5 Description of Pay Items furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete all phases of the work. Measurement and payment shall be as follows: Twenty-five percent (25%) of the amount bid shall be paid with the first pay estimate following the installation of the traffic control devices & detours for the first phase of construction. On all subsequent pay estimates, payment shall be prorated on the number of months bid. No additional payment will be made if the contractor goes over the time bid. Pay Item No. 6 – Remove & Dispose of Existing Concrete Pavement: This work includes the removal and disposal of existing concrete pavement at the locations and limits shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. Concrete to be removed shall be sawed full-depth through the existing reinforcement along even straight lines leaving a clean vertical side, as shown on the plans or as established by the Engineer, in accordance with NCTCOG Item 402.3. Any existing improvements beyond these limits, which are damaged or destroyed by the construction shall be re-sawed, removed and replaced at the Contractor’s expense. Once concrete improvements are removed, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. Epoxy grout #4x18” dowel bars into end of existing concrete (12” o.c.). For sidewalks, exposed surfaces that will interface with new concrete pavement shall be roughened to allow adequate bonding of new concrete. Epoxy grout #3x18” dowel bars into end of existing sidewalk or driveway concrete (18” o.c.). This operation shall be inspected and approved by the Engineer prior to placement of new concrete. The thickness of the existing concrete is unknown. All spoils shall be removed from the project site at the Contractor’s expense. The removal of concrete curb that is integral to any concrete pavement, which is to be removed as part of this work, shall not be paid for directly but shall be considered subsidiary to this pay item. Also, any concrete removal required for the installation or adjustment of existing utilities is included in this pay item. The removal of stamped concrete as shown on the construction plans shall be measured and paid for under the pay item for Remove & Dispose Existing Concrete Pavement. Measurement and payment for work performed and materials furnished related to the removal of concrete pavement, as provided herein, shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. This item shall be measured by Contractor and by Owner’s representative prior to removal. Pay Item No. 7 –Reinforced Concrete Pavement: This work includes the construction of the specified thickness, as shown on the 5-6 Description of Pay Items construction plans, of reinforced concrete pavement (including integral curb, where indicated) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications. All concrete used for this project shall be Class “C” concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. All curb within the construction plans shall be a 6” monolithic curb. Any street headers and butt joints shall also be constructed subsidiary to this pay item. The concrete shall be doweled into the existing pavement and reinforced in accordance with the City of Coppell Standard Construction Details. The Contractor shall use a slip form paving machine and vibrate all concrete during the pour by a method approved by the Engineer. The Contractor is responsible for making sample concrete cylinders at a cycle determined by the Engineer for testing purposes. No sand level up course will be allowed under any paving. The paving shall be a baker broom finish and shall be cured with a highway white curing compound applied per the manufacturer’s recommendations. Contractor shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be typically spaced 15 feet (a maximum of 18 feet) apart. Median noses shall be considered subsidiary to street pavement. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Concrete street headers shall be constructed at the locations shown on the plans or as directed by the Engineer. Concrete street headers will not be measured or paid for separately, but shall be subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of reinforced concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 8 – Reinforced Stamped Concrete Pavement: This work includes the construction of reinforced stamped concrete at locations shown in the plans or as determined by the Engineer, in accordance with the appropriate details and specifications listed in the City of Coppell Standard Construction Details (Details 2130 & 2140). Stamped concrete used for this project shall be Class “C” concrete with a minimum cement content of 6 sacks per cubic yard and minimal compressive strength of 3,600 psi at 28 days. No fly ash will be permitted. 5-7 Description of Pay Items The Contractor shall vibrate all concrete during the pour by a method approved by the Engineer. The Contractor is responsible for making sample concrete cylinders at a cycle determined by the Engineer for testing purposes. No sand level up course will be allowed under any paving. Color shall be either: 1. Red Clay – Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). 2. Gunmetal Gray – Bomanite Integral Color with Cobblestone Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall only be considered after review of the specifications and a test section that demonstrates the ability to match color and pattern. Contractor shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction Joints” regarding sawing of joints. In general, joints shall be sawed into the completed pavement surface as soon after initial concrete sets as possible so some raveling of the green concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. Failure to perform the work in compliance with these requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be typically spaced 15 feet (a maximum of 18 feet) apart. All joints shall be sealed with silicone joint sealing prior to opening the road to traffic. Joint sealant shall match color of concrete where appropriate, as directed by Engineer. Measurement and payment for work performed and materials furnished related to the construction of reinforced stamped concrete pavement of the specified thickness, as provided herein, shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 303.8, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 9 – Lime for Stabilized Subgrade (40 LB / SY): This work includes the furnishing of the hydrated lime material to be used for lime treatment of subgrade, in accordance with the appropriate specifications. All lime shall be placed in accordance with TxDOT’s 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Lime to be used for this project shall be placed at a rate of 40 pounds per square yard and in SLURRY FORM, unless approved otherwise by the Engineer. Prior to construction, the Lab shall perform a lime series test to confirm the rate of lime per square yard. Series test shall be submitted to the Engineer for approval. Testing shall be done by the OWNER. Measurement and Payment for work performed and materials furnished related to cement material for subgrade treatment, as provided herein, shall be made on the basis of the 5-8 Description of Pay Items price bid per ton (TON) in accordance with TxDOT’s 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 10, 11 – Barrier Free Ramps for Residential & Collector Streets: This work includes the construction of barrier free ramps at locations shown in the plans or as determined by the Engineer, in accordance with the appropriated details and specifications listed in the City of Coppell Standard Construction Details. All concrete used for the barrier free ramp construction shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and minimum compressive strength of 3,000 psi at 28 days. No fly ash will be permitted. All pedestrian ramp types are based on the Texas Department of Transportation’s Design Division Standards for Pedestrian Facilities: Curb Ramps (Detail PED-12A). All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and Regulations. This includes the correct slope, correct width, correct texture, and correct color differentiation (i.e. staining to the finished ramp). The Engineer shall verify each ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and brought to compliance at the Contractor’s sole expense. Measurement and payment for construction of barrier free ramps and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 12 - 4-inch Reinforced Concrete Sidewalk: The work for this item consists of all labor, materials, and equipment for constructing 4- inch concrete sidewalks at the locations shown in the construction plans and it shall include trenching, backfill, compaction, pavement material, disposal of materials during construction, and related items for a complete pavement construction in accordance with the appropriate details and specifications. All concrete used for sidewalk shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. No fly ash will be permitted. All sidewalk construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statue as administered by the Texas Department of Licensing and Regulations. Any sidewalk found to be in noncompliance shall be removed and brought to compliance at the sole expense of the Contractor. Measurement and payment for reinforced concrete sidewalk work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 305.2, and shall be total compensation for the furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. 5-9 Description of Pay Items Pay Item No. 14– 6-inch Concrete Apron at Retaining Wall: The work for this item consists of all labor, materials, and equipment for constructing a 6- inch concrete apron at the locations shown in the construction plans and it shall include trenching, backfill, compaction, pavement material, disposal of materials during construction, and related items for a complete apron construction in accordance with the appropriate details and specifications. All concrete used for the apron shall be Class “A” concrete with a minimum cement content of 5 sacks per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. No fly ash will be permitted. All apron construction shall be in compliance with the Texas Accessibility Act Article 9102 of the Texas Civil Statue as administered by the Texas Department of Licensing and Regulations. Any work found to be in noncompliance shall be removed and brought to compliance at the sole expense of the Contractor. Measurement and payment for the reinforced 6-in concrete apron work performed and materials furnished completed and in place as provided herein shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG Item 305.2, and shall be total compensation for the furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 15 – Reinforced Concrete Pipe: This work includes the construction of all reinforced concrete pipe (RCP) storm drain (various sizes) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including NCTCOG Item 501.6 and 508.3. All RCP storm drain shall be Class III or IV (NCTCOG Item 501.6) as indicated on the plans. All bends shall be pre-fabricated. Ram-nek joint material shall be used for all joints, unless approved otherwise by the Engineer. This work shall include trench excavation, preparation and shaping of bedding, transporting of pipe, jointing, connections to existing and/or proposed improvements and structures, embedment, backfill, and temporary pavement repair, if necessary. Embedment shall be in accordance with the City of Coppell Standard Construction Detail 3020. Where leads or pipe terminate into an existing system, this work shall include construction of a concrete collar at the junction to form a watertight connection. The construction of concrete collars, as required by these specifications and the connection to the existing storm sewer line will not be paid for directly but shall be considered subsidiary to this pay item. This work shall also include the construction of temporary pavement repair, when necessary or as determined by the Engineer, consisting of 2” Type B HMAC on 6” Flex Base. Temporary pavement repair shall be constructed and maintained along all storm drain installed in areas that need to be open to traffic prior to the construction of the final pavement. Temporary pavement repair, as required by these specifications, will not be paid for directly but shall be considered subsidiary to this pay item. Measurement and payment for work performed and materials furnished related to the construction of RCP storm drain (various sizes and/or classes), as provided herein, 5-10 Description of Pay Items shall be made on the basis of the price bid per linear foot (LF) in accordance with NCTCOG Item 508.6, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 16 – Fence Type 1 This work includes the construction of an 8’ tall, 10’0” (maximum) length thinwall panels with No. 9 gauge hot dipped galvanized ladder wire extended horizontally in wall panels between each brick course, at the locations shown in the construction plans or as determined by the Engineer. Fence Type 1 ladder wire and all masonry reinforcement shall be manufactured by Dur-O-Wall and meet ASTM A853 Class 2-B requirements. The thick wall pilasters associated with Fence Type 1 are to be included in the linear foot unity price for Fence Type 1. The helical piers associated with Fence Type 1 are to be included in the linear foot price for Fence Type 1. Measurement and payment for work performed and materials related to the construction of Fence Type 1, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and / or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work for the walls, footing and helical piers. Pay Item No. 17 – Fence Type 2 This work includes the construction of an 8’ tall 10’0” (maximum) length wrought iron fence with metal rail panels, 1” x 1” square pickets w/ 4” maximum openings at the locations shown in the construction plans or as determined by the Engineer. Fence Type 2 wrought iron metal rail panels shall be fabricated in accordance with applicable codes A.C.I 350-11, A.IS.C ASD Manual-9th Edition, A.W.S DI.I-94-Structural Welding Code – steel, A.W.S. D1.4-92 – Structural Welding Code-Reinforcing Steel, and all applicable City of Coppell specifications and requirements. Intermediate pilasters and helical piers are to be included in the linear foot price for Fence Type 2. Measurement and payment for work performed and materials related to the construction of Fence Type 2, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and / or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work for the walls, footing and helical piers. Pay Item No. 18 – Fence Type 3 This work includes the construction of an 8’ tall 8’0” (maximum) wrought iron fencing with metal rail panels, 1”x1” square pickets with 4” maximum openings at the locations shown on the construction plan or as determined by the Engineer. Fence Type 3 wrought iron metal rail panels shall be fabricated in accordance with applicable codes A.C.I 350-11, A.IS.C ASD Manual-9th Edition, A.W.S DI.I-94-Structural Welding Code – steel, A.W.S. D1.4-92 – Structural Welding Code-Reinforcing Steel, and all applicable City of Coppell specifications and requirements. Intermediate pilasters and helical piers are to be included in the linear foot price for Fence Type 2. 5-11 Description of Pay Items Measurement and payment for work performed and materials related to the construction of Fence Type 3, as provided herein, shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing and / or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work for the walls, footing and helical piers. Pay Item No. 19- Curb Inlets: This work includes the construction of all recessed curb inlets (various lengths & widths) at the locations shown on the construction plans or as determined by the Engineer, in accordance with the appropriate details and specifications, including City of Coppell Standard Construction Details 6020 and 6030 and NCTCOG Item 702. Concrete used for the construction of inlets shall be Class “A”, with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at 28 days. Measurement and payment for work performed and materials furnished related to the construction of curb inlets (various types, lengths & widths), as provided herein, shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work. Pay Item No. 20 – Standard Handrail This work includes the installation of A.D.A. accessible areas along Kimble Kourt and East Sandy Lake Road in locations shown in the construction plans or as determined by the Engineer. The handrails shall have a cross section, height and end conditions in accordance with 2010 A.D.A. standards for Accessible Design, Chapter 5, Section 505, an all applicable sub-sections. Measurement and payment for work performed and materials furnished related to the A.D.A. handrails, as provided herein, shall be made on the basis of the price bid per linear foot (LF), including end conditions, and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work for the handrails. Pay Item No. 21 – Automatic Vehicular Entry Gates This pay item shall consist of the installation of 2 - 24’ wide 8’ tall manual iron gates with metal rails panels, 1” x 1” square pickets with 4” maximum openings at the locations shown in the construction plans or as determined by the Engineer. The metal rail panels shall be fabricated in accordance with applicable codes A.C.I. 350-11, A.I.S.C ASD Manual – 9th Edition, A.W.S. D1.1-94 – Structural Welding Code – Steel, A.W.S D1.4-92 – Structural Welding Code Reinforcing Steel and all applicable City of Coppell specification and requirements. The gate opening system shall be able to open both gates automatically, and shall meet ASTM F2200 and UL235 safety standards for automatic gates. The system shall be specified and installed to communicate with the City of Coppell Village Reservoir site security system. 5-12 Description of Pay Items Measurement and payment for work pe rformed and materials furnished related to the Automatic Vehicular Entry Gates, as provided herein, shall be made on the basis of the price bid per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work for the vehicular entry gates. . Pay Item No. 22 – Pedestrian Entry Gates This pay item shall consist of the installation of 2 -6” wide, 8’0” tall manual iron gates with metal rail panels, 1”x1” square pickets with 4” maximum openings at the locations shown in the construction plans. Measurement and payment for work performed and materials furnished related to the Pedestrian Entry Gates, as provided herein, shall be made on the basis of the price b id per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the work for the pedestrian entry gates. Pay Item No. 23 – Removal of Existing Curb Inlet This pay item shall consist of the removal of our existing curb inlet drainage structure along the east side of Kimble Kourt in accordance with all applicable City of Coppell requirements. Measurement and payment for work performed and materials furnished related to the removal of existing curb inlets, as provided herein, shall be made on the basis of the price bid per each (EA), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals nec essary to complete the work for the curb inlet removal. Pay Item No. 24 – Adjustment of Existing Irrigation System This pay item shall consist of adjusting the existing irrigation system to prepare for the improvements along East Sandy Lake Road and Kimble Kourt. Measurement and payment for work performed and materials furnished related to adjusting the existing irrigation system, as provided herein, shall be made on the basis of the price bid per lump sum (LS), and shall be total compensation for furnish ing and/or operating all labor, materials, tools, equipment and other incidentals necessary to adjust the irrigation system. Pay Item No. 25 – Furnish and Install Decomposed Granite – 4” Layer: This pay item shall consist of the installation of a four inch (4”) layer of decomposed granite. The installation shall include a process of 2 – 2” lifts that shall be installed in shrub beds and tree rings of the project. See plan and details for locations. This is a “Plans Quantity” item and will not be measured unless there are revisions to the scope of work. Payment for the work performed and materials furnished shall be made on the basis of the price bid per cubic yard (CY) and shall be total compensation for 5-13 Description of Pay Items furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item No. 26 – Hydromulch & Temporary Irrigation: In addition to the description of work in NCTCOG Item 201.16, refer to TURF AND GRASSES under technical specifications for more details. 6” of top soil shall be included in this pay item. Onsite stockpiled topsoil from the mass grading may be used for areas being hydromulched. Measurement and payment for this item shall be made on the basis of the price bid per square feet of hydromulch seeding as shown on the plans and shall be full payment for all materials, labor, equipment and other incidentals necessary to complete the work. The project retainage will not be paid in full until hydromulched areas have germinated and become established, in the opinion of the Engineer. No separate payment will be made for fertilizer and temporary watering. Pay Item No. 27 – Adjustments to Utility Boxes and Manhole Rims This pay items shall consist of adjustments to electrical, water valve boxes, storm drain manholes, and sanitary sewer manholes to bring the proper elevation with the proposed improvements along Village Parkway, Kimble Kourt and East Sandy lake Road, as depicted in the construction plans. Measurement and payment for work performed and materials furnished related to the adjustments of utility boxes and manhole rims, 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, equipmen t and other incidentals necessary to complete the adjustments of utility boxes and manhole rims. Pay Item No. 28 – Remove and Dispose of Existing 6’ Ht. Chainlink Fence This pay items shall consist of removing and disposing of all chain link fencing in accordance with City of Coppell requirements and applicable disposal methods. Measurement and payment for work performed and materials furnished related to the removal of existing chainlink fence, as provided herein, shall be made on the basis of the price bid per linear foot (LF), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to complete the removal of existing chainlink fence. Pay Item No. 29 – Relocate Existing Signage: This pay item shall consist of relocating existing street signs, speed limit signs, and stop signs as depicted on the construction plans. Measurement and payment for work performed and materials furnished related to relocating existing signage, as provided herein, shall be made on the basis of the price per lump sum (LS), and shall be total compensation for furnishing and/or operating all labor, materials, tools, equipment and other incidentals necessary to relocating existing signage. SECTION 6 TECHNICAL SPECIFICATIONS 6-1 Technical Specifications 6-2 Technical Specifications SECTION 32 15 40 DECOMPOSED GRANITE PART I – GENERAL 1.1. GENERAL CONDITIONS A. Requirements of “General Conditions of the Contract” and of Division I, “General Requirements”, apply to work in this Section with same force and effect as though repeated in full herein. 1.2 SCOPE OF WORK A. Furnish materials, labor, transportation, services, and equipment necessary to install decomposed granite paving as indicated on Drawings and as specified herein. B. Work related in other Sections: 1. Irrigation System: Coordination of irrigation spray heads (see Irrigation plans and notes). 2. Section 32 9300 – Plants: Coordination of planting along edges of decomposed granite paving and composite header. 1.3 REFERENCES A. ASTM C 136 – Method for Sieve Analysis for Fine and Coarse. 1.4 SYSTEM DESCRIPTION A. Decomposed granite paving 1.5 SUBMITTALS A. In accordance with Division 1. B. Submit specification data Cut Sheets for products specified under this Section. C. Products: Five pound sample and sieve analysis for grading of decomposed granite material. 1.6 TESTS A. Perform gradation of decomposed granite material in accordance with ASTM C 136. 1.7 MOCK-UPS 6-3 Technical Specifications A. Install a 4-foot wide x 10-foot long mock-up of decomposed granite paving with compacted with a vibrating plate at location as directed by Owner’s Authorized Representative. B. This mock-up will be the standard from which future work will be judged. C. Remove Mock-up completely prior to Final Payment. 1.8 ENVIRONMENTAL CONDITIONS A. Do not install decomposed granite paving during rainy conditions. 1.9 PRODUCT DELIVERY, STORAGE AND HANDLING A. In accordance with Division 1. 1.10 COORDINATION A. Notify contractors related to installation of his work in ample time, so as to allow sufficient time for those contractors to perform their portion of work. 1.11 QUALITY ASSURANCE A. Installer: Provide evidence to indicate successful experience in providing decomposed granite. 1. Experience: Minimum 5 years. 1.11 INSPECTION OF SITE A. Verify conditions at site that affect Work of this Section, and take field measurements as required. Report major discrepancies between Drawings and field dimensions to Owner’s Authorized Representative prior to commencing Work. 1.12 EXCESS MATERIALS A. Provide Owner’s Authorized Representative with the following excess materials for use in future decomposed granite paving repair: 1. Four, 40 lb. Bags of decomposed granite screenings with source location provided. PART 2 – PRODUCTS 2.1 DECOMPOSED GRANITE SCREENINGS A. Washed, natural-colored crushed granite stone, free of clay, friable materials and debris and graded in accordance with ASTM C 136 within the following limits: 1. Gradation: As determined by ASTM C 136 methodology. 6-4 Technical Specifications Sieve Size Percent Passing 1/2" 3/8” 95 - 100 90 - 100 No. 4 50 - 100 No. 30 25 to 55 No. 100 10 to 20 No. 200 5 - 18 2. Sand Equivalent: As determined by ASTM D-2419 methodology. Shall have a minimum of 30. 3. R-Value: As determined by ASTM D-2488 methodology. Shall have a minimum of 70. PART 3 – EXECUTION 3.1 SURFACE PREPARATION A. Verify that gradients and elevations of subgrade are correct. Ensure that a minimum of 2% of cross slope will be provided. Contact Owner’s Authorized Representative if this minimum percentage will not be maintained. B. Verify that weed barrier or plastic sheeting will extend to edge of decomposed granite paving. C. Remove loose material from compacted subbase surface immediately before placing decomposed granite screenings. D. Wet surface prior to placing decomposed granite screenings. 3.2 PLACEMENT OF DECOMPOSED GRANITE SCREENINGS A. Place decomposed granite screenings in two inch lifts to a depth of four inches, applying moisture and compacting with a vibratory plate after each lift. B. Grade and smooth decomposed granite paving per approved Owner’s Authorized Representative mock-up. C. Apply water until moisture penetrates to full depth of decomposed granite screenings. It is critical that full section of decomposed granite screenings receive water at this time. D. Upon thorough moisture penetration, compact decomposed granite screenings to within 90% relative compaction by using a vibrating plate. 6-5 Technical Specifications E. Take care in compacting decomposed granite screenings when adjacent planting and irrigation systems. F. Allow the finished surface enough time to dry completely before allowing traffic. 3.3 REPAIRS AND PROTECTION A. Remove and replace decomposed granite paving that is damaged, defective, or does not met requirements of this Section. B. Protect decomposed granite paving from damage until Final Payment. 3.4 CLEANUP A. Upon completion of Work under this Section, remove rubbish, waste and debris resulting from Contractor’s operations. Leave work area in a neat and clean condition. END OF SECTION 6-6 Technical Specifications SECTION 32 84 00 PLANTING IRRIGATION PART 1 - GENERAL 1.01 GENERAL CONDITIONS A. The requirements of the "General Conditions of the Contract" and of Division 1, "General Requirements", shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.02 SCOPE OF WORK A. Provide all labor, materials, transportation, and services necessary to furnish and install Irrigation Systems as shown on the drawings and described herein. B. Related work in other sections: 1. Landscape Planting C. The term of "LANDSCAPE IRRIGATOR" shall refer to Pape-Dawson Engineers, Inc., 6500 West Frwy, Suite 700, Fort Worth, TX 76116. 1.03 QUALITY ASSURANCE & REQUIREMENTS A. Permits and Fees: The Contractor shall obtain and pay for any and all permits and all observations as required. B. Manufacturer's Directions: Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in this contract furnish directions covering points not shown in the drawings and specifications C. Ordinances and Regulations: All local, municipal, and state laws, and rules and regulations governing or relating to any portion of this work are hereby incorporated into and make a part of these specifications, and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations or requirements of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. Explanation of Drawings: 1. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. 2. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. 3. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in 6-7 Technical Specifications engineering. Such obstructions or differences should be brought to the attention of the Landscape Irrigator immediately. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revision necessary. 1.04 SUBMITTALS A. Material List: 1. The Contractor shall furnish the articles, equipment, or processes specified by name in the drawings and specifications. No substitution will be allowed without prior written approval by the Landscape Irrigator. 2. Complete material list shall be submitted prior to performing any work. Material list shall include the manufacturer, model number, and description of all materials and equipment to be used. 3. Equipment or materials installed or furnished without prior approval of the Landscape Irrigator may be subject to rejection, and the Contractor required to remove such materials from the site at his own expense. 4. Approval of any item, alternate, or substitute indicates only that the product or products apparently meet the requirements of the drawings and specifications on the basis of the information or samples submitted. 5. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. B. Record and As-Built Drawings: 1. The Contractor shall provide and keep an up-to-date and complete "as-built" record set of blue line ozalid prints which shall be corrected daily and show every change from the original drawings and specifications, the exact "as-built" locations, sizes, and kinds of equipment. Prints for these purposes may be obtained from the Landscape Irrigator at cost. This set of drawings shall be kept on the site and shall be used only as a record set. 2. These drawings shall also serve as work progress sheets and shall be the basis for measurement and payment for work completed. These drawings shall be available at all times for inspection and shall be kept in a location designated by the Landscape Irrigator. Should the record blue line as-built progress sheets not be available for review or not up-to-date at the time of any inspection (refer to Section 3.09 - Observation Schedule), it will be assumed no work has been completed and the Contractor will be assessed the cost of that site visit at the current billing rate of the Landscape Irrigator. No other observations shall take place prior to payment of that assessment. 3. The Contractor shall make neat and legible notations on the as-built progress sheets daily as the work proceeds, showing the work as actually installed. For example, should a piece of equipment be installed in a location that does not match the plan, the Contractor must indicate that equipment has been relocated in a graphic manner so as to match the original symbols as indicated in the irrigation legend. The relocated equipment and dimensions will then be transferred to the original as-built plan at the proper time. 4. Hand drawn: In lieu of electronically drawn, before the date of the final inspection, the Contractor shall transfer all information from the "as-built" prints to a sepia Mylar, or similar Mylar material, procured from the Landscape Irrigator. All work shall be in waterproof India ink and applied to the Mylar be a technical pen made expressly for use on Mylar material. Such pen shall be similar to those manufactured by Rapidograph, Kueffell & Esser, or Faber Castell. The dimensions shall be made so as to be easily readable, even on the final 6-8 Technical Specifications controller chart (see Section C). The original Mylar "as-built" plan shall be submitted to the Landscape Irrigator for approval prior to the making of the controller chart. 5. Electronically drawn: In lieu of hand drawn, before the date of the final inspection, the Contractor shall transfer all information from the "as-built" prints to an AutoCAD electronic file procured from the Landscape Irrigator. All work shall be documented on a unique and separate layer. The electronically drawn "as-built" plan shall be submitted to the Landscape Irrigator for approval prior to the making of the controller chart. 6. The Contractor shall dimension from two (2) permanent points of reference - building corners, sidewalks, road intersections, etc. - the location of the following items: a. Connection to existing water lines b. Connection to existing electrical power c. Gate valves d. Routing of irrigation pressure lines (dimension maximum 100' along routing). e. Irrigation control valves. f. Routing of control wiring. g. Quick coupling valves. h. Road and sidewalk borings. I. Other related equipment as directed by the Landscape Irrigator. 7. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed sepias to the Landscape Irrigator. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing required information that maybe omitted from the prints. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or concentrated external load at any point. Any section of pipe that has been damaged will be discarded and, if installed, shall be replaced with new piping. 1.06 SUBSTITUTIONS A. If the Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the drawings and specifications, he may do so by providing the following information to the Landscape Irrigator for approval: 1. Provide a statement indicating the reason for making the substitution. Use a separate sheet of paper for each item to be substituted. 2. Provide descriptive catalog literature, performance charts, and flow charts for each item to be substituted. 3. Provide the amount of cost savings if the substituted item is approved. B. The Landscape Irrigator shall have the sole responsibility in accepting or rejecting any substituted item as an approved equal to those equipment and materials listed on the irrigation drawings and specifications. 1.07 GUARANTEE 6-9 Technical Specifications A. The guarantee for the planting irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions of these specifications shall be filed with the Owner and the Landscape Irrigator prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the operations and maintenance manual. B. The guarantee form shall be re-typed onto the Contractor's letterhead and contain the following information: 6-10 Technical Specifications GUARANTEE FOR PLANTING IRRIGATION SYSTEM We hereby guarantee that the planting irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defects in material or workmanship which may develop to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Owner. We shall make such repairs or replacements within a reasonable time, as determined by the Owner, after receipt of written notice. In the event of our failure to make such repairs or replacement within a reasonable time after receipt of written notice from the Owner, we authorize the Owner to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. This guarantee is for a period of twenty-four (24) months after the date of final acceptance. PROJECT: ____________________________________ LOCATION: ____________________________________ ____________________________________ SIGNED: _____________________________________ COMPANY: _____________________________________ ADDRESS: _____________________________________ _____________________________________ _____________________________________ PHONE: ( _____ ) _____ -- _______ DATE OF ACCEPTANCE: _______ / _______ / _______ 6-11 Technical Specifications PART 2 - PRODUCTS 2.01 MATERIALS A. General: Use only new materials of brands and types noted on drawings, specified herein, or approved equals. B. PVC pressure main line pipe and fittings: 1. Pressure main line piping for sizes 2 1/2" and smaller shall be PVC Class 200 with solvent welded joints. 2. Pipe shall be make from NSF approved Type I, Grade II PVC compound conforming to ASTM resin specification D1784. All pipes must meet requirements as set forth in Federal Specification PS-22-70. 3. PVC solvent-weld fittings shall be Schedule 40, 1-2, II-I NSF approved conforming to ASTM test procedure D2466. 4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size c. Schedule or class d. Pressure rating in P.S.I. e. NSF (National Sanitation Foundation) approval f. Date of extrusion 6. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. C. PVC Non-Pressure Lateral Line Piping: 1. Non-pressure buried lateral line piping shall be PVC class 200 with solvent-weld joints. 2. Pipe shall be made from NSF approved, Type I, Grade II PVC compound to ASTM resin specification D1784. All pipes must meet requirements set forth in Federal Specification PS-22-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs 1 and 2 of Section 2.01B, all requirements for non-pressure lateral line pipe and fittings shall be the same as for solvent-weld pressure main line pipe and fittings as set forth in Section 2.01B of these specifications. D. Copper Piping and Fittings: 1. Copper piping shall be type "K" hard-drawn with "sweat" type fittings. 2. Pipe and fittings shall be assembled with 50/50 soft solder and non-erosive flux. Solder shall take up capillary action and joints shall be made tight without build- up head. 3. Pipe ends shall be squared, reamed to remove burrs, and cleaned bright with fine sandpaper and steel wool. E. Ball Valves: 1. Ball valves shall be similar to those manufactured by Lasco, or approved equal, with threaded ends and equipped with a hand lever. 2. All ball valves shall be installed per installation detail and the manufacturer's recommendations. F. Gate Valves: 6-12 Technical Specifications 1. Gate valves shall be manufactured out of bronze, pressure rated to 125 psi WSP, 200 psi WOG nonshock. Valves shall be resistant to rust and moderate atmospheric corrosion. Valves shall be the same size as the mainline. Valve shall have threaded IPS bonnet and non-rising stem, with female threaded inlets and equipped with a “Sure Grip” type handle. Similar to those manufactured by Watts Regulator Company Series GV, or approved equal. 2. All gate valves shall be installed per the manufacturer's recommendations. G. Quick Coupling Valves: Quick coupling valves shall have a brass two-piece body designed for working pressure of 150 p.s.i. operable with quick coupler. Key size and type shall be as shown on the plans. H. Backflow Prevention Units: 1. Backflow prevention units shall be of size and type indicated on the drawings. Install backflow prevention units in accordance with irrigation construction details. 2. Wye strainers at backflow prevention units shall have a bronzed, screwed body with 60 mesh monel screen and shall be similar to Bailey #100B, or approved equal. I. Automatic Drain Valves: 1. Automatic drain valves shall be plunger type, duty virgin PVC construction, with small thread inlet. 2. Drain valve shall be installed at an angle of 30 to 45 degrees horizontal, in a direction to facilitate pipe drainage. 3. Provide sump pit for drainage. J. Control Wiring: 1. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire, AWG-U.F. 600 volt. 2. Pilot wires shall be a different color wire for each automatic controller. 3. Common wires shall be white with a different color stripe for each automatic controller. 4. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall the wire size be less than #14 gauge. 5. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. 6. Where more than one (1) wire in placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. 7. An expansion curl shall be provided within three (3) feet of each wire connection. Expansion curl shall be of sufficient length at each splice connection at each electric remote control valve, so that in case of repair, the valve bonnet may be brought to the surface without disconnecting the control wires. Control wires shall be laid loosely in the trench without stress or stretching of control wire conductors. 8. All splices shall be made with Scotch-Lok #3576 Connector Sealing Packs, Rain Bird Snap-Tite wire connector, or approved equal. Use one (1) splice per connector sealing pack. 9. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the Landscape Irrigator. All approved field splices shall be placed in a Control Valve Box and labeled appropriately. K. Automatic Controllers: 6-13 Technical Specifications 1. Automatic controllers shall be of size and type shown on the plans. 2. Final location of the automatic controller shall be furnished by others. 3. Unless otherwise noted on the plans, the 120 volt electrical power to each automatic controller location shall be furnished by others. The final electrical hook-up shall be the responsibility of others. L. Electrical Control Valves: 1. All electric control valves shall be the same manufacture as the automatic controller. 2. All electric control valves shall have a manual flow adjustment. 3. Furnish and install one (1) control valve box for each electric control valve. M. Control Valve Boxes: 1. Use 12" X 16 1/2" X 12" ht. standard rectangular box for all gate valves and quick coupler valves, Oldcastle Enclosure Solutions 1015, bolt down lid cover, or approved equal. Extension sleeves shall be 6" PVC minimum size. 2. Use 10" X 10 1/4" round box for all field splices, Oldcastle Enclosure Solutions Model 910 with green cover, or approved equal. Extension sleeves shall be 6" PVC minimum size. 3. Use 10 1/2" X 16" X 12" jumbo rectangular box for all electric control valves, as manufactured by Oldcastle Enclosure Solutions with green, “Drop-N-Lock” lid cover, or approved equal. N. Irrigation Heads: 1. All irrigation heads shall be of the same size, type, and deliver the same rate of precipitation with the diameter (or radius) of throw, pressure, and discharge as shown on the drawings, or specified in these special provisions. 2. Spray heads shall have a screw adjustment. 3. Riser units shall be fabricated in accordance with the details shown on the plans. 4. Riser nipples for all irrigation heads shall be the same size as the riser opening in the irrigation body. 5. All irrigation heads of the same type shall be of the same manufacture. PART 3 - EXECUTION 3.01 INSPECTION A. Site Conditions: 1. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions and receive the Landscape Irrigator's approval prior to proceeding with work under this section. 2. Exercise extreme care in excavating and working near existing utilities. The Contractor shall be responsible for damages to utilities which are caused by his operations or neglect. Check existing utilities drawings for existing utility locations. 3. Coordinate installation of planting irrigation materials including pipe, so there shall be NO interference with utilities or other construction or difficulty in planting trees, shrubs, and ground covers. 4. The Contractor shall carefully check all grades to satisfy himself that he may safely proceed before starting work on the planting irrigation system. 6-14 Technical Specifications 3.02 PREPARATION A. Physical Layout: 1. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of irrigation heads. 2. All layout shall be approved by the Landscape Irrigator prior to installation. B. Water Supply: 1. Planting irrigation system shall be connected to water supply points of connection as indicated on the drawings. 2. Connections shall be made at approximate locations as shown on the drawings. The Contractor is responsible for minor changes caused by actual site conditions. 3. The point of connection shall be as shown on the drawings and shall be furnished by the Contractor, unless otherwise specified. C. Electrical Supply: 1. Electrical connections for the automatic controller shall be made to electrical points of connection as indicated on the drawings. 2. Connections shall be made at approximate locations, as shown on the drawings. The Contractor is responsible for minor changes caused by actual site conditions. 3.03 INSTALLATION A. Trenching: 1. Dig trenches straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on the drawings, and as noted. 2. Provide for a minimum of eighteen (18) inches cover for all pressure supply lines. 3. Provide for a minimum cover of twelve (12) inches for all non-pressure lines. 4. Provide for a minimum cover of eighteen (18) inches for all control wiring. B. Backfilling: 1. The trenches shall be backfilled a maximum of 50% with all joints exposed until all required tests are performed. Trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, or other approved materials, free from clods of earth or stones larger than one-half (1/2) inch. Backfill shall be mechanically compacted landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill will conform to adjacent grades without dips, sunken areas, humps, or other surface irregularities. 2. A fine granular material backfill will be initially placed on all lines. No foreign matter larger than one-half (1/2) inch in size will be permitted in the initial backfill. 3. Flooding of trenches will be permitted only with approval of the Landscape Irrigator. 4. If settlement occurs and subsequent adjustments in pipe, valves, irrigation heads, lawn or planting, or other construction are necessary, the Contractor shall make all required adjustments without cost to the Owner. 6-15 Technical Specifications C. Trenching and Backfill Under Paving: 1. Trenches located under areas where paving, asphaltic concrete or concrete, will be installed shall be backfilled with sand (a layer of six [6] inches below the pipe and three [3] inches above the pipe) and compacted in layers to 95% standard proctor, using manual or mechanical tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and shall be left in a firm, unyielding condition. All trenches shall be left flush with the adjoining grade. The Contractor shall set in place, cap, and pressure test all piping under paving prior to the paving work. 2. Generally piping under existing walks is done by jacking, boring, or hydraulic driving, but where any cutting or breaking of sidewalks or concrete is necessary, it shall be done and replaced by the Contractor as part of the contract cost, to the satisfaction of the Construction Manager. Permission to cut or break sidewalks or concrete shall be obtained from the Construction Manager. No hydraulic driving will be permitted under concrete paving. 3. Provide for a minimum cover of eighteen (18) inches between the top of the pipe and the bottom of the aggregate base for all pressure and non-pressure piping installed under asphaltic concrete paving. D. Assemblies: 1. Routing of planting irrigation lines as indicated on the drawings is diagrammatic. Install lines (and various assemblies) in such a manner as to conform to the details per plans. 2. Install No multiple assemblies in plastic lines. Provide each assembly with its own outlet. 3. Install all assemblies specified herein in accordance with the respective detail. In the absence of detail drawings or specifications pertaining to specific items required to complete the work, perform such work in accordance with the best standard practice, with the approval of the Landscape Irrigator. 4. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust, and moisture before the installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. 5. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape, or approved equal, shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. E. Line Clearance: All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. F. Automatic Controller: Install the automatic controller(s) in accordance with the manufacturer's instructions. Remote control valves shall be connected to the controller in the numerical sequence as shown on the drawings. G. High Voltage Wiring for Automatic Controller: 1. 120 volt electrical service for the automatic controller shall be the responsibility of the Contractor. The Contractor shall be responsible for permitting and getting the electrical utility service company to install the appropriate electrical service and meter base necessary to operate each automatic controller. The final location of the electrical meter base shall be approved by the Landscape 6-16 Technical Specifications Irrigator. 2. 120 volt electrical service connection to the automatic controller shall be provided by the Contractor. 3. All electrical work shall conform to local codes, ordinances, and union authorities having jurisdiction. H. Remote Control Valves: Install remote control valves where shown on the drawings and per the detail. When valves are grouped together, allow at least twelve (12) inches between valves. Install each remote control valve in a separate valve box. Each valve number (per the drawings) shall be stenciled on the valve box lid with exterior paint. Paint color shall be flat black. Stencil number size shall be 3" in height. I. Gate Valves: Install gate valves where shown on the drawings. When valves are grouped together, allow at least twelve (12) inches between valves. Install each gate valve in a separate valve box. Each gate valve shall have stenciled on the valve box lid, "GV" with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. J. Ball Valves: Install ball valves where shown on the drawings and per the detail. When valves are grouped together, allow at least twelve (12) inches between valves. Install each ball valve in a separate valve box. Each ball valve shall have stenciled on the valve box lid, "BV" with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. K. Quick Coupler Valves: Install where shown on the drawings and per the detail. Install each quick coupler valve in a separate valve box. Each quick coupler valve shall have stenciled on the valve box lid, "QC" with exterior paint. Paint color shall be flat black. Stencil letter size shall be 3" in height. L. Flushing of the System: 1. After all new irrigation pipe lines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of the irrigation heads, the control valves shall be opened and full head of water used to flush out the system. 2. Irrigation heads shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the Landscape Irrigator. M. Irrigation Heads: 1. Install the irrigation heads as designated on the drawings. Irrigation heads to be installed in this work shall be equivalent in all respects to those itemized. 2. Spacing of heads shall not exceed the maximum indicated on the drawings. In No case shall the spacing exceed the maximum recommended by the manufacturer. N. Field Splices: Install field splices of control valve wiring in a valve box (see Section 2.01 M.2). Each field splice valve box lid shall have stenciled "Field Splice" on it with exterior paint. Paint color shall be flat black. Stencil letter shall be 3" in height. 6-17 Technical Specifications 3.04 TEMPORARY REPAIRS The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 3.05 FIELD QUALITY CONTROL A. Adjustment of the System: 1. The Contractor shall flush and adjust all irrigation heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible. 2. If it is determined by the Landscape Irrigator that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. 3. Lowering raised irrigation heads by the Contractor shall be accomplished within ten (10) calendar days after notification by the Landscape Irrigator. 4. All irrigation heads shall be set perpendicular to finished grades unless otherwise designated on the drawings. B. Testing of Irrigation System: 1. The Contractor shall request the presence of the Landscape Irrigator, in writing, at least 24 hours in advance of the testing. 2. Test all pressure lines under hydrostatic pressure of 150 pounds per square inch, and prove watertight. Note that the testing of pressure main lines shall occur prior to installation of the electric remote control valves. 3. All piping under paved areas shall be tested under hydrostatic pressured of 150 pounds per square inch, and proved watertight, prior to paving. 4. Sustain pressure in lines for not less than four (4) hours. If leaks develop, replace joints and repeat the test until the entire system is proven watertight. 5. All hydrostatic tests shall be made only in the presence of the Landscape Irrigator. NO pipe shall be completely backfilled until it has been inspected, tested, and approved in writing. 6. Furnish necessary force pump and all other test equipment. 7. When the planting irrigation system is completed, perform a coverage test in the presence of the Landscape Irrigator, to determine if the water coverage for planting areas is complete and adequate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from plans, or where the system has been willfully installed, as indicated on the drawings, when it is obviously inadequate, without bringing this to the attention of the Landscape Irrigator. This test shall be accomplished before any ground cover is planted. 8. Upon completion of each phase of work, the entire system shall be tested and adjusted to meet site requirements. 3.06 MAINTENANCE A. The entire planting irrigation system shall be under full automatic operation for a period of seven (7) calendar days prior to any planting. B. The Landscape Irrigator reserves the right to waive or shorten the operation period. 6-18 Technical Specifications 3.07 CLEAN-UP Clean-up shall be made daily as each portion of the work progresses. Refuse and excess dirt shall be removed, all walks and paving shall be broomed or washed down, and any damage sustained on the work of others shall be repaired to the original condition. 3.08 FINAL OBSERVATION PRIOR TO ACCEPTANCE A. The Contractor shall operate each system in its entirety for the Landscape Irrigator, at the time of the final observation. Any items deemed not acceptable by the Landscape Irrigator shall be re-worked to the complete satisfaction of the Landscape Irrigator. B. The Contractor shall show evidence to the Landscape Irrigator that the Owner has received all accessories, charts, record drawings, and equipment as required before final inspection can occur. 3.09 OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the Landscape Irrigator, in advance, for the following observation meetings, according to the time indicated: 1. Pre-Job Conference - 7 days. 2. Pressure supply line installation & testing - 48 hours 3. Automatic controller installation - 48 hours 4. Control wire installation - 48 hours 5. Lateral line and irrigation installation - 48 hours 6. Coverage test - 48 hours 7. Final inspection - 7 days B. When observations have been conducted by other than the Landscape Irrigator, show evidence, in writing, of when and by whom these observations were made. C. NO site observations will commence without as-built drawings. In the event the Contractor calls for a site visit without as-built drawings, without completing previously noted corrections, or without preparing the system for the said visit, he shall be responsible for reimbursing the Landscape Irrigator at his current billing rates per hour, portal to portal (plus transportation costs) for the inconvenience. NO further site visits will be scheduled until this charge has been paid and received. END OF SECTION 6-19 Technical Specifications SECTION 32 92 00 TURF AND GRASSES PART 1 - GENERAL 1.1 SUMMARY A Work included: 1. Lawn work shall include top soil, final grade preparation, seeding, sodding, and maintenance operations through the one-year warranty period as indicated on plans and specified herein. 2. Provide all labor, materials, and equipment necessary to perform the seeding, sodding, and sprigging work, complete, as indicated on the Drawings and as specified. 1.2 REFERENCES A. Comply with applicable requirements of the following standards. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern. 1. American Society for Testing and Materials (ASTM):D 1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb. (4.54-kg) Rammer and 18-in. (457mm) Drop. 1.3 SUBMITTALS A. Samples and Product Information: Representative samples or product information of the following materials shall be provided to the Landscape Irrigator from the supply source being used: 1. Sod type, growing conditions, and certification of field and farm. 2. Fertilizer specifications and guaranteed analysis. 3. Mulch material components, chemical analysis, and manufacturer. 4. Sod certification documentation to include the following: a. Kind – Bermuda, etc… b. Variety – Common, etc… c. Lot Number – If applicable d. Sod – Record of square feet shipped e. Bill of Lading / Invoice # - This is an invoice number that can be referenced to the purchaser of the shipment. f. Field # - the field number references the harvested grass to the production field. The field number must be the same as on the certification application and field inspection report. g. Harvest Date – Record the date the grass was harvested 6-20 Technical Specifications h. Grower Name and Address - Record the production company name and address. Use of a stamp is acceptable if it shows on all copies. 5. Top Soil: One (1) pound sample, product information, chemical analysis, and product manufacturer. B. Construction Schedule: At least two weeks prior to start of work, submit seeding or sodding schedule. C. Maintenance: Submit three copies of typewritten instructions recommending procedures to be established by the Owner for the maintenance of the lawns for an entire year. Submit prior to Notice of Substantial Completion. 1.4 QUALITY ASSURANCE A. Contractor's Qualifications 1. The work of this section shall be performed by a Contractor specializing in seeding, sodding, or landscape installations. 2. The Contractor shall have successfully completed at least 5 installations of this type, size, and complexity in the last four years. B. Lawn materials shall comply with all government regulations prevailing at the supply source and the job site. 1.5 DELIVERY, STORAGE, AND HANDLING A. Digging Sod 1. Do not dig sod at the nursery or other approved source until ready to transport sod to the project site or approved storage location. 2. Before stripping, sod shall be mowed at a uniform height of 1”. 3. Cut sod to specified thickness and to standard width and length desired. B. Transporting Sod 1. Sod transported to the Project in open vehicles shall be covered with tarps or other suitable covers securely fastened to the body of the vehicle to prevent injury to the sod. Closed vehicles shall be adequately ventilated to prevent overheating of the sod. Evidence of inadequate protection against drying out in transit shall be cause for rejection. 2. Sod shall be kept moist, fresh, and protected at all times. Such protection shall encompass the entire period during which the sod is in transit, being handled, or in temporary storage. 3. Upon arrival at the temporary storage location or the site of the work, sod shall be inspected for proper shipping procedures. Should the roots be dried out, the Landscape Irrigator will reject the sod. When sod has been 6-21 Technical Specifications rejected, the Contractor shall remove it at once from the area of the work and replace it. 4. Unless otherwise authorized by the Landscape Irrigator, the Contractor shall notify the Landscape Irrigator at least 48 hours in advance of the anticipated delivery date of sod. A legible copy of the invoice, showing species and variety of sod included for each shipment shall be submitted to the Landscape Irrigator. Certificate of Inspection when required must accompany each sod shipment. C. Handling and Storage of Sod 1 No sod shall remain in temporary storage over 30 hours. 2. Sod shall be kept moist and shall be stored in a compact group to prevent drying out or freezing. 3. Contractor shall take extreme care in the handling of sod material to avoid breaking or tearing strips. Sod that has been damaged by poor handling may be rejected by the Landscape Irrigator. D. Delivery of Hydromulch Products: 1. Deliver fertilizer to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis, name, trade mark, and conformance to State law. 2. The Contractor shall furnish the Landscape Irrigator with copies of receipts for all amendments specified in the Products Section of these specifications, upon request. 3. Deliver all seed with legible identification labels. 4. Protect seed/plant material during delivery from damage, injury, and adverse weather conditions. E. Storage of Hydromulch Products: 1. An on-site location shall be made available for plant material storage. Security and protection of the storage area shall be the Contractor's responsibility. 2. Maintain and protect plant material not to be planted within four (4) hours in a healthy, vigorous condition. 3. Storage of plant materials shall be neat and orderly. 4. Plant material, upon delivery, shall be inspected for transport damage, disease, and insect infestation. 5. The Contractor shall be responsible for completely restoring the storage area to the original condition prior to acceptance of construction. 6-22 Technical Specifications Restoration shall occur within seven (7) calendar days of written notification by the Landscape Irrigator. F. Handling of Hydromulch Products: 1. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of plant materials. Plant materials that have been damaged in any way will be discarded, and if installed, shall be replaced with undamaged materials at the Contractor's expense. 1.7 JOB CONDITIONS A. Do not install seed or sod on saturated or frozen soil. B. Sod installation shall be subject to suitability of the weather and other conditions affecting sod growth. C. Planting season may be extended only with the written permission of the Landscape Irrigator. 1.8 GUARANTEE A. Warrant all lawns for a period of one year from date of Notice of Substantial Completion, to be at least the quality and conditions as at Final Acceptance. Promptly reseed or resod unacceptable areas during the warranty period as directed by the Landscape Irrigator. B. Lawn shall be uniform in color, grass type, leaf texture, leaf and root density, and free from weeds, diseases, and other visible imperfections at acceptance. C. Guarantee does not cover damage as a result of deicing compounds, fertilizers, pesticides, or other applications not supervised by the Contractor or as a result of acts of God or vandalism. 1.9 ACCEPTANCE A. The Landscape Irrigator will inspect all work for Substantial Completion upon written request of the Contractor. The request shall be received at least ten calendar days before the anticipated date of inspection. B. Acceptance will be based on establishment of a uniform stand of turfgrass, defined as coverage of specified grass at a density of 95 percent coverage, with no bare spots greater than one square foot, free of weeds, undesirable grass species, disease, and insects. For grass varieties selected, allow a minimum of 90 days for establishment and maintenance of an acceptable strand of grass. C. In areas that are grassed and not irrigated. An acceptable strand of grass shall be established and the Landscape Irrigator will inspect the work for Substantial Completion upon written request of the Contractor. D. Upon completion and re-inspection of all repairs or renewals necessary in the judgment of the Landscape Irrigator, the Landscape Irrigator will recommend to the Owner that the work of this Section be accepted. 6-23 Technical Specifications 1.10 MAINTENANCE SERVICE A. Initial Maintenance Service for all landscape plantings: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: (12) Twelve months from date of Substantial Completion. B. Continuing Maintenance Proposal: From Contractor to Owner, in the form of a standard yearly (or other period) maintenance agreement, starting on date initial maintenance service is concluded. State services, obligations, conditions, and terms for agreement period and for future renewal options. PART 2 - MATERIALS 2.1 SOD A. Sod shall be Common Bermuda from an approved certified grower, nursery grown on cultivated mineral agricultural soils. Soils shall be similar in nature to existing site soils. Sod shall have been mowed regularly and carefully and otherwise maintained from planting to harvest. B. Sod shall be of species indicated. C. Thickness of Cut: Sod shall be cut to the supplier's standard width and length. Maximum allowable deviation from standard widths and lengths shall be plus or minus 1/2” on width and plus or minus 5% on length. Broken strips and torn or uneven ends will not be accepted. D. Strength of Sod Strips: Sod strips shall be strong enough to support their own weight and retain their size and shape if suspended vertically when grasped in the upper 10% of the section. E. Moisture Content: Sod shall not be harvested or transplanted when moisture content (excessively wet or dry) may adversely affect its survival. F. Time Limitations: Sod shall be harvested, delivered, and transplanted within a 30 hour period unless a suitable preservation method is approved by the Landscape Irrigator prior to delivery. Sod not transplanted within this period shall be inspected and approved by the Landscape Irrigator prior to its installation. G. Thatch: Sod shall be relatively free of thatch. A maximum on 1/2” (uncompressed) thatch will be permitted. H. Diseases, Nematodes, and Insects: Sod shall be free of diseases, nematodes, and soil-borne insects. 1. Weeds: Sod shall be free of objectionable grassy and broadleaf weeds. 6-24 Technical Specifications 2.2 HYDROMULCH A. All materials shall be of standard, approved, and first-grade quality and shall be in prime condition when installed and accepted. Any commercially processed or packaged material shall be delivered to the site in the original, unopened container bearing the manufacturer's guaranteed analysis. The Contractor shall supply the Landscape Irrigator with a sample of all supplied materials accompanied by analytical compliance or bearing the manufacturer's guaranteed analysis. B. Hydromulch Fertilizer: 1. Ammonium Phosphate which shall consist of the following percentages by weight, shall be mixed by a commercial fertilizer supplier, and shall be water soluble: 16% Nitrogen 8% Phosphoric Acid 8% Potash C. Plant Material: 1. Plants shall be in accordance with the Texas State Department of Agriculture's Regulation for nursery inspections, rules, and ratings. Any plants rendered unsuitable for planting because of an inspection will be considered as samples and will be provided at the expense of the Contractor. 2. All plants not conforming to the requirements herein specified, shall be considered defective and such plants, whether in place or not, shall be marked as rejected and immediately removed from the site of the work and replaced with new plants at the Contractor's expense. The plants shall be of the species, variety, size, and conditions specified herein. Under no conditions will there be any substitutions of plants or sizes listed on the accompanying plans, except with the expressed, written consent of the Landscape Irrigator. 3. Plant material shall be true to botanical and common name and variety as specified in the "American Standard of Nursery Stock Editions" and "Standardized Plant Names". 4. Substitute plant material will not be permitted unless specifically approved, in writing, by the Landscape Irrigator. 5. Seed: a. All seed used shall be labeled and shall be furnished in sealed standard containers with signed copies of a statement from the vendor certifying that each container of seed delivered is fully labeled in accordance with the Texas State Agricultural Code and is equal to or better than the requirements of these specifications. b. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 6-25 Technical Specifications c. Seed shall be Bermuda, extra fancy, hulled, lawn type (Cynodon spp.). D. Hydromulch Fiber Mulch: 1. "Hydromulch" as manufactured by Conwed Fibers, 1985 Tate Blvd., Suite 350, Hickory, NC 28601, (704) 327-6670, or approved equal. 2. The hydromulch shall be composed of virgin wood cellulose fibers and contain no germination or growth-inhibiting factors. It shall have a consistent texture which disperses evenly and remain suspended in agitated water. It shall have a temporary green dye and the following property analysis: Moisture Content - 9.0% + 3% O.D. Basis Organic Matter - 99.2% + 0.8 % Ash Content - 0.8% + 0.2 % pH - 4.8% + 0.5% Water Holding Capacity (grams of H2O per 100 grams of fiber) - 1150 minimum E. Hydromulching Additive (Binder): 1. Ecology "Control-M-Binder" organic seeding additive. F. Water: Source furnished by the Contractor, cost and transport of water, as required, by the Contractor. G. Soil Saver Netting: Jute mesh netting as manufactured by Ludlow, or approved equal. 2.3 FERTILIZER A. Fertilizer shall be a complete fertilizer, part of the elements of which is derived from organic sources. The percentages by weight shall be a minimum of 15-15-15, also containing 10-15% sulphate & traces of iron & zinc as approved by owner. 2.4 TOP SOIL A. Top soil shall be Enriched Top Soil as provided by Soil Building Systems or approved equal (972-831-8181). B. Material shall consist of deep screened loamy sand and fully composted organic material. 2. Natural, fertile, friable agricultural soil, having characteristics of representative productive soils in the vicinity, and obtained from naturally well-drained areas. 3. Topsoil shall not be excessively acid or alkaline nor contain toxic substances. 4. Topsoil shall be without admixture of subsoil and shall be reasonably free from clay lumps, stones, stumps, roots, live plants, or similar substances one 6-26 Technical Specifications inch or more in diameter, debris, or other objects which might be a hindrance to planting operations. PART 3 - EXECUTION 3.1 PREPARATION A Grade Preparation 1. Immediately before seeding or sodding, scarify, loosen, float and drag the upper 1-2 inches of topsoil to bring it to the proper condition. Remove foreign matter larger than 1/2” in diameter. 2. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts or depressions that would cause water to stand or pond immediately after rainfall or operation of the lawn irrigation system, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. 3. If the prepared grade is eroded or compacted by rainfall prior to fertilizing, rework the surface to specified condition. B. Fertilizing 1. Uniformly distribute fertilizer by mechanical means at the rate of 12 pounds per 1,000 square feet. 2. If applying a fertilizer with a percentage by weight not as specified, apply at the rate of 2 pounds actual nitrogen per 1,000 square feet. 3. Work fertilizer into the soil after fine grading & not more than 2 days prior to grass planting. Cultivating equipment shall be set so the fertilizer will not penetrate into the soil more than 1 inch. Do not apply fertilizer when there is a possibility of rain before lawn areas can be seeded or sodded. 3.2 SPREADING OF TOPSOIL A. Topsoil and subgrade shall be damp when topsoil is spread. B. Areas to be seeded or sodded shall be topsoiled to a minimum depth of 4 in., compacted measure. Provide additional topsoil depths as required to construct the grades indicated on the Drawings. Topsoil shall be compacted to 85% completion, determined in accordance with ASTM: D 1557. Onsite topsoil is to be used unless otherwise stated by Landscape Irrigator prior to construction. If offsite topsoil is needed, it shall be as follows: 3.3 SODDING A. Weather Conditions 1. Schedule work for periods of favorable weather. 6-27 Technical Specifications 2. Sod placement on days that, in the judgment of the Landscape Irrigator, are too hot, sunny, dry, or windy for optimal installation may be prohibited. B. Placement Pattern 1. The first row shall be laid in a straight line with subsequent rows parallel to the first row and tightly abutting each other. 2. Lateral joints shall be staggered. Care shall be exercised to insure that the sod is neither stretched nor overlapped. Joints must be butted tightly to prevent voids that could permit air to dry out roots. 3. Immediately after placing, sod shall be pressed firmly into contact with sod bed by tamping or rolling to eliminate air pockets. 4. On slopes steeper than 4 to 1, sod shall be secured by galvanized pins, wood pegs or other methods approved by the Landscape Irrigator. 5. Immediately after sodding operations have been completed, entire surface shall be compacted with a roller or other approved equipment. The completed area after sodding shall be uniformly even, firm, and true to finished grade lines. C. Watering 1. Provide an adequate supply of water at the site prior to and during transplanting of the sod. 3.4 HYDROMULCH A. General: 1. Actual planting shall be performed during those periods when weather and soil conditions are suitable and in accordance with locally accepted practice, as approved by the Landscape Irrigator. B. Pre-Plant Weed Control: 1. If live perennial weeds exist on site at the beginning of the work, spray with a non- selective, systemic contract herbicide, as recommended and applied by an approved, licensed landscape pest control applicator. Leave sprayed plants intact for at least fifteen (15) days to allow systemic kill. 2. Clear and remove these existing weeds by mowing or grubbing off all plant parts at least 1/4" below the surface of the soil over the entire area to be planted. 3. After the irrigation system is operational and approved by the Landscape Irrigator, apply water for five (5) to ten (10) calendar days, as needed to achieve weed germination. Apply contact herbicides and wait as needed before planting. Repeat, if required by the Landscape Irrigator. 6-28 Technical Specifications 4. Maintain the site weed-free until final acceptance by the Landscape Irrigator, utilizing mechanical and chemical treatment. 5. Refer Section 3.03 C., Hydromulching. C. Hydro-Seeding Preparation and Operations: 1. Schedule work for periods of favorable weather. 1. Refer Section 3.03 B, Pre-Plant Weed Control 2. Protect all areas from excessive compaction when trucking plants or other material to the planting site. Existing vegetation identified by the Landscape Irrigator to remain, shall be protected from trucking operations during the course of construction. 3. Hydromulching Operation: a. Mixes shall be: Bermuda seed (hulled) 85 lbs./acre Hydromulch fiber mulch 2000 lbs./acre Commercial fertilizer 400 lbs./acre Seed additive binder 100 lbs./acre Water 3600 gallons b. All hydromulched areas shall be installed by an approved hydromulch company. c. The hydromulch operations shall be applied in the form of a slurry consisting of cellulose fiber, seed, chemical additives, commercial fertilizer, and water. When hydraulically sprayed on the soil surface, the hydromulching shall form a blotter-like groundcover impregnated uniformly with seed and fertilizer and shall allow the absorption of moisture and rainfall to percolate to the underlying soil. d. Preparation: The slurry preparation shall take place at the site of work and shall begin by adding water to the tank when the engine is at half throttle. When the water level has reached the height of the agitator shaft, full re- circulation shall be established and the seed added at that time. Fertilizer shall then be added, followed by the fiber mulch. The mulch shall be only added to the mixture after the seed and the tank is at least one-third (1/3) filled with water. All the mulch shall be added by the time the tank is two-thirds (2/3) to three-fourths (3/4) full. Spraying shall commence immediately when the tank if full. e. Application: The operator shall spray with a uniform, visible coat of slurry by using the green color of the mulch as a guide. The slurry shall be applied in a sweeping motion, in an arched stream so as to fall like rain allowing the wood fibers to build on each other until a good coat is achieved and the material is spread at the required rate per acre. f. Time Limit: All slurry mixtures which have not been applied within two hours after mixing shall be rejected and removed from the project and disposed of at the Contractor's expense. 6-29 Technical Specifications g. Protection: Special care should be exercised by the Contractor in preventing any of the slurry being sprayed inside any reservoir basin or into drainage ditches and channels which may impede the free flow of rain or irrigation water. Any slurry spilled into restricted areas shall be immediately cleaned at the Contractor's expense, to the satisfaction of the Owner and Landscape Irrigator. h. Immediately following the application of hydromulch, the Contractor shall wash excess material from previously planted materials and architectural features. Care shall be exercised to avoid washing or eroding mulch materials from the area. i. Equipment: Hydraulic equipment used for the application of the fertilizer, seed, and slurry of the prepared wood pulp shall have a built-in agitation system and operating capacity sufficient to agitate, suspend, and homogeneously mix a slurry containing not less than 40 pounds of fiber mulch, plus a combined total of seven (7) pounds of fertilizer solids for each 100 gallons of water. j. The slurry distribution lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic spray nozzles which will provide a continuous, non-fluctuating discharge. The slurry tank shall have a minimum capacity of 1500 gallons and shall be mounted on a traveling unit, either self- propelled or drawn by a separate unit, which will place the slurry tank and spray nozzles within sufficient proximity to the areas to be seeded. k. The hydraulic equipment used for pesticide applications shall consist of a clean 150 gallon minimum capacity fiberglass tank with complete mechanical agitation. The pump volume shall be ten (10) gallons per minute while operating at a pressure of 100 pounds per square inch (p.s.i.). Distribution lines shall be large enough to carry the volume of water necessary for even chemical distribution. The spray nozzle must cover a 15 foot wide swath, with a minimum output of five (5) gallons per minute (g.p.m.) at 80 p.s.i. D. Watering 1. Provide an adequate supply of water at the site prior to and during planting of turf. Saturate hydromulch with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches (38 mm) below grade. 3.5 MAINTENANCE A. Immediately after sodding or hydromulching (BFM), the area shall be protected against traffic or other use by erecting barricades as needed, and by placing approved warning signs at appropriate intervals. B. Mow during establishment only for the purpose of weed control and to promote quicker spreading. Mow to a 2” height. C. Fill any depressions or settlement that occurs within 90 days following installation. Reseed or resod bare spots that occur during the maintenance period as directed by the Landscape Irrigator. 6-30 Technical Specifications D. Keep lawns clean and protected from damage during the maintenance period. Debris that accumulates shall be removed from the site. Promptly repair damaged lawns except as provided in the Guarantee. E. Irrigate as required to supplement natural rainfall so that all lawn areas receive sufficient water for normal plant growth. Furnish all irrigation equipment needed for watering or be responsible for securing adequate supply of water if an automatic irrigation system does not exist, is not operating or is not designed in a particular area. F. A second fertilizer application shall be made 60 days after installation. The specified fertilizer shall be a ratio of 15-5-10 applied at 800 pounds per acre. 3.6 CLEANING, REMOVAL, AND REPAIR A. Paved areas over which hauling operations have been conducted shall be kept clean. Promptly remove materials spilled on pavement. B. Upon completion of lawn installation, remove from the site and legally dispose of the following: 1. Surplus subgrade material. 2. Stone and foreign matter. C. Excess topsoil not required for lawns or planting shall be stockpiled on site for future use as directed by the Owner's representative. D. Repair existing lawns damaged by operations under the contract. Repair shall include finish grading, seeding or sodding as required to match existing grade and lawn, and maintenance of repaired areas. 3.7 OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the Landscape Irrigator in advance for the following site visits, according to the time indicated: 1. Pre-job Conference - 7 days 2. Final grade review - 2 days 3. Soil Preparation and planting operations - 2 days 4. Pre-maintenance - 7 days 5. Final inspection - 7 days B. When observations are conducted by someone other than the Landscape Irrigator, the Contractor shall show evidence, in writing, of when and by whom these observations were made. C. No site visits shall commence without all items noted in previous Observation Reports either completed or remedied unless such compliance has been waived by the Owner. Failure to accomplish punch list tasks or prepare adequately for desired inspections shall make the Contractor responsible for reimbursing the Landscape Irrigator at his current billing rates per hour, portal to portal (plus 6-31 Technical Specifications transportation costs) for the inconvenience. No further inspections shall be scheduled until this charge has been paid and received. 3.8 MAINTENANCE DURING CONSTRUCTION A. Grass shall be maintained by the Contractor until the date of substantial completion for the project. During this time, the Contractor shall be responsible for all watering, weeding, mowing, fertilization, other maintenance as required and replanting. 1. At the time of substantial completion, the grass will be inspected by the Owner and any defective areas will be repaired or replaced by the Contractor. 2. The grass will be re-inspected in subsequent 30-day intervals as required untilall defective areas comply with the specifications of this section. All costs associated with turf establishment and subsequent 30-day periods, as required, shall be the responsibility of the Contractor. B. Immediately after sodding and hydromulching, the area shall be protected against traffic or other use by erecting barricades as needed, and by placing approved warning signs at appropriate intervals. C. Mow during establishment and for the period prior to overall project final approval for the purpose of weed control and to promote quicker spreading. Mow to a 1” height. D. Fill any depressions or settlement that occurs within 90 days following installation. Resod bare spots that occur during the maintenance period as directed by the Landscape Irrigator. E. Keep lawns clean and protected from damage during the maintenance period. Debris that accumulates shall be removed from the site. Promptly repair damaged lawns except as provided in the Guarantee. F. Irrigate as required to supplement natural rainfall so that all lawn areas receive sufficient water for normal plant growth. Furnish all irrigation equipment needed for watering and be responsible for securing adequate supply of water if an automatic irrigation system does not exist, is not operating or is not designed in a particular area. G. A second fertilizer application shall be made 60 days after installation. The specified fertilizer shall be a ratio of 15-5-10 applied at 800 pounds per acre. 3.9 ACCEPTANCE OF WORK A. The Contractor and Landscape Irrigator shall conduct an on site inspection of all work and materials to determine compliance of work with the construction documents. B. The Contractor shall within reasonable means provide the Landscape Irrigator with sufficient data to demonstrate compliance with the construction documents. 6-32 Technical Specifications C. The Contractor shall be notified in writing of any non-conforming items, which are to be corrected (punch-list). D. The Contractor and Landscape Irrigator shall conduct an on site inspection to verify completeness of punch list items. E. Acceptance of work by the Owner shall begin upon verifying completion of punch list items and receipt of all deliverable items to Owner including letter of guarantee; release of liens waiver, record drawings denoting deviations from contract drawings, product data and maintenance guide. F. The Contractor shall receive written notification of date of final acceptance and ending date of required guarantee periods from the Landscape Irrigator. 3.10 TURF MAINTENANCE A. Maintain turf by mowing, weed-eating, edging, weeding, pre and post emergent, fertilizing, and performing other proper horticultural operations as required to establish healthy, viable turf. B. Apply chemical treatments as required AND WITH THE APPROVAL OF THE OWNER to keep turf areas free of pests and pathogens or disease. Use integrated past management practices whenever possible to minimize the use of pesticides and reduce hazards. END OF SECTION SECTION 7 GEOTECHNICAL REPORT GEOTECHNICAL EXPLORATION on NEW SCREEN WALL (APPROXIMATELY 1,200 FT) RESERVOIR SITE Off Village Parkway Coppell, Texas ALPHA Report No. G162837 Prepared for: PAPE-DAWSON ENGINEERS, INC. 500 W. 7th Street, Suite 350 Fort Worth, Texas 76102 Attention: Mr. Danny S. McFadden, P.E. January 16, 2017 Prepared By: ALPHA TESTING, INC. 2209 Wisconsin Street, Suite 100 Dallas, Texas 75229 TABLE OF CONTENTS On ALPHA REPORT NO. G162837 1.0 PURPOSE AND SCOPE ....................................................................................................1  2.0  PROJECT CHARACTERISTICS ......................................................................................1  3.0 FIELD EXPLORATION .....................................................................................................1  4.0 LABORATORY TESTS .....................................................................................................2  5.0 GENERAL SUBSURFACE CONDITIONS ......................................................................2  6.0 DESIGN RECOMMENDATIONS .....................................................................................3  6.1 Potential Seasonal Movements ..................................................................................3 6.2 Helical Piers ...............................................................................................................5  6.3 Seismic Considerations ..............................................................................................5  6.4 Drainage .....................................................................................................................5  7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS ............5  7.1 Fill Compaction ..........................................................................................................6  7.2 Groundwater ...............................................................................................................7  8.0 LIMITATIONS ...................................................................................................................8  APPENDIX A-1 Methods of Field Exploration Boring Location Plan – Figure 1 B-1 Methods of Laboratory Testing Swell Test Results – Figure 2 Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. G162837 1 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (“ALPHA”) to evaluate for the “Client” some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for construction services. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to construct a new screen wall at the City of Coppell Reservoir site located south of Village Parkway in Coppell, Texas. At the time the field exploration was performed, an existing water reservoir facility occupied the site. A site plan illustrating the general outline of the property is provided as Figure 1, the Boring Location Plan, in the Appendix of this report. Present plans provide for the construction of a new screen wall. The new screen wall (masonry/brick wall) is planned to be about 8 ft high with a total length of about 1,200 ft. The screen wall is planned to extend around most of the site perimeter, except at the front of the site. The wrought iron fence at the front of the facility will remain in place. It is anticipated the screen wall will create light to moderate loads and will be supported with a relatively deep foundation system. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of six (6) test borings to a depth of about 25 ft each in general accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix of this report. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. ALPHA Report No. G162837 2 Subsurface types encountered during the field exploration are presented on Log of Boring sheets included in the Appendix of this report. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented either on Log of Boring sheets or on summary data sheets also enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on the Geological Atlas of Texas (Dallas Sheet) from the Texas Bureau of Economic Geology, published by the University of Texas at Austin, the project site is generally located within alluvium deposits associated with the Trinity River system, overlying the Eagle Ford Formation. Alluvium deposits consist of predominantly gravel, sand, silt and silty clay from over bank flow from ancient stream channels. The Eagle Ford Formation is composed predominantly of shale with occasional platy beds of sandstone and limestone. Residual overburden soils associated with the Eagle Ford Formation generally consist of clay and shaly clay with very high shrink/swell potential. Within the 25-ft maximum depth explored on the site, subsurface materials consist generally of sandy clay fill, clay/sandy clay, silty sand/sand and deeper shale. The sandy clay fill at the borings extended to depths of 6 ft to 12 ft below existing grade. Clays were encountered below the fill, except at Boring 2, and extended to a depth of 12 ft at Boring 1, to a depth of 13 ft at Borings 4 and 5 and to the termination depth of 25 ft at Borings 3 and 6. Sandy clays were encountered below the fill at Boring 2 and below the clays at Borings 4 and 5 and extended to depths of 18 ft and 20 ft. Silty sands and sands were encountered below the clays and sandy clays at Borings 1, 2 and 4 and extended to depths of 21 ft and 23 ft. Deeper gray shale was encountered below the silty sands and sands in Borings 1, 2 and 4 at depths of 11 ft to 13 ft and below the sandy clay in Boring 5 at a depth of 20 ft and extended to boring termination at a depth of 25 ft. The silty sand and sand encountered at this site are relatively permeable and expected to have a relatively rapid response to water movement. However, the clays, sandy clays and shale are considered relatively impermeable and are anticipated to have a slower response to water movement. Therefore, due to the presence of the relatively impermeable soils, several days of observation will be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. ALPHA Report No. G162837 3 During field explorations, free groundwater was noted on drilling tools and in open boreholes upon completion at depths of about 9 ft to 22 ft below the existing ground surface at Borings 1 through 5. Groundwater was not encountered at Boring 6. However, it is common to detect shallow seasonal groundwater from within fill soils, natural fractures within the clayey matrix, in the granular soils, near the soil/rock (gray shale) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Additionally, bore hole cave-in occurred at depths of about 18 ft to 22 ft upon completion in Borings 1, 2 and 4. Further details concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheets provided in the Appendix of this report. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). If project criteria should change our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final plans and specifications for review prior to construction. 6.1 Potential Seasonal Movements Our findings from the borings indicate soil-related potential seasonal movements are up to about 3 inches for construction within 2 ft of existing grade. The above potential seasonal movements were estimated using results of absorption swell tests, in general accordance with methods outlined by TxDOT Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the slab acts on the subgrade soils. Movements exceeding those predicted above could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. 6.2 Helical Piers Due to the variable nature of the subsurface materials consisting of clays, sandy clays, silty sands and sands, and relatively high free groundwater levels encountered at the borings, helical pier foundations could be considered for the screen wall. Helical piers should bear in native clay/sandy clay/silty sand/sand at a minimum depth of 15 ft below existing or final grade, whichever is deeper. Helical piers are a manufactured foundation element consisting of a centralized steel shaft and one or more helical bearing plates at the bottom of the shaft. The helical plates are formed with a uniform-pitch screw thread, and the pier is installed by rotating it into the ground to the desired depth or refusal. The helical plate(s) provides end bearing resistance due to gravity loads and uplift resistance due to swelling of high shrink-swell active clays such as encountered at the boring locations. ALPHA Report No. G162837 4 There are generally two modes of helical pier behavior; individual helix and group helix. In the case of individual helix, each helix acts independently of the other and the total helical pier capacity is based on the sum of the bearing capacities of the individual helixes. In the case of group helix, the total helical pier capacity is based on the bearing capacity of the bottom helix and skin friction developed from a cylinder of soil developed between the helixes. Independent helix capacity occurs when helixes are widely spaced (about 3 or more helix diameters apart) and group helix capacity occurs when helixes are spaced closely together (less than 3 helix diameters). For helical piers bearing in clay/sandy clay/silty sand/sand soils at a minimum depth of 15 ft below existing or final grade, whichever is deeper, exhibiting independent helix behavior, pier capacity can be calculated by summing the allowable end bearing pressures of 3 kips per sq ft applied to the lowermost helix and a reduced bearing capacity of 1.5 kips per sq ft applied to any overlying helixes. For helical piers, exhibiting group helix behavior, pier capacity can be calculated by summing the allowable bearing pressure of 1.5 kips per sq ft applied to the lowermost helix with an allowable skin friction of 0.8 kips per square foot taken over the surface of the soil cylinder developed between the lowermost helix and any overlying helixes. The minimum helix diameter must be sized to prevent the bearing soils from being over- stressed and to develop sufficient uplift capacity to overcome the potential uplift forces acting on the pier. The helix portion should be at least three (3) times the width of the shaft. The minimum clear spacing between edges of adjacent piers should be at least two (2) helix diameters (based on the larger helix). Normal elastic settlement of helical piers under loading is estimated at less than about 1 inch. Each helical pier should be designed to resist the uplift pressure (soil-to-pier adhesion) due to potential soil swell along the shaft from post construction heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell along the helical pier shaft cannot be defined accurately and can vary according to the actual in-place moisture content of the soils during construction. It is estimated this uplift adhesion will be about 1.6 kips per sq ft to a depth of about 12 ft below the ground surface. From our experience, helical piers are frequently designed and installed by specialty contractors with capacities in excess of those calculated by conventional static analysis. Helical piers should be designed by a professional engineer and should be installed per the manufacturer’s requirements. Helical piers should be load tested to verify the pier is capable of supporting the design load. Load tests can also be utilized to maximize the foundation load, thereby reducing the number of piers. We recommend performing at least one helical pier load test. ALPHA TESTING would be pleased to assist in design, implementation, and evaluation of a pier load test if desired. All grade beams connecting piers and pier caps should be formed and not cast in earthen trenches. Grade beams/pier caps should be formed with a nominal 6-inch void at the bottom. Commercially available cardboard box forms (cartons) are made for this purpose. The cardboard cartons should extend the full length and width of the grade beams/pier caps. Prior to concrete placement, the cartons should be inspected to verify ALPHA Report No. G162837 5 they are firm, properly placed, and capable of supporting wet concrete. Some type of permanent soil retainer, such as pre-cast concrete panels, must be provided to prevent soils adjacent to grade beams/pier caps from sloughing into the void space at the bottom of the grade beams. Additionally, backfill soils placed adjacent to grade beams must be compacted as outlined in Section 7.2 of this report. Please note: Existing uncontrolled fill was encountered to depths of about 6 ft to 12 ft below existing grade at the test borings. Deeper uncontrolled fill may be present at some areas of the site. Varying amounts of limestone/shale fragments and gravel were encountered in the uncontrolled fill. Although not encountered at the borings, uncontrolled fill can contain concrete, rubble, and other debris that could cause obstruction to pier installation. The pier drilling contract should contain provision for penetration or removal of obstructions. 6.3 Seismic Considerations The Site Class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, and strength, averaged over a depth of 100 ft. Since our borings did not extend to 100-foot depths, we based our determinations on the assumption that the subsurface materials below the bottom of the borings were similar to those encountered at the termination depth of the borings. Based on Section 1613.3.2 of the 2012 International Building Code and Table 20.3-1 in the 2010 ASCE-7, we recommend using Site Class D (stiff soil profile) for seismic design at this site. 6.4 Drainage Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. Final grades within 10 ft of the screen wall should be adjusted to slope away at a minimum slope of 1 percent. 7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. ALPHA Report No. G162837 6 Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be placed well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clayey soils found near the surface of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Uncontrolled fill material was encountered to depths of about 6 ft to 12 ft below the existing ground surface at the borings. From our experience, uncontrolled fills can contain boulders, concrete, general debris, and other unsuitable materials, especially in an urban environment. Excavation and grading contracts should contain provision for removal of unsuitable materials from existing fill. 7.1 Fill Compaction Sandy clays with a plasticity index below 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Silty sands and sands should be compacted to a dry density between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 0 to 4 percentage points above optimum. ALPHA Report No. G162837 7 In cases where either mass fills or utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 98 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined above. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.2 Groundwater Groundwater was encountered at depths of 9 ft to 22 ft at most of the borings. From our experience with similar soils, shallow groundwater seepage could be encountered in excavations for grade beams, foundations, utility conduits and other general excavations. The risk of encountering seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control minor seepage on a local basis for relatively shallow excavations and those that do not encounter silty sand/sand. Supplemental dewatering measures such as (but not limited to) submersible pumps in slotted casings and wellpoints may be required for deeper excavations and/or where sands are encountered. ALPHA Report No. G162837 8 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services in requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. APPENDIX ALPHA Report No. G162837 A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of six (6) test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure 1. The test boring locations were staked by either pacing or taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the method used to locate the borings. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and examined visually. One representative portion of each sample was sealed in a plastic bag for use in future visual examinations and possible testing in the laboratory. In addition, representative samples of granular materials were obtained employing split-spoon sampling procedures in general accordance with ASTM Standard D 1586. Disturbed samples were obtained at selected depths in the borings by driving a standard 2-inch O.D. split-spoon sampler 18 inches into the subsurface material using a 170-pound hammer falling 24 inches. The number of blows required to drive the split-spoon sampler the final 12 inches of penetration (N-value) is recorded in the appropriate column on the Log of Boring sheets. The Texas Cone Penetration (TCP) test was used to assess the apparent in-place strength characteristics of the rock type materials. The TCP test consists of a 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy) and is the basis for TxDOT strength correlations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field logs and are shown on the Log of Boring sheets as “TX Cone” (reference: TxDOT Test Method TEX 132-E). Logs of all borings are included in the Appendix of this report. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. ALPHA Report No. G162837 B-1 METHODS OF LABORATORY TESTING Representative samples were examined and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318), percent material passing the No. 200 sieve (ASTM D1140) and dry unit weight determinations were performed on selected samples. In addition, unconfined compression (ASTM D 2166) and pocket-penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of all laboratory tests described above are provided on the accompanying Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clay soils were further analyzed by absorption swell tests. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell test are provided on the Swell Test Data sheet, Figure 2 included in this appendix. Swell Test Data Figure 2 SWELL TEST DATA Geotechnical Exploration New Screen Wall (Approx. 1,200 ft) Reservoir Site Off Village Parkway Coppell, Texas ALPHA Report No. G162837 Liquid Limit Final Moisture Content Initial Moisture Content Plastic Limit Plasticity Index Dry Unit Weight, pcf Free Swell Boring No. Average Depth, ft 12 3 456 3 7 7 9 14 3 112 101 100 96 116 104 45 44 40 65 23 33 17 20 20 24 14 16 18 24 20 41 9 17 16% 14% 21% 29% 15% 15% 20% 24% 24% 30% 15% 21% 0.8% 0.0% 0.0% 0.1% 0.0% 0.0% 16 12 23 22 11 18 33 7 45 17 28 37 49 100/ 3" Brown and Tannish Brown SANDY CLAY to CLAYEY SAND with gravel and limestone fragments - FILL Dark Brown CLAY -some sand and a trace of calcareous nodules below 8' Tan SAND with silt and gravel Gray SHALE TEST BORING TERMINATED AT 25 FT *Cave-in to 18 ft upon completion *NP = Non-Plastic 6.0 12.0 23.0 25.0 4.5+ 4.5+ 4.5+ 3.5 3.5 . After Drilling (ft):11. . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G162837 Location:Coppell, Texas Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West:Start Date:12/14/2016 End Date:12/14/2016 Project:New Screen Wall (Approx. 1,200 FT) Reservoir Site Client:Pape-Dawson Engineers, Inc. - Fort Worth Hammer Drop (lbs / in):170 / 24 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 25 30 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):11 Unconfined Comp.Strength (tsf)Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:1 NP NP NP 23 12 13 13 17 920 44 20 24 30 100/ 3.5" Tannish Brown SANDY CLAY with calcareous nodules - FILL -limestone fragments 4-6' -brown sandy clay 6-8' -brown and tannish brown sandy clay with shale fragments below 10' Tan and Gray SANDY CLAY Tan SILTY SAND with gravel seams Gray SHALE TEST BORING TERMINATED AT 25 FT *Cave-in to 21' upon completion 12.0 18.0 21.0 25.0 119 3.5 4.5+ 4.5+ 4.5+ 4.5+ 1.5 . After Drilling (ft):12. . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G162837 Location:Coppell, Texas Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West:Start Date:12/14/2016 End Date:12/14/2016 Project:New Screen Wall (Approx. 1,200 FT) Reservoir Site Client:Pape-Dawson Engineers, Inc. - Fort Worth Hammer Drop (lbs / in):170 / 24 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 25 30 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):12 Unconfined Comp.Strength (tsf)Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:2 9 19 20 27 29 25 26 40 20 20 Brown and Tannish Brown SANDY CLAY with calcareous nodules and gravel - FILL -limestone fragments below 4' -clayey sand below 6' Dark Brown CLAY with some sand and a trace of gravel Dark Brown and Gray CLAY with a trace of calcareous nodules -calcareous nodules below 18' Brown and Gray CLAY TEST BORING TERMINATED AT 25 FT 8.0 13.0 23.0 25.0 117 125 4.5 4.5 4.5+ 4.5+ 3.75 3.0 3.5 2.5 2.6 3.0 . After Drilling (ft):22. . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G162837 Location:Coppell, Texas Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West:Start Date:12/13/2016 End Date:12/13/2016 Project:New Screen Wall (Approx. 1,200 FT) Reservoir Site Client:Pape-Dawson Engineers, Inc. - Fort Worth Hammer Drop (lbs / in): Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 25 30 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):9 Unconfined Comp.Strength (tsf)Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:3 11 17 10 29 20 65 24 41 44 100/ 3.5" Brown SANDY CLAY with gravel and shale fragments - FILL -tannish brown clay with sand and limestone fragments below 2' -brown and tannish brown clay below 6' Dark Brown CLAY Tan and Gray SANDY CLAY Tan SAND with silt and gravel seams Gray SHALE TEST BORING TERMINATED AT 25 FT *Cave-in to 22 ft upon completion 8.0 13.0 18.0 23.0 25.0 4.5 4.5+ 4.5+ 4.5+ 4.0 2.0 . After Drilling (ft):15. . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G162837 Location:Coppell, Texas Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West:Start Date:12/14/2016 End Date:12/14/2016 Project:New Screen Wall (Approx. 1,200 FT) Reservoir Site Client:Pape-Dawson Engineers, Inc. - Fort Worth Hammer Drop (lbs / in):170 / 24 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 25 30 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):13 Unconfined Comp.Strength (tsf)Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:4 15 23 19 24 17 20 59 23 14 9 100/ 2.5" Brown and Tannish Brown CLAY with limestone fragments - FILL -dark brown and brown below 2' -sand and gravel below 6' Dark Brown CLAY with some calcareous nodules Tannish Brown and Gray SANDY CLAY Gray SHALE TEST BORING TERMINATED AT 25 FT 8.0 13.0 20.0 25.0 97 110 4.5+ 4.5+ 3.0 3.0 3.0 4.0 2.0 1.4 . After Drilling (ft):15. . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G162837 Location:Coppell, Texas Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West:Start Date:12/13/2016 End Date:12/13/2016 Project:New Screen Wall (Approx. 1,200 FT) Reservoir Site Client:Pape-Dawson Engineers, Inc. - Fort Worth Hammer Drop (lbs / in):170 / 24 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 25 30 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):14 Unconfined Comp.Strength (tsf)Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:5 15 18 35 27 26 24 18 33 16 17 Brown and Tannish Brown SANDY CLAY to CLAYEY SAND with gravel and limestone fragments - FILL Dark Brown CLAY Brown CLAY with some calcareous nodules Tannish Brown and Gray CLAY with sand seams TEST BORING TERMINATED AT 25 FT 6.0 13.0 23.0 25.0 105 4.5+ 4.5+ 4.5+ 2.5 1.5 3.0 2.5 2.5 2.2 .NONE After Drilling (ft):.DRY . 2209 Wisconsin Street Suite 100 Dallas, Texas 75229 Phone: 972-620-8911 Fax: 972-620-1302 www.alphatesting.com PROJECT NO.:G162837 Location:Coppell, Texas Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West:Start Date:12/13/2016 End Date:12/13/2016 Project:New Screen Wall (Approx. 1,200 FT) Reservoir Site Client:Pape-Dawson Engineers, Inc. - Fort Worth Hammer Drop (lbs / in): Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 25 30 GROUND WATER OBSERVATIONS Sheet 1 of 1 After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):Unconfined Comp.Strength (tsf)Drilling Method:CONTINUOUS FLIGHT AUGER LOG OF BORING NO.:6 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT SECTION 8 ADDENDA 8-1 Addenda Addendum 1