DR9503-CN 960227 The City With A Beautiful Future 214-462-0022
I
CONTRACT SPECIFICATiONS
AND
I CONTRACT DOCUMENTS
I FOR
I
ANDREW BROWN JR. COMMUNITY PARK EAST
I OUTFLOW STRUCTURE
I DR 95-1~3
I
TABLE OF CONTENTS
Section I - Bidding and Contract Documents
Notice to Bidders 1-2
Instructions to Bidders 1-3 thru 1-12
Proposal/Bid Schedule & Prevailing Wage Rates 1-13 thru 1-23
Standard Form of Agreement (Contract 1-24 thru 1-29
Performance Bond 1-30 thru 1-31
Payment Boncl 1-32 thru 1-33
Maintenance Bond 1-34 thru 1-35
City of Coppell's Supplementary Conditions to the NCTCOG
Standard Specifications for Public Works Construction 1-36 thru 1-42
Section 2 - Specific Project Requirementq 2-1 thru 2-7
Section 3 - Special Provisions to
Standard Specifications for Construction 3-1 thru 3-4
For this project, the Standard Specifications for
Public Works Construction - North Central Texas. as
prepared by' the North Central Texas Council of
Governments and the City of Coppell Standard
Construction Details shall govern all work to be
done. together with any additional Special
Specifications or Specific Project Requirements
included herein.
Section 4 - Description of Pay Itemq 4-1 thru 4-5
Section 5 - Geotechnical Investigation
SECTION 1
BIDDING AND CONTRACT DOCUMENTS
SECTION 1 - BIDDh'NG AND CONTRACT DOCL,'MENTS
NOTICE TO BIDDERS
The City of Coppell is accepting bids for Andrew Brown Jr. Community Park East Outflow
Structure - DR 95-03. Specifications may be obtained from the Purchasing Agent, 255 Parkway
Blvd., Coppell, Texas, or telephone (214) 462-0022. Sealed bids addressed to the Purchasing
Agent. City of Coppell, Texas, for Andrew Brown Jr. Community Park East Outflow Structure -
Dr 95-03 will be received in the Purchasing Office at the City of Coppell Town Center, 225
Parkway Boulevard, until 3:00 p.m. on February 9. 1996, and then publicly opened and read
aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No.
O-1196-03 designated clearly on the exterior of the bid envelope.
There will be a "Pre-bid" Conference conducted on FebruaD' 1. 1996 at 10:30 a.m. in the
Coppell Town Center, 255 Parkway Boulevard in the 2nd floor conference room.
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. The
Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes
no responsibility for errors or misinterpretations resulting from the use of incomplete sets of
Bidding Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR
MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on
tangible personal property to be incorporated into the project. (Note: This procedure may not
be used, however, for materials which do not become a part of the finished product, such as,
equipment rental or purchase, fo~m 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 fotti~ will be used to develop a separated contract and determine the extent
of the tax exemption.
1-2 Bidding and Contract Documents
BIDDING AND CONTRACT DOCI_.~"IENTS
LNSTRL'CTIONS 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 latest addition, as
prepared by the NCICOG and the Supplementary Conditions of Agreement have the
meanings assigned to them in these General Conditions. The term "Bidder" means one
who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid
to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible
Bidder to whom the Owner (on the basis of the Owner's evaluation as hereinafter
provided) makes an award. The term "Bidding Documents" includes the Notice to
Bidders, Instructions to Bidders, the Bid Form. and the proposed Contract Documents
(including all Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents. it shall be understood as referring to the City of Coppell. Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract
Documents. it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell. P.O. Box 478. Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and
inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This project is located in Andrew Brown Jr. Community Park East on the south bank of
Denton Creek. The scope of work is as shown on the construction plans (DR 95-03) and
as stated in these specifications. Generally, the work shall consist of the installation of
16 feet of 48" storm sewer pipe. Type 'A' headwall. 2 deep foundation pilings, rock
rubble, reinforced concrete and the removal and reinstallation of a 48" gate valve.
3. Copies of Bidding Documents.
3.1 Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at
the office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for 525.00.
Ihe 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.
1-3 Bidding and Contract Docutnents
B) After award of the Contract. the successful Bidder will be furnished five (5) sets
of Contract Documents at no charge. Additional sets over five (5) will be
furnished for S15.00 per set.
C) Bidding documents may be examined free of charge at the offices of the City
Engineer. City of Coppell. 255 Parkway Boulevard. Coppell. Texas.
3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City' of Coppell
assumes no responsibility lbr errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
3.3 The Owner, in making copies of Bidding Documents available on the above terms, does
so only for the purpose of obtaining Bids on the Work and does not confer a license or
grant for any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five {5) day.'s of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipmem as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. The required information to be submitted shall consist of. but shall
not necessarily be limited to, the following:
A. Current Project Experience.
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.
The Bidder shall submit a list of comparable projects completed within the
previous five years including approximate cost(s), quantities, and completion
date(s).
C. Equipment.
The Bidder shall provide a list of equipmem 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.
1-4 Bidding, and Contract Document.*
D. Financial.
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.
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.
5. Conflict of Interest.
City Charter states that no officer or employ'ee of the City shall have a financial interest,
direct or indirect, in any contract with the City. nor shall be financially interested, directly
or indirectly, in the sale to the City of any land, or rights or interest in any land.
materials, supplies or services. This prohibition does not apply when the interest is
represented by ownership of stock in a corporation involved, provided such stock
ownership amounts to less than one percent (1%) of the corporation stock. Any violation
of this prohibition will constitute malfeasance in office. Any officer or employee of the
City' found guilty thereof should thereby forfeit his office or position. Any violation of
this prohibition with the knowledge, expressed or implied, of the persons or corporations
contracting with the City shall render the contract voidable by the City Manager or the
City Council. The Contractor represents that no employee or officer of the City has an
interest in the Contractor.
6. Examination of Contract Documents and Site.
6.1 Access to the site shall be from Andrew Brown Park East and the north end of Moore
Road. Prospective Bidders shall respect all improvements. It is the responsibility of each
Bidder before submitting a Bid. to (a) examine the Contract Documents thoroughly, ih)
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. Id)
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 wav relieve any Bidder from the
responsibility of fulfilling ali of the terms of the contract, without additional cost to the
OWNER.
1-5 Bidding and Contract l~Jcuments
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. Ihe Contractor shall be liable for damage to any utilities resulting
from the construction of this project.
6.3 Before submitting a Bid. each Bidder x~ ill. at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions {surface,
subsurface and underground facilities) at or contiguous to the site or otherwise which may
affect cost. progress, performance or furnishing of the Work and which Bidder deems
necessary to determine its Bid for performing and furnishing the Work in accordance with
the time. price and other terms and conditions of the Contract Documents.
6.4 On request in advance. Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder
shall fill all holes, clean up and restore the site to its former conditions upon completion
of such explorations.
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.
1-6 Bidding and Contract Documents
7.1 All questions about the meaning or intent of the Contract Documents are to be directed
to the Purchasing Agent. Interpretations or clarifications considered necessary: by the
Purchasing Agent 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 bv
the Owner.
8. Contract Time.
8.1 Because time is of the essence, the total time for completion in calendar days has been set
at 100 calendar days. Also. because of the construction of the Coppell Criminal Justice
Center and the need to tie-in utilities, the water and sewer to service that facility shall be
completed within the first 30 days of the project and the storm drainage to service the
facility ,`vithin the first 60 days. The calendar da)' count shall commence ten t 10) calendar
days after the date of the Notice to Proceed.
8.2 Prior to the issuance of the Notice to Proceed by the Owner. the Contractor shall submit
a detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written amendment
as specified in Item 1.36 of the General Provisions.
9. Liquidated Damages.
Provisions tbr liquidated damages are set forth in the Contract. Liquidated damages for
this project are: One hundred twenty dollars ($120.00) per calendar da,,'.
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.
1-7 Bidding and Contract Documents
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. alter due investigation, has
reasonable objection to an,',' proposed Subcontractor, Supplier. other person or
organization, ma3', 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
Subcomractors. Suppliers, other persons and organizations. The declining to make
requested substitutions will not constitute grounds for sacrificing the Bid security of any'
Bidder.
11.2 No Contractor shall be required to employ any Subcontractor. Supplier, other person or
organization against who Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
ltem 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each
item of work. All blanks on the bid form must be completed in ink or typed. No
substitutions, revisions, or omissions from the plans and:or specifications will be accepted
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 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.
1-8 Bidding and Contract Documents
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
fiLtt~ or partners.
13. Provision Concerning Escalator Clauses,
Bids containing an3' 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, ma3' 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. 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 478.
Coppell. Texas 75019 until 3:00 p.m. on Februao~ 9th, 1996. and then publicly opened
and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope
and marked with the Project title. City of Coppell Bid No. Q-0196-03 and the name and
address of the Bidder shall be submitted. If the Bid is sent through the mail or other
delivery system the sealed envelope shall be enclosed in a separate envelope with the
notation "BID ENCLOSED ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03" on the face of it and addressed to the Purchasing
Agent. City of Coppeli, Texas.
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 an3· time prior to the opening of Bids.
16.2 If. within twenty-four hours after the Bids are opened, any Bidder files a duly signed
written notice with the Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and substantial mistake in the preparation
of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified
from further bidding on the work.
1-9 Bidding and Contract Documents
17. Rejection of Bids.
Bids may be rejected if they show alterations of form. additions not called for. conditional
bids. incomplete bids. erasures or irregularities of any kind. The Owner reserves the
right to waive any irregularities in the bids as received and to reject an)' 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.
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
19. Award of Contract.
19.1 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.
nonresponsive, unbalanced or conditional Bids. Als(). 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 an3' column of figures and the correct sum
thereof will be resolved in tavor of the correct sum.
19.2 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,
completion time. and other data. as may be requested in the Bid form or prior to the
Notice of Award.
1-10 Bidding and Contract Documents
19.3 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, perlbrmance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work when such data
is required to be submitted prior to the Notice of Award.
19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any' Bid and to establish the responsibility, qualifications and financial
stability of Bidders. proposed Subcontractors. Suppliers and other persons and
organizations to perfo,, and furnish the Work in accordance with the Contract Documents
to the Owner's satisfaction within the prescribed time.
19.5 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder
whose evaluation by the Owner indicates to the Owner that the award will be in the best
interests of the Project.
19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
20. Execution of Agreement.
Within fifteen (I5) 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.
21. 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.
22. Bid Compliance.
Bid must comply' with all Federal. State. coumy and local laws. Contractor shall not hire
nor work any illegal alien.
23. Notice to Proceed.
Upon execution of the Contract. the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall
commence work within ten (10) calendar days after the date of Notice to Proceed.
1-11 Bidding and Contract l)ocuments
24. 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 1) materials incorporated into the project: and 2) labor, equipment.
supervision and materials not incorporated into the project.
25. 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 aw 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.
26. Change Orders.
No oral statement of any person shall modi~' 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.
27. 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.
28. Venue.
This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is pertbrmable in Dallas County. Texas.
29. Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to
final payment by the City.-.
1-12 Bidding and Contract Document~'
BIDDLNG AND CONTRACT DOCL.rMENTS
BID FORM
PROJECT IDENTIFICATION: Andrew Brown Jr. Community Park East Outflow Structure - DR
95-03 in Coppell. Texas.
BID OF RENAISSANCE CONTRACTOR. INC. DATE February 9. 1996
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q-0196-03
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:
1-13 Bidding and Contract Documents
(b.I BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work. site. locality, and all local conditions and kaws and
Regulations that in any manner may affect cost. progress, performance or
furnishing of the Work.
(c') BIDDER has studied carefully- all reports and drawings 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 repons, 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 intbrmation 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.
1-14 Bidding and Contract Documents
(fl BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the te~ms and conditions
of the Contract Documents.
(gl 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 an3: person, firm or corporation
to refrain from bidding: and BIDDER has not sought by collusion to obtain for
itself any advantage over an)' other Bidder or over OWNER.
(il 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 he done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the ()pinion 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 in the Contract
Documents.
4. It is understood and agreed that all work under this contract will be completed within the
bid calendar days. Completion date will be established in the Notice to Proceed.
5. BIDDER will complete the Work for the following price(s):
-- 1-15 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
ANDREW BROWN JR. COMMLLNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1 12 L.F. Remove and relay
48" RCP 362.00 4.344.00
- Complete in Place
Three hundred sixty-two
Dollars and no Cents
per L.F.
2 4 L.F. 48" RCP
Complete in Place 540.00 2.160.00
Five hundred forty Dollars
and no Cents
per L.F.
3 1 EA. Type 'A' Headwall
Complete in Place 3,400.00 3,400.00
Three thousand four hundred
Dollars and no Cents
per each.
4 ,~'~ EA. Deep Foundation (driven
piling/drilled shaft approx. 1.650.00 3.300.00
22.8' deep)
Complete in Place
One thousand six hundred fifty
Dollars and no Cents
per each.
1-16 Bidding and Contract Documents
L.'NIT PRICE BID SCHEDULE
ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
5 1 EA. Remove and reinstall
48" Gate Valve 800.00 800.00
Complete in Place
Eight hundred Dollars
and no Cents
per each.
6 6 C.Y. 6" Reinforced Concrete
(apron;channel ;toewall) 350.00 2,100.00
_.. Complete in Place
Three hundred fifty Dollars
and no Cents per C.Y.
7 1000 S.F. Enkamat 7020 or equivalent
Complete in Place 1.61 1.610.00
One Dollar
and sixty-one Cents
per S.F.
8 135 C.Y. Backfill of Sandy Clay
(compacted to 95 .c.~ density) 36.75 4.961.25
Complete in Place
Thirty-six Dollars
and seventy-five Cents
per C.Y.
1-17 Bidding and Contract Docutnents
L~'NIT PRICE BID SCHEDULE
ANDREW BROWN JR. CO_MML.'NITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
9 4.5 C.Y. Rock Rubble
(12" - 18" diameter) 508.00 2,286.00
Complete in Place
Five hundred eight Dollars
and no Cents
per C.Y.
TOTAL BID ITEMS 1 THRU 9 $ 24,961.25
TANGIBLE PERSONAL PROPERTY COST $ 2,500.00
1-1 8 Bidding and Contract Documents
ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOXY STRUCTURE DR 95-03
BID SL~IMARY
CALENDAR
TOTAL PRICE DAYS
TOTAL BASE BID ITEMS 1 THRU 9 S 24.961.25 30
In Words: Twenty-four thousand, nine hundred sixty-one dollars and twenty -five cents.
6. BIDDER agrees that all Work awarded will be completed within 30 Calendar Days.
Contract time will commence to run as provided in the Contract Documents.
7. Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature page.
8. 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).
9. The terms used in this Bid which are defined in the General Conditions of the
Construction Contract included as part of the Contract Documents have the meanings
assigned to them in the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem
necessary to stay within the City's available funds. Should the City elect to delete any portion.
the contract quantities will be adjusted accordingly.
SUBMITTED ON February 9. 1996.
1-19 Bidding and Contract Documents
ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
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 calendar days from the date of the bid opening. (Period of acceptance will be
ninety (90) calendar days unless otherwise indicated by Bidder.)
ME, the undersigned a)itthority, a .Nota~ Public in and for the State of' L/~{.~ , on this day
personally appeared
L~ ~/~/~.//~ who after being b~me
'0--" u SaNe
duly sworn, did depose and say:
"I, /1.,~,c-St~ /3~,~ ,-,.,c,-c/~. am a duly authorized office/agent for
Name
,~ ¢-".-.,-/~/.35~,~a~- ('"c~,r/z,,~cz-~,~:c..~,.amd have been duly authorized to execute the
Name of Filial
foregoing on behalf of the said ~cc.~.~At.c~,A~-~'C~'
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."
NameandAddressofBidder: /z~/~ ,_~/~,,~c~
4
Telephone: ( ZtN ) ~Et-it77 by:
Title: ~t,e~..5 ~ ~? ~--,~-;- Signature: L t~,~
1-20 ~ag and Contract Document~
~ NOTARY PUBLIC ' -
By (Seal)
(Individual's Name)
doing business as
Busine~ldress
Phone No.
A Partnership
By (Seal)
(Firm Name)
(General Partner)
Busines~ldress
Phone No.
A Corporation
(Corporation Name)
~~ ~rporation)
By
4,,-.,=_ (Name ol/per~n authorized to sign)
(Title)
(Corporate Seal)
(Secretary) o
Busine.wtdress IZ40 E Cc,,~, ~, ;'-m ~.~ / /'.4
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
partner to the joint venture should be in the manner indicated above.)
SECTION 00640 - LABOR CLASSIFICATION AND MLNIM~ WAGE SCALE
The City of Coppell is thc contracting agency for this construction project. The following
statute requires any contracting agency to specify the generally prevailing rate of wages in
contracts that are bid.
Vernon's Texas Civil Statutes ~ Article 5159a:
"Construction of Public Works in State and
Municipal or Political Subdivisions; Prevailing
Wage Rate to be maintained."
Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following
rates of wages are paid to various classifications of workers in the locality of this project.
Not less than the following hourly rates shall be paid for the various classifications of work
required by this project. Workers in classifications where rates are not identified shall be paid
not less than the general prevailing rate of "laborer" for the various classifications of work
therein listed.
The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1
& 1/2) times the base hourly rate.
The rates specified are journeyman rates. Apprentices may be used on the project and may be
compensated at a rate determined mutually by the worker and employer, commensurate with the
experience and skill of the worker but not at a rate not less than 60% of the journeyman's wage
as shown. At no time shall a journeyman supev~'ise more than one (1) apprentice. All
apprentices shall be under the direct supervision of a journeyman working as a crew.
CLASSIFICATION HOURLY RATE CLASSIFICATION HOURLY RATE
Air Tool Operator $7.554 Flagger 5.598
Asphalt Raker 8.565 Form Builder - Structures 8.717
Asphalt Shoveler 8.255 Form Builder Helper Structures 7.550
Batching Plant Weigher 9.371 Form Liner - Paving & Curb 8.913
Batterboard Setter 8.920 Form Setter - Paving & Curb 8.686
Carpenter 9.447 Form Setter Helper Paving
Carpenter Helper 7.695 & Curb 7.787
Concrete Finisher - Paving 9.345 Form Setter - Structures 8.427
Concrete Finisher Helper Paving 8.146 Form Setter Helper Structures 7.356
Concrete Finisher - Structures 9.058 Laborer - Common 6.402
Concrete Finisher Helper Laborer - Utility 7.461
Structures 7.494 Manhole Builder 11.000
Concrete Rubber 7.733 Mechanic 10.658
Electrician 12.761 Mechanic Helper 8.345
Electrician Helper 8.436 Oiler 8.698
1-22.
CLASSIFICATION HOURLY RATE CLASSIFICATION HOURLY RATE
Servicer 8.104 Mixer (16 C.F. & Less) 7.913
Painter - Structures 10.913 Mixer - Concrete Paving 9.500
Painter Helper Structures 8.000 Motor Grader Operator Fine
Piledriver 7.500 Grade 10.346
Piledriver Helper 7.000 Motor Grade Operator 9.891
Pipe Layer 8.509 Pavement Marking Machine 6.402
Pipe Layer Helper 7.037 Roller, Steel Wheel Plant -
Blaster i 1.333 Mix Pavements 8.339
Blaster Helper 7.250 Roller, Steel Wheel Other Flatwheel
Asphalt Distributor Operator 8.404 or Tamping 7.963
Asphalt Paving Machine 9.053 Roller, Pneumatic, Self-Propelled 7.403
Broom or Sweeper Operator 7.908 Scraper - 17 C.Y. & Less 8.138
Bulldozer, 150 HP & Less 8.703 Scraper - Over 17 C.Y. 8.205
Bulldozer, Over 150 HP 9.160 Side Boom 7.793
Concrete Paving Curing Machine 8.213 Tractor - Crawler Type 150 HP
Concrete Paving Finishing & Less 8.448
Machine 9.453 Tractor - Crawler Type Over
Concrete Paving Form Grader 8.500 150 HP 8.448
Concrete Paving Joint Machine 9.042 Tractor - Pneumatic 7.735
Concrete Paving Joint Sealer 7.350 Traveling Mixer 7.615
Concrete Paving Saw 9.290 Trenching Machine - Light 8.188
Concrete Paving Spreader 9.750 Trenching Machine - Heavy 12.498
Paving Sub-Grader 9.000 Post Hole driller Operator 9.000
Slipform Machine Operator 9.000 Wagon - Drill, Boring Machine 9.000
Crane, Clamshell, Backhoe, Derrick, Reinforcing Steel Setter Paving 9.218
Dragline, Shovel Less Than Reinforcing Steel Setter Structuresl 1.548
1 lA C.Y. 9.513 Reinforcing Steel Setter Helper 8.665
Crane, Clamshell, Backhoe, Derrick, Steel Worker- Structural 12.860
Dragline, Shovel 1 ~,6 C.Y. Sign Erector 11.436
& Over 10.517 Sign Erector Helper 6.402
Crusher or Screening Plant Spreader Box Operator 6.988
Operator 9.500 Barricade Servicer Zone Work 6.402
Form Loader 12.000 Mounted Sign Installer Petll~anent
Foundation Drill Operator Crawler Ground 6.402
Mounted 10.000 Truck Driver - Single Axle Light 7.465
Foundation Drill Operator Truck Truck Driver - Single Axle
Mounted 11.138 Heavy 8.067
Foundation Drill Operator Helper Truck Driver - Lowboy/Float 9.653
Truck/Crawler 8.688 Truck Driver - Transit Mix 7.507
Front End Loader 2~h C.Y. & Lesfl.823 Truck Driver - Winch 8.200
Front End Loader Over 2~,~ C.Y 9.311 Vibrator Operator 7.000
Hoist - Double Drum 8.917 Welder 10.459
Milling Machine Operator 6.650 Welder Helper 9.000
Mixer (over 16 C.F.) 9.000
1-23
STANDARD FOILM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
bTxHIS AGtRx~EMENT is dated as of ~e d~--~da~of /k-~t_~t~zt- in the vear1996
b..' and bet 'een the CITY OF COP ELL~Vr~X"~-S.' municipal corpora~i~.~reina~ter called
OWNER) and Renaissance Contractors, Inc. (hereinafter calIe~NTRACIOR).
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 project is located in Andrew Brown Jr. Community Park East on the south bank of
Denton Creek. Ihe scope of the work is as shown on the construction plans (DR 95-03)
and as stated in these specifications. Generally. the work shall consist of the installation
of 16 feet of 48" storm sewer pipe, Type 'A' headwall, 2 deep foundation pilings, rock
rubble, reinfored concrete and the removal and reinstallation of a 48" gate valve.
Ihe Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Andrew Brown Jr. Community Park East Outflow Structure
DR 95-03
Article 2. ENGINEER.
The Project has been designed by: City of Coppell Engineering Department
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.
1-24 Standard Form of Agreement
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 30 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the time specified in paragraph 3.1 above, plus any extensions thereof
allowed in accordance with Item 1.36 of the General Provisions. They also recognize
the delays, expense and difficulties involved in proving in a legal or arbitration
proceeding the actual loss suffered by: OWNER if the Work is not completed on time.
Accordingly. instead of requiring any such proof. OWNER and CONTRACTOR agree
that as liquidated damages for daily (but not as a penalty) CONTRACIOR shall pay
OWNER One hundred twenty and no/100 dollars {$120.00) for each day that expires
after the time specified in paragraph 3.1 for Completion until the Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with
the Contract Documents in current funds subject to additions and deductions by Change
Orders as provided in the contract documents in accordance with the unit prices listed
in Section 1 Proposal and Bid Schedule. The contact sum shall be the amount of
$ 24,961.25 . The total tangible personal property cost included in the contract sum
is $ 2.500.00
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided
in the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER. each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work measured by the
schedule of values established in Item 1.51 of the General Provisions (and in the case of
Unit Price Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Provisions.
1-25 Standard Form of Agreement
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 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 1.52 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 of the General Provisions. OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
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 1.3 of the General Provisions. and accepts
the determination set forth in Item SC-1.20 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
1.3 of the General Provisions: and no additional examinations, investigations.
explorations, tests, reports, studies, or similar information or data are or will be required
by CONTRACTOR for such purposes.
7.3. CONTIL~CTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at
or contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests.
reports, studies, or similar info~ marion or data in respect of said Underground Facilities
1-26 Standard Forzn of Agreement
are or will be required by CONT1L~kCTOR 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 1.3,
1.20 and 1.21 of the General Provisions.
7.4. CONTIL~CTOR 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 wrinen resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 24 thru 29, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement. inclusiveL
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction. NCTCOG. latest edition.
8.6. Supplementary Conditions to the NCTCOG. Part 1: General Provisions (pages 36
thru 42'1.
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for Andrew Brown Park East Outflow Structure - DR 95-03 for the
City of Coppell".
8.8. Drawings entitled: "Andrew Brown Park East Outflow Structure - DR 95-03".
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
1-27 Standard Form of Agreement
8.12. The following which ma3: be delivered or issued aRer 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 1.37 and 1.38 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
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 of the General
Provisions will have the meanings indicated in the General Provisions.
9.2. No assignxnent by a party hereto of any rights under or interests in the Contract
Documents will be binding on another part)' 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 (expect
to the extent that the effect of this restriction may be limited by law). and unless
specifically stated to the contrary in any written consent to an assignment no assignment
will release or discharge the assignor from an)' duty or responsibility under the Contract
Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
1-2 8 Standard Form of Agreement
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF. OWNER and CONT1L, kCTOR 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 . 1996.
OWNER: City of Coppell CONT1L,~CTOR: Renaissance Contractors. Inc
255 Parkway Boulevard 1402 Corinth
Coppell, TX 75019 Dallas. TX 75215
TITLE: /"l/J Y'O ,~' TITLE:
Address for giving notices: Address for giving notices:
P.O. Box 478 iq(: ~-
Coppell. Texas 75019
Attn: Ken Griffin. P.E. tf)~qCL,~3,
Assistant City Manager/City Engineer
{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.)
1-29 $tandard Form of Agreemem
PERFORMANCE BOND ~0ND N0. $-500 180~
STATE OF TEXAS }
COL.~TY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That RENAiSSANCE CONTRACTORS, INC.
whose address is 140'2 Co:~}~h, LB 114, Da2Za~, Tcxe~ 752~5
hereinafter called Principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY ,
a corporation organized and existing under the laws of the State of A,~izona , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State
~ T,tc o~5~nu, Nine
of Texas, hereinafter called "BeneficiaU'', in the penal sum ofVwe~t~ Fr.~z~ ' ' ,' '~
Hmtg~ed S~×~y One and 25/100 ..................................... -DOLLARS
($ 24. ~61.25 ......... ) 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 imo a certain Contract with the City of Coppell. the Beneficiary, dated the
27~h of Feb.~dta~'~t~' , A.D. 19 96 , which is made a part hereof by reference, for
the construction of certain public improvements that are generally described as follows:
Andrew Brown Jr. Community Park East Outflow Structure
Project No. DR 95-03
Bid No. Q0196-03
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the plans, specifications and Contract documents during the original term
thereof and any extension thereof which may be granted by the Beneficiau, 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 ali 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 one (1) year from the date of final completion and final acceptance of
the Work by Owner; and, if the Principal shall fully indemnify and save harmless the
Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so
perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the
Beneficiary may incur in making good any default or deficiency, then this obligation shall be
void; otherwise, it shall remain in full force and effect.
1-30 Performance Bond
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 Article 5160 of Vernon's Annotated
Civil Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship,
as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WHEREOF, this instrument is executed in T~'.~ee {3i copies,
each one of which shall be deemed an original, this the 27th day of Februa.~u
19 q6.
PREN'CIPAL SURETY
RENAISSANCE CONTRACTORS, INC. WASHINGTON INTERNATIONAL INSURANCE C0?.PANY
Dee Stene
Title: /O, Ee ~9~ Title: · ~-,~' - ' -,. ~
A~EST: ~g~ W~n ~ss:
- - "
The Resident Agent of the Surety in Dallas or Denton Count)', Texas, for delive~ of notice and
service of ~e process is:
N~: DODSON-BATEMAN ~ COMPANY
ADDRESS: 8350 Meadow Road, ~8~, D~.tc~, T~x~ 75231
NOTE: Date of Pe~o~nce Bo~ must be date of Comrac~. If Resident ~gent is not a co~oration, give a person ~
~ame.
1-3 l Performance Bond
PAYMENT BOND
Be-ND -. S-500 1805
STATE OF TEXAS }
COIo.~TY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That RENAISSANCE CONTRACTORS, iNC,
whose address is 1402 Co~r~o'~, LB 114, DaD. L.~, Texa~ 752~5 ,
hereinafter called Principal, and W'&gHINGTON INTERNATIONAl INSURANCF C0).,~PANY ,
a corporation organized and existing under the laws of the State of A.~zona . 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 offwer~u re. ur Thc usand, '".,.~
Hund~red S~xty One and ~5/100 .................................... DOLLARS
($ 24,961.25 .......... ) in lawful money of the United States, to be paid in Dallas Count),,
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 ~Tt;: of
reb.~.ucv~t~ A.D. 19 96 which is made a part hereof bv reference, for the
construction of certain public improvements that are generally described as follows:
Andrew Brown Jr. Community Park East Outflow Structure
Project No. DR 95-03
Bid No. Q-0196-03
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract and
any and all duly authorized modifications of said Contract that may hereafter be made, notice
of which modification to the Surety is hereby expressly waived, then this obligation shall be
void: otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the temps of the Contract
or to the Work to be performed thereunder or the Plans. Specifications. Drawings; etc..
Payment Bond
1-32
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 Article 5160 of Vernon's Annotated
Civil Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship,
as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WHEREOF, this instrument is executed in Three (3) copies,
each one of which shall be deemed an original, this the 27th day of Februe~y ,
19 96.
PRINCIPAL SURETY
RENAISSANCE CONTRACTORS, INC. WASHINGTON INTERNATIONAL INSURANCE COMPANY
By: By:
Dee S~..c
Title: ~ ~3~7 Title: .~a.c..~}~et,-x.,~ ,'-~
ATTEST: X~.~X~. Wd~n
The Resident Agent of ~e Sum~ in Dallas or Denton Count, Texas, for deliver' of notice and
service of ~e process is:
N~E: DODSON-BATEMAN ~ COMPANY
ADD.SS: 8350 Meadow Read, ~Igl, D~.la.5, Tcxa5 7523~
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a
corporation, give a person's name.
Payment Bond
1-33
MAINTENANCE BOND BOND NO. S-500 1805
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MI~N BY THESE PRESENTS: THAT RENAISSANCE CONTRACTORS, INC.
as Principal, and
WASHINGTON I NTERNATIONAL INSURANCE COMPANY , a corporation organized under the
laws of £-~2zona , as sureties, do hereby
expressly acknowledge themselves to be held and bound to pay unto the
CLt~ c,,g CoppeL~ a Municipal Corporation, Texas, the sum of
Twentq Fou.~ Thow~and, Nine Hund,.~¢d Sixtq 0~:e and 25/100 ......... Dollars and
.................... Cents ($ 24,961.25 ........... ), for the payment of which sum
will and truly be made unto said City of Coppe,_'l , 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
RENAISSANCE CONTP~ACTORS, INC. has
this day entered into a written contract with the said
to build and construct Andrew Brown J~. Co~u~,L~y P~/~ East ~f~ow Stru~ur~
DR-95-03 which contract and ~e plans and speci~catio~ therein
mentioned, adopted by ~e C~y of Copp~'l are hereby expressly made a pa~
~ereof as t~ough ~e s~e were written and embodied herein.
W~AS, under the pla~, specification, and contract, it is provided that ~e
Con.actor will maintain and keep in good repair, ~e work herein contracted to be done and
pedo~ed, for a period of two (2) years from ~e date of ~e acceptance of said work, and to
do all necessa~' repairs and/or reconstruction in whole or in pa~ of said improvements ~at
should be occasioned by settlement of foundation, defective wor~anship or materials ~ished
in the construction or any pa~ ~ereof or any of ~e accessories ~ereto constructed by ~e
Contractor. It being understood that ~e pu~ose of ~is section is to cover all defective
conditions arising by reason of defective material and charge ~e same against the said
Contractor. and sureties on ~is obligation, and the said Contractor and sureties hereon shall be
subject to ~e liquidation damages mentioned in said contract for each day's failure on its' pa~
to comply wi~ ~e te~s of said provisions of said contract. Now, ~erefore, if ~e said
Contractor shall keep and pedonn its' said agreement to maintain said work and keep ~e same
in repair for ~e said maintenance period of two (2) years, as provided, then these presents shall
be null and void, and have not ~er effect, but if default shall be made by the said Con.actor
in ~e pedmmance of its' contract to so maintain and repair said work, ~en ~ese presen~ shall
have ~II force and effect, and said C~. of C~pp~~ shall have and receive from
· e said Contractor and its' principal and sureties damages in the premises, as provided; and it
1-34 Maintenance Bond
is further agreed that this obligation shall be a continuing one against the principal and sureties,
hereon, and that successive recoveries may be and had hereon for successive branches until the
full amount shall have been exhausted; and it is further understood that the obligation herein to
maintain said work shall continue throughout said maintenance period, and the same shall not
be changed, diminished or in an)' manner affected from any cause during said time.
IN' WITNESS WItEREOF, the said CLtt~. o~ Co~..~ell has
caused these presents to be executed by RENAISSANCE- C0,t~'TRA~TORS, INC.
and the said WASHINGTON INTERNATIONAL INSUP~ANCE COMPANY has caused these presents to
be executed by its Attorney in fact and the said Attorney in fact
Dee Stone , has hereunto set his hand, the 27th day of
Februe~y , 19 96
PRkNCIPAL SURETY
RENAISSANCE CONTRACTORS, INC. WASHINGTON INTERNATIONAL iNSURANCE CC~,iPANV
,~ t,',,7'. .i .- -
By:
Dee Stone
Title:
'*+ ....J-' -fact
Title: /O~ c_;~ ~ o ~5 ~,~T A~.,~ne~.
WITNESS:
W"vx...~.~. .L_ -fi: -' .... (
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
1-35 Maintenance Bond
WASHINGTON INTERNATIONAL INSURANCE COMPANY
PO WER OF ATTORNEY'
', 'N ALL BY THESE PRESENTS: That the Washington Internatlona] Insurance Company, a corporation organized and existing under the
· - of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois does hereby constitute and appoint
ELNORA CRUTHIS, DERRELL C. DODSON, SAM J. MULLIS, JR., DOUGLAS MOORE AND DEE STONE
EACH IN THEIR SEPARATE CAPACITY
; true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings,
?:tnizances contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted
~v, statute, rule regulation, contract or otherwise, and the execution of such instrument(s} in pursuance of these presents, shall be as
· :...~g upon the said Washington International Insurance Company as fully and amply, to all intnts and purposes, as if the same has been
.!y executed and acknowledged by its
:'-;dent and its principal office.
~.~ Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation.
Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July
380 and October 21, 1986 which read, in part, as follows:
The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys-in-
Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special
Attorneys-in-Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section and/or
any of the By-Laws of the Company, and to remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke
the authority given him.
The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the
corporate seat of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by
facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed
in the ordinary course of business shall be valid and binding upon the Company.
TESTIMONY WHEREOF, the Washington International Insurance Company has caused this instrument to be signed and its corporate seal
be affixed by its,.aj~ft_'~L~q.fficer, this 7th day of December 1995.
'- .~-~ .~('t~'2~ ~ -~ '
~'-'~ -' ocfil , c'..~ f ~ ~'
· , t--- · ~ ~ SleW'eh P~. Anderson, Vice President
' tE OF ....... "
STY OF Cb(~K_~.,....~ ~,,.~ ~.,~
~ this 7th day of December, 1995, before me came the individual who executed the preceding instrument, to me personally known, and,
.~ng by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company;
the seal affixed to said instrument is the Corporate Seal of said Company;
, , ESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year first above written.
Marlene Milligan, Notary PubSc
My Commission Expires July 3, 1997
NOTARY P;JBLIC, STATE OF ~LLINOIS
~ "FIFICATE
}'ATE OF ILLINOIS}
OUNTY OF COOK)
e undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY
~at the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III,
ection 5 of the By-Laws of the Corporation, and the Resolution of the Board of Directo;s, set forth in the Power of Attorney, are now in
Dated th~ qT~'~ ~'~,
L::~ed and sealed in the County of Cook. - "~ ~ay of ' ~D.
Lewis M. Moeller, Secret~ry --
_[CERTIFICATE ,SSUED*TE '.".' :C' ','
OF INSURANCE -- 3/19/96
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
Dodson-Bateman CO.FERS "O R,G.TS U"O. T.E CE.T,F,CATE .OLDER. T.,S CERT,F,CATE
DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
J & Company ,o.,c,Es ELOW.
COMPANIES AFFOFIDING GOVERAGE
Bonds & Ins~urance
~.35t Nlead< '.: R,~ad · Suite 151 · l.)alla~, Tex?..~ 75231 _-'__':a:~ A Maryland Casualty
.....................................INSURED ......... .-2--EPJO';:a"' B Texas Workers Comp Ins. Fund
Renaissance Contractors, Inc. GC':=-'r'" C
1402 Corinth LB #114
Dallas, Texas 75215 cc,;~t,v
LET-EF D
J CCM~-i%-
LET-ER E
COVERAGES ~
C. EI;-: CC-=-.-, MAY BE SE.3ED OR L'AY PED-AIN --IE iNSL-';A%CE A:FC;F~DED Bv -~E ='O_,~IES DESCRIBED F. EFiEIN S $.3, BJECT TO ALL TI-.E -E~MS
: EX~S.-~ .~ ~ ID ~Ol' D C,%S OF SJC- aOL,C ES. L:i'/ITS S:-CWN MAY -lAVE BEEN ;EDUCED BY PAID CLAIMS
]LCTOR POLICY EFFECTIVE POLICY EXPIRATION
~ GENERAL LIABIUTY 'RPA26736596 9/15/95 9/15/96 3E.iE=A_ AG6F E..q~.--E $ 2,000#000
000
' '2 ,';',=~'~ & '2 'S',-~-'r-C=S ~C- EAC~ C-CCJ~R?,CE & 1 , 000,000
! X CG 2503 included F~ED*U~GE:~',~;"e'-e S 50,000
-- A AUTOMOR~LEUAmL,~ WAA26737008 9/15/95 9/15/96
I ~',-~-C LV~T - 1,000,000
-- X
~* EXCESS LIABILITY U I~Ab / "*J ~..'1.5 b.L ~J / ~:3 / ~J~3 ~J/~3/~Jb EACH OC$~E~CE $ I ,UUU,UUU
X ~'.'-=~5__A FC.FM AG3qEGA--r $ 1, 000, 000
~ 1'~'~u~ I; I .LUJ lJ'.3~ .I. UJJ. J'"3~ X STA-JTOR; ~ ,..,iT~-
WORKER'S COMPENSATION
EACH ACC DEr,- S 500,000
J% OTHER ECA26737321 9/15J95 9Jl5J96
Equipment Leased & Rented Only -
__ $1,000. Deductible
DESCRIPTION OF OPERATIONS-LOCATIONS;VEHICLES.SPEClALITEMS ~e: anorew ~rown dr. community Par~ East
Outflow Structure / Project #DR-95-03. Certificate holders is named as additional insured
-- as respects to general and auto liability. A waiver of subrogation in favor of the
certificate holder applies to workers compensation.
CERTIFICATE HOLDER CANCELLATION
SHOL, LD ANv ...,F -HE ABOVE DESCRIBED POLICIES BE CANCEL_ED BEFORE T-IE
City of Coppell EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO
P. O. Box 478 MAiL.30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
_ Coppell, Texas 75019
LEF- BUT FAILURE TO MAIL S~CH NOTICE SHALL IMPOSE NO OR_IGAIION OR
LIABILITY OF ANY ~IND UPO~ ~HE COMPANY. IlS AGENTS O8 REPRESENIAIIVES.
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNS'lENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS
OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. NORTH
CENTRAL TEXAS. LATEST ADDITION. PREPARED BY THE NORTH CENTRAL TEXAS
COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT
AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS
AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
ITEM 1.0 - DEFINITIONS
SC-I.0
Engineer: The word "Engineer" in these contract documents and specifications shall be
understood as referring to CITY ENGINEER. City of Coppell. P.O. Box 478. Coppell. TX
75019. Engineer of the Owner, or such other representatives as may be authorized by said owner
to act in any particular position.
Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Calendar Day: Add the following sentence to the end of the working days definitions: Hours
worked before 8:00 a.m. after 5:00 p.m.. all weekends and holidays are subject to overtime.
Overtime request must be made in writing and approved by the City of Coppell. Seventy-two
hours notice required. All overtime incurred by the City for inspection services shall be paid by
the Contractor. If not paid. such cost ma)' be deducted from partial payments.
All other terms used in these Supplementary Conditions which are defined in the General
Provisions shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50ff~ of the cost of the public improvements
for a 2 year period."
1-36 Supplementary Conditions
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site. a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 1.22.5. 1.28 and
1.51.1. to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment. and to establish a working understanding among the parties as to the
Work.
ITEM 1.19 - PRIORITY OF CONTRACT DOCL3IENTS
SC-1.19
Add the following language at the end of the Item 1.19: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals
or codes, the provisions of the Contract Documems shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20 - CORRELATION AND INTENT OF DOCL31ENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon
the following reports of explorations and tests of subsurface conditions at the site of the work:
Geotechnical report entitled "Geotechnical Investigation Andrew Brown Jr. Community Park
Outfall Structure. Coppell. Texas" performed by Patton. Burke & Thompson Engineering
Consultants. copy attached.
The Contractor may take additional borings at the site to satis~' himself as to subsurface
conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5 Existing Utilities and Sewer Lines: The Contractor shall be responsible for the
protection of all existing utilities or service lines crossed or exposed by' the construction
1-37 Supplernentar3' Condition.~
operations. Where existing utilities or service lines are cut. broken or damaged, the
CONTRACTOR shall replace the utilities or service lines with the same type of
original construction, or better, at his own cost and expense.
If it is necessary to change or move the property of any owner or of a public utility:.
such property shall not be moved or interfered with until authorized by the
ENGINEER. The right is reserved to the owner of any public utility to enter upon the
limits of the project for the purpose of making such changes or repairs of their property
that ma3' be made necessary by the performance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC-!.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence:
"If requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1 Should CONTIL-kCTOR cause damage to the work or property of any separate
Contractor at the site. or should any claim arising out of CONTRACTOR'S. OWNER.
ENGINEER, Consulting Engineer or any other person. CONTRACTOR shall promptly
attempt to settle with such other Contractor by agreement, or to otherwise resolve the
dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted
by Laws and Regulations. indemnit3' 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 an)' 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 CONIRACTOR'S performance of the Work. Should a
separate Contractor cause damage to the work or property of CONTRACTOR or
should the performance of work be any separate Contractor at the site give rise to any
other claim. CONTRACTOR shall not institute any action, legal or equitable, against
OWNER. ENGINEER or Consulting Engineer or permit any action against any of
them to be maintained and continued in its name or for its benefit in an3 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 CONTRx, kCTOR are
unable to agree as to the extent of any a~iustment in Contract Time attributable thereto.
1-38 Supplementao' Conditions
CONTRACTOR may make a claim for an extension of time in accordance with Item
1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy
with respect to OWNER. ENGINEER and Consulting Engineer for any delay.
disruption, interference or hindrance caused by any separate Contractor.
ITEM 1.26 - INSL'RANCE
SC-1.26.6
Add the following new item:
1.26.6 If OWNER requests in writing that other special insurance be included in the property
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-1.26.7
Add the following new item:
1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall
protect all of the parties insured and provide coverage for all losses and damages
caused by the perils covered thereby. Accordingly. all such policies shall contain
provisions to the effect that in the event of payment of any loss or damage the insurer
x~ill 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.
ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES
SC-!.27.4
Amend the first sentence of Item 1.27.4 to change the words "one vear" to "two years".
ITEM 1.32 - WORKING AREA: COORDINATION WITH OTHER CONTRACTORS: FINAL
CLEANUP
SC-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONT1L~.CTOR. Vertical control has
been established as shown on the construction plans. Horizontal control can be established from
1-39 Supplementary Conditions
existing inlets, street intersections or other utilities indicated on the construction plans. 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 verity' lines
and grades established by the Contractor to determine the conformance of the completed Work as
it progresses with the requirements of the construction documents. Such checking by the Engineer
shall not relieve the Contractor of his responsibility to perform all Work in connection with
Contract Drawings and Specifications and the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC-1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event. Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers. as provided in Item 1.36: however, no increase in the contract
price shall be due the Contractor."
Insert the following sentence at the end of the second paragraph of Item 1.33:
"The ENGINEER shall coordinate such other work with the CONIRACTOR 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 1.36."
ITEM 1.36 - DELAYS: EXTENSION OF TIME: LIOUIDATED DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract
time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse
impact to the critical path and that loss of time can not be made up by revising the sequence of
the work of the project."
ITEM 1.37 - CHANGE OR .MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except
as provided below."
Add the tbllowing sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
1-40 SupplementaO' Conditions
ITEM 1.42 - INSPECTION AND TEST
SC-1.42
1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the
following "direction of the Owner and expense of the Contractor".
Amend the last paragraph, first sentence by changing "Contractor" to "Owner".
ITEM 1.49 - OWNER'S, EMPLOYEES OR AGENTS
SC-1.49-2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have 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. Thc
Contractor represents that no employee or officer of the City' has an interest in the
Contractor.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58 Recent legislation has removed the sales tax exemption previously provided by Section
151.311 of the Tax Code 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
1-41 Supplementary Conditions
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.
1-42 Supplernentao' Conditions
SECTION 2
SPECIFIC PROJECT REQUIREMENTS
SECTION 2
SPECIFIC PROJECT REOUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas prepared through the North Central Texas
Council of Governments (C. O.G.). The following Specific Project Requirements contain general
and specific project requirements applicable to this project in the City of Coppell. These
individual specifications control for this project. Additional amendments to the C.O.G. Standard
Specifications are contained in Section 3 - Special Provisions to Standard Specifications for
Construction. In the event that an item is not covered in the Project Drawings and these
Specifications, then the Standard Specifications for the City of Coppell? Texas shall apply.
2-2 SpeciIi~' Project Requirements
SECTION 2- SPECIFIC PROJECT REQUIREMENTS
1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell.
P.O. Box 478, Coppell. Iexas 57019.
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 CITY OF COPPELL: All improvements described in this Proposal and Construction
Drawings shall be done in accordance with the Project Drawings and Specifications. In
the event that an item is not covered in the Project Drawings and Specifications, then the
Standard Specifications for Construction for the City of Coppell, Texas shall apply.
1.4 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 property owners and the Contractor assumes all liability.
1.5 PROJECT DESCRIPTION: This project is located in Andrew Brown Jr. Community
Park East on the south bank of Denton Creek. The scope of work is as shown on the
construction plans (DR 95-03) and as stated in these specifications. Generally:. the work
shall consist of the installation of 16 feet of 48" storm sewer pipe. Type 'A' headwall.
2 deep foundation pilings, rock rubble, reinforced concrete and the removal and
reinstallation of a 48" gate valve.
1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the
basis of the definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written
request for final inspection. The calendar day count shall resume upon receipt by the
Contractor of a written list of items necessary to satisfactorily complete the project. This
process shall continue until such time as the project is accepted by the Engineer. and the
Owner. The calendar day count will not be suspended or otherwise affected by use of
completed portions or "substantial completion" of an3: of the project.
1.7 SAFETY PRECAUTIONS: The Contractor shall comply a'ith 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 notify4ng owners and users of adjacent utilities.
2-3 specific Project Requirements
1.8 SOIL LNVESTIGATION: A geotechnical investigation report was prepared by Patton,
Burke & Thompson. Engineering Consultant. copy attached.
1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical comrol is provided
by the owner as shown on the plans. The Contractor shall be responsible for layout and
staking of all grades and lines for construction. The Contractor shall preserve all stakes
or markings until authorized by the Engineer to remove same. The Contractor shall bear
the cost of the re-establishing any control or construction stakes destroyed by either him
or a third party and shall assume the emire expense of rectify'ing work improperly
constructed due to failure to maimain 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.
1.10 CONFOILMITY 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.
1.11 TESTLNG LABORATORY SERVICE: The Contractor shall make arrangements with
an independent laboratory.' acceptable to the owner for all backfill compaction, concrete
and other testing as required by the construction plans and standard specifications. The
Contractor shall bear all related costs of tests, inspections or approvals. 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. Two copies shall be provided to the Owner
of all reports and laboratory test results. No separate payment shall be made to the
Contractor for the cost of geotechnical testing services which shall be considered
incidental to the project.
1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under anv
order of the court, or other public authority, the Owner may at an3' 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 S5.000.
1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for
removal of trees on the property that obstruct the installation of the improvements as
outlined in this project. Penalty for destruction of a tree without permission shall be
S500.00 each payable to the Owner. If damage is continuous, tree guards shall be
erected when so directed by the Engineer at the Contractor's expense.
2-4 Specific Project Requirements
1.14 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.
1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautiona~: measures required bylaw to
protect persons and property while said persons or property are approaching, leaving or
within the work site or any area adjacent to said work site. No separate compensation
will be paid to the Contractor for the installation or maintenance of any warning devices.
barricades, lights, signs or any other precautionary measures required by law for the
protection of persons or property.
The Contractor shall assume all duties owned by the City of Coppell to the general public
in connection with the general public's immediate approach to and travel through the
work site and area adjacent to said work site.
Where the work is carried on. in. or adjacent to. any street, alley, sidewalk, public right-
of-way or public place, the Contractor shall at his own cost and expense provide such
flagmen and watchmen and furnish, erect and maintain such warning devices, barricades.
lights, signs and other precautionary measures for the protection of persons or property
as are required by law. The Contractor's responsibility for providing and maintaining
flagmen, watchmen, warning devices, barricades, signs, and lights, and other
precautionary measures shall not cease until the project shall have been accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable
federal and state law (by 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 tbr an5' 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 precautionaD' measures in protecting said property, and whenever evidence is:
found of such damage, the Engineer may order the damaged portion immediately
removed and replaced by and at the cost and expense of the Contractor. If the damages
are not corrected in a timely fashion, then the City shall have the right to repair the
damage and charge the cost back to the Contractor. All of this work is considered
incidental and shall not be separate pay item.
2-5 Specific Project Requiretnents
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
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.
b. After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
c. Where the locations of existing underground and surface utilities and structures
are indicated, these locations are generally approximate, and all items which may
be encountered during the work are not necessarily indicated. The Contractor
shall determine the exact locations of all items indicated, and the existence and
locations of all items not indicated.
d. The Contractor shall repair or pa5' for all damage caused by his operations to all
existing utilities, public property, and private property, whether it is below
ground or above ground, and he shall settle in total cost of all damage suits which
may arise as a result of this operations.
e. To avoid unnecessa~: interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times.
1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the lite of the
contract.
1.19 CLE,4~NUP:
Durino~ Construction. The contractor shall at all times keep the job site as free from all
material, debris and rubbish as is practicable and shall remove same from any portion
of the job site when it becomes objectionable or interferes with the progress of the
project.
Final. Upon completion of the work. the Contractor shall remove from the site all plant.
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new-appearing condition.
2-6 Specific Project Requirements
1.20 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.
1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the
construction shall be removed from the property. Any required burning and disposal
permits shall be the sole responsibility of the Contractor.
All excavated earth in excess of that required tbr backfilling shall be removed from the
job site and disposed of in a satisfactory manner.
1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction.
including water required for mixing of concrete, sprinkling, testing, flushing, flooding.
or jetting. The Contractor shall provide water as required at his own expense.
1.23 GUARANTEE: All work shall be guaranteed against detects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) y:ears from the date
of final completion and acceptance of the project.
2-7 Specific Project Requiretnents
SECTION 3
SPECIAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR CONSTRUCTION
SPECIAL PROVISIONS TO
STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
These Special Provisions, modify? or supplement the Standard Construction Specifications
of the North Central Texas Standard Specifications. All provisions which are not so modified
or supplemented remain in full force and effect, except payment shall be as established in
Section 1 entitled "Proposal and Bid Schedule".
PART II: MATERIALS- DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
(b) Types "B" and "C"
(4) Additional Requirements
lB) Additional Requirements for Type "C" backfill when used in streets:
Insert the following paragraph at the beginning of this subsection: "All trench backfill
shall be compacted to between 95 percent and 100 percent of Standard Proctor Density'
as determined bv 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 ma)' be used only with specific written permission of the Engineer."
ITEM 2.1.6. RIPRAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Riprap. Add the sentence: Mortar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 387-83.
ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a) General: Amend the first sentence, by striking the words "requirements
for earth bedding" and replace with "recommendations of the pipe manufacturer, and
shall be approved by the Engineer".
(bi Earth Bedding: Add the following sentence at the beginning of this
paragraph: "Earth bedding will not be permitted without written approval of the
Engineer."
Special Provisions
3-2
ITEM 2.2.2. CHEMICAL ADMIXTURES:
(d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly
Ash as an admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
PART III DIVISION 3- SITE PREPARATION
ITEM 3.1.2. CONSTRUCTION METHODS:
Add the following sentence after the second sentence: The method of protection
shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed
bv the Engineer.
ITEM 3.7.3. DENSITY:
Strike the first sentence and replace with the following: "Earth embedment and
select material shall be compacted to between 95 percent and 100 percent of Standard
Proctor Density as determined by ASIM 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."
PART IV: DIVISION 4- SUBBASE AND BASE COURSES
ITEM 4.8.4. CONSTRUCTION METHODS:
(b) Compaction
Amend the last sentence of the first paragraph, by striking the words: "90 percent
of the maximum dr)' density of such material." and replace with the words "95 percent
of the maximum d~: density of such material, or as directed by Engineer.
PART V: DIVISION 5- PAVEMENT AND SURFACE COURSES
ITEM 5.8.2. CONSTRUCTION METHODS
(e) Joints
(1) Expansion Joints: Delete the first paragraph and replace with the
following: "Expansion joints shall be installed perpendicularly to the surface and
centerline of the pavement. Expansion Joint material shall be redwood boards, 3;4-inch
in width, and extended through curbs. Expansion joints are to be installed at each end
of radius at street intersections. Expansion joints shall be equally spaced between
intersections with not less than one every 200 linear feet of pavement, unless otherwise
specified on the Plans or directed by the Engineer.
Special Provisions
3-3
(C.) Proximity to Existing Structures: Add to end of sentence. "or as directed
by the Engineer".
(2) Contraction Joints. Delete the first sentence of the first paragraph and
insert the following: "Contraction or dummy joints shall be sawed to 1-1/4 inches in
depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend
through curb. unless otherwise directed by the Engineer."
(h) Finishing.
(1') Machine. Add the following paragraph at the end of this subsection:
"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."
(2) Hand. Add a new paragraph after first paragraph 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."
PART VI: DIVISION 6- L2NDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9. BACKFILL:
(b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
Amend the second sentence by striking the words "to a density comparable with adjacent
undisturbed material" and replacing with "to a density between 95 percent and 100
percent Standard Proctor Density as determined by ASIM 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."
Special Provisions
3-4
SECTION 4
-- DESCRIPTION OF PAY ITEMS
SECTION 4 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the Contractor can fully
understand the scope of work involved in the Pay Items.
1. Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically
included as a pa)' item in the Proposal, shall be considered subsidiary to the Contract and
no separate or additional payment will be made therefore, l%r example, there shall be
no separate payment for the following: (a) removal and replacement of any signs, (b) any
trench shoring, sheathing, de-watering or bracing necessary for thc storm sewer.
headwall or channel construction, (c) sawcutting, (d) erosion control (e) removal of
existing headwall, apron and concrete. (f) trench backfill and cmbcdment for thc 48"
RCP.
2. Construction Pa)' Items:
Pay items as listed in the proposal shall be measured and paid for in accordance with the
applicable measurement and payment paragraphs of the North Central Texas Council of
Governments "Standard Specifications for Public Works Construction". unless modified
by these special provisions.
2.1. Pay Items #1
This item shall consist of the removal and relaying of the two 6' joint 48" RCP pipes.
If either during the bidding process or during the construction process the contractor
deems it would be more cost effective to the contractor to completely remove and dispose
of the existing 48" RCP's and replace with new 48" RCP's. then that cost shall be
entirely at the contractors expense and responsibility. The removal and relaying of the
48" pipe shall also include the demolition of the existing headwall, apron and concrete
above the 48" pipe. If that concrete is adequately broken up and approved by the
inspector on the project it may be used as part of the backfill of the existing eroded area
as required to be backfilled by Bid Item #8. This bid item shall also include the
necessa~' embedment and backfill necessary for the construction of the 48" RCP.
Measurement and Payment shall be on the basis of the price bid per linear foot along
the center of the pipe and shall be the total compensation for furnishing and installing the
specified diameter pipe and appurtenant fittings for joining: for connections to all
drainage structures: and f'or all material, tools, equipment, labor and incidentals
necessary to complete the work.
Description of Pa)- Items
4-2
2.2 Pa3' Items #2
These item shall consist of the installation of a new 4' section of 48" RCP pipe complete
and in place. This bid item shall also include the necessary embedment and backfill
required for the construction of the 48" RCP.
Measurement and Payment shall be on the basis of the price bid per linear foot along
the center of the pipe and shall be the total compensation for furnishing and installing the
specified diameter pipe and appurtenant fittings for joining; for connections to all
drainage structures: and for all material, tools, equipment, labor and incidentals
necessary to complete the work.
2.3 Pay Items #3
This item shall consist of the construction and installation of a standard Type 'A'
Headwall as outlined in the City of Coppell Standard Details, Sheet #THD-CH-I1
Measurement and Payment shall be in accordance with the unit price bid per item and
shall be total compensation for furnishing all labor, materials and equipment necessaq'
to complete the work.
2.4 Pay Item #4
This item shall consist of the construction of two deep foundation piers either by drill
piling or drilled shaft approximately 22.8' deep. The depth means that the bottom of the
piers will be at elevation 420-1-. Please refer to the attached geotechnical report provided
by Patton. Burke and Thompson Engineering Consultants which outlines the general
specifications for the piers. Please note several options provided in the report. Any one
of the options will be acceptable to the City for this project.
Measurement and Payment shall be in accordance with the unit price bid per item and
shall be total compensation for furnishing all labor, materials and equipment necessary
to complete the work.
2.5 Pay Item #5
This item shall consist of the removal and reinstallation of the existing 48" gate valve
onto the proposed Type 'A' Headwall. The reinstallation of the 48" gate valve should
include providing the proper bolts into the Type 'A' Headwall during the construction
of the Type 'A' Headwall.
Description of Pa)' Items
4-3
Measurement and Payment shall be in accordance with the unit price bid per item and
shall be total compensation for furnishing all labor, materials and equipment necessary
to complete the work.
2.6 Pay Item//6
This item shall consist of providing 6" 3000 psi reinforced concrete tbr the proposed
... apron, the side channel sections and the toe wall on the side channel section and the
apron. {,Please note: the toe wall for the headwall is subsidiary to the actual cost for the
Type 'A' headwall). The toewall is proposed at 18" below the bottom of the apron and
the side channel sections. The rebar spacing for the 6" reinforced concrete shall be #3
on 12" centers.
2.7 Pay Item #7
This item shall consist of the placement of Enkamat - 7020 or an equivalent geo-textile
~naterial on the disturbed area around the reinstalled gate valve. The area shall be
approximately 31' x 31'.
-- Measurement and Payment shall be in accordance with the unit price bid per item and
shall be total compensation for furnishing all labor, materials and equipment necessary-
to complete the work as per the manufactures specifications.
2.8 Pay Item #8
-- This item shall consist of the backfill of the eroded area with a sandy clay material
similar in nature to the existing material on the site. The backfill shall be compacted ro
a minimum of 955~ density and installed and tested in 8" lifts. The total quantity of the
- backfill does not include the embedment and backfill necessary for the construction of
the 16 linear feet of 48" RCP pipe (per City of Coppell detail SD20 an area about 7 feet
wide: 6.25 feet deep and 16 feet long - about 26 C.Y.)
Measurement and Payment shall be in accordance with the unit price bid per item and
shall be total compensation for furnishing all labor, materials and equipment necessary
to complete the work.
2.9 Pay Item #9
This item shall consist of the placement of rock rubble at the end of the proposed 6"
concrete apron. The minimum diameter size shall be 12" diameter up to a maximum of
18" diameter. The rock rubble shall be placed so as to minimize voids and to provide
the most densely compacted rubble.
Description of Pay Items
4-4
Measurement and Payment shall be in accordance with the unit price bid per item and
shall be total compensation for furnishing all labor, materials and equipment necessaD'
to complete the work.
3. Clean-up of the site and disposal of excess material:
Clean -up of the site and disposal of excess material shall be considered incidental to, and
part of the installed pipe prices without separate payment.
Description of Pa)' Items
4-5
SECTION 5
GEOTECHNICAL INVESTIGATION
GEOTECHNICAL INx?ESTIGATION
ANDREW BROWN JR. COMMUNITY
PARK OUTFALL STRUCTURE
COPPELL, TEXAS
Pub*on, B~rke t Thompson
Engineering Consultants
December 26, 1995
0555 Newkirk Street
Suite 530
-,alias, Texas 15220
~14.83!.11 I 1
~:AX 214.831.0800
.. City of Coppell
255 Parkway Bird
P.O. Box 478
Coppell, Texas 75019
Attn' Mr. Kenneth M. Griffin, P.E.
Assistant City Manager
City Engineer
Re GEOTECIfNICAL INVESTIGATION
Andrew Brown Jr Community Park Outfall Structure
Coppell, Texas
"' PBT Job No. 101-003
Dear Mr. Griffin:
Patton, Burke & Thompson (PBT) has completed the geotechnical engineering study for the above
referenced p:'c~ect, and hereby submits three (3) copies of our report. The assignment was carried out in general
accordance with our discussions and site visit on November 30, 1995.
Our firm appreciates the opportunity to be of continued professional setw'ice to the City of Coppell. We
would be' pleased to discuss any questions which may arise concerning this report. If we can be of further
assistance, either in regard to final design or construction inspection and testing activities, please call.
Respectively submitted,
PATTON, BURKE & THOMPSON
~/. Burke, P.E.
pal
l):str~bution Cit}'(:l'Co~l:,cll (3)
Pa*ton, Burke 1 Thompson /
Engineering Consultants
TABLE OF CONTENTS
T. Ti~I¢ Page
1.0 SCOPE .................................................................. 1
.0 SUMMARY OF CONCLUSIONS ............................................. 1
°.0 SITE CONDITIONS ....................................................... 1
4.0 PROPOSED REMEDIATION ................................................ 2
5.0 FIELD AND LABORATOR. Y INVESTIGATIONS ................................ 2
;.0 SUBSURFACE CONDITIONS ...............................................
-~.0 DESIGN RECOMMENDATIONS ............................................. 4
7.1 Outfall Structure Foundations ........................................... 5
7.2 Creekside Slope Stabiliw ............................................... 6
d.0 DESIGN REVIEW ......................................................... 7
7.0 LIMITATIONS ........................................................... 7
7IGURES
"'Boring Location Plan ................................................... Figure No. 1
Boring Logs ................................................... Figures No. 2A & 2B
.Triaxial Compression Test ................................................ Table No. I
Pd*on, Burke ~ Thompson
Engineering Consultants
1.0 SCOPE
This report presents the results ora Geotechnical Investigation of an existing outfall structure located in
he Andrew Brown Jr. Community Park in Coppell, Texas (see Vicinity Map on Fig. 1). Our investigation was
conducted to evaluate subsurface conditions and provide foundation design criteria for repair of the existing
,tructure Currently, the existing structure has experienced significant distress, at the discharge point to Denton
Creek. apparently caused by erosion of the creek bank and undermining of the outfall structure footing. The
nvestigation was completed in accordance with our discussions and site visit on November 30, 1995.
This report includes descriptions of the subsoil and groundwater conditions found in an exploratory boring
and recommended design and construction criteria for new foundations. The report was prepared from data
developed during field and laboratory investigations, engineering analysis of the field and laboratory data, and
PBT's experience with similar projects. The recommendations presented in this report are based on the proposed
general remediation plan discussed to date with the City. Revisions of the remediation plan could affect
recommendations If plans change PBT should be contacted. A summary of findings and conclusions is presented
belox~, and detailed recommendations for design and construction are presented in the report.
2.0 SUMMARY OF CONCLUSIONS
Subsoils found in the one (1) exploratory., boring (Figure 1) consisted of sandy clays to a depth of
16.5-feet, underlain by clayey sands with intermittent sandy clays to the maximum depth explored
of 50-feet below the existing grade. Groundwater was encountered in the boring, 16-feet below the
existing grade, during drilling.
2. The most long term and effective new foundation for the outfall structure would be a deep
foundation system, which would resist the effects of future scour beneath any new outfall structure.
Straight sided drilled shafts (piers) or driven piles are considered in this report. Detailed design and
construction criteria are also presented.
3 The creekside ofthe dike should be restored to near its original condition, so the integrity of the
dike is not fur.her compromised The use ora stabilized toe and/or rip-rap should be considered
to limit future scour and increase stability of the restored creekside dike slope.
3.0 SITE CONDITIONS
-I'he outfall structure is currently located on the north side of Andrew Brown Jr. Community Park, and feeds
,mo Denton Creek. in Coppell, Texas (Fig. 1) Although the exact location of the subject outfall has not been
Pa*ton, Burke & Thompson
Engineering Consultants
Andrex~ Brown Jr. Community Park Ouffall St.mcture
Page 2
identified the outfall structure which was the subject of this investigation is referred to by the City of Coppell as
?roject DR95-03.
'The site, from a south to north direction along the existing outfall pipe, consists ora very flat (20 to 1) grass
slope within approximately 20-feet south of the crest of the existing dike, at that point the landward side of the
Denton Creek dike is on a slope of approximately 7-1/2 to 1. The crest elevation &the existing dike, at the time
--of the field investigations, is around elevation 459-feet and the dike crest width is very minimal. The existing
creekside slope of the dike, outside the area of erosion and sliding in the vicinity of the outflow structure, consists
of a relatively steep grassy slope in the order of 1-3/4 to 1. A significant area of approximately 15 to 20-feet each
side of the center line of the 48-inch RCP (see the outline in the plan view on Figure 1) has been eroded or become
'unstable at the time ofthe field investigation. Furthermore, the modified dike slope has progressed to a very steep
slope which is approximated at between '/2 and I to 1 and has progressed in a southerly direction to within a short
distance of the crest of the existing dike. In addition to the eroded/unstable slope around the outfall structure,
approximately 13-linear feet of the 48-inch RCP and associated concrete head wall structure has been undermined
and dropped 4 to 5-feet vertically. This movement has broken the pipe and exposed it freely to Denton Creek flow.
[Note The described condition of the existing pipe and outfall structure are based primarily upon visual
obse,"vations and the City's provided measurements )
4.0 PROPOSED REMEDL~.TION
It is PBT's understanding at this time, that the City desires to re-establish a gate valve control for the subject
RCI', and to develop stability for both any new head wall structure and surrounding slope at the subject location.
All remediation ahernatiYes must balance flooding protection for the park lakes and overall cost of new
construction.
5.0 FIELD AND LABOIL4. TORY INVESTIGATIONS
Subsurface conditions, due to difficult accessibility to the actual damaged outfall structure, were
investigated by drilling a single exploratory boring approximately 8-feet east of the centerline of the existing RCP
' and near Station 0 -,- 13 (see Fi=cure I). The boring was drilled with a truck-mounted drill rig and 4-inch continuous
Piton, Burke & Thompson
L'egieeer;ng
Andrew Bro~ .Ir. Commurdty Park Ouffall Structure
Page 3
flight augers. Representative samples of the subsurface materials were obtained by employing shelby tube and split-
spoon sampling procedures. Undisturbed samples were obtained of the upper "clayey" soils by hydraulically
pushing shelby tubes A soil sample (disturbed) was obtained of the deeper "sandy" soils by driving a 24-inch long
split-spoon sampler into the subsurface materials using 140 lb hammer falling 30-inches (i.e., Standard Penetration
Test, SPT). The number of blows for each 6-inches of penetration was recorded, and the total number of blows
required to drive the second and third 6-inch intervals constitutes the standard penetration resistance in blows per
foot, referred to as the "N" value. The N-value is used to evaluate the engineering insistu consistency properties
of the subsurface materials. Log of test boring showing visual descriptions of subsurface materials encountered
are included in Figures 2A and 2B. Sampling information, pertinent field data, and field observations are also
included.
The laboratory testing program was directed toward evaluating the physical characteristics, classification
and shear strength of the soils encountered in the boring. Laboratory testing of the soil,samples included visual
classification, moisture content, dry density, sieve analysis, Atterberg limits and UU Triaxial. Results of laboratory
testing are presented on the Log of Boring, Figures 2A and 2B, and Table I
6.0 SUBSURFACE CONDITIONS
The subsurface conditions encountered in the one (1) exploration boring, for the purposes oftEis study,
consisted of 16-l/2-feet of stiff to very stiff sandy clay underlain by a medium dense clayey sand to a soft to stiff
sandy c!ay stratum which extended to the maximum depth of the boring of 50-feet or approximately elevation 408-
feet
The upper sandy clay soils extended to an elevation of approximately 441.5-feet, which is approximately
3-feet lower than tln, e existing flowline of the 48-inch RCP. These clays are dr)' at the surface, but become moist
with depth and the Atterberg limits test indicate these clayey soils have a liquid limit between 59 and 36 percent,
a plasticity index be,.x~een 15 and 32 percent and 58 to 79 percent fines (i e, minus No 200 sieve). These soils can
be classified as medium to high plasticity. CL to CH materials Unconsolidated-undrained triaxial shear strengths
of these soils (e g. UU Triaxial test) indicate peak shear strengths in the order of 2,900 to 4,600 psf.
P~tton, Burke & Thompson
Engineer;ag Consultants
Andrew Brown Jr. Community Park Outfall Structure
Page 4
The underlying clayey sand to sandy clay soils (from a depth of approximately of 16-1/2 to 50-feet below
:he existing site grade), were generally moist to wet, and are believed to be geologically floodplain alluvial deposits
of Denton Creek. These deposits generally varied back and forth between clay sands and sandy clays and did not
appear to densify significantly within the depth explored. Based upon one standard penetration test at the 48.5 to
50-foot interx'al, these deposits can be described as medium dense and can be further classified as Iow plasticity,
SC to CL materials
Groundwater was encountered at a depth of approximately 16-feet upon completion of the boring, which
is near the interface of the upper clays and lower sands. However,' the groundwater level at this site should be
expected to be primarily controlled by the water level in the adjacent Denton Creek.
Further details concerning the subsurface materials and conditions encountered are shown on the Log of
Boring. The stratification line shown on the Log of Boring represent only approximate locations of changes
between soil types, as indicated by the field methods utilized.
7.0 DESIGN RECOMMENDATIONS
The following design recommendations have been developed based upon PBT's understanding of the
generally desired remediation construction and subsurface conditions encountered in the test boring. If there are
any major changes in the project design criteria, a review should be made by this office to evaluate if any further
field exploration and/or modifications to recommendations contained herein will be required.
The xSsually observed failure of the subject outfall structure (and related sliding and instability of the slopes
surrounding it) and the subsurface conditions encountered in the test boring indicate that in all probability scour
occurred beneath the apron slab of the concrete outfall structure. This scour of foundation materials could have
occurred from both southward flow through the pipe from Denton Creek and northward flow into Denton Creek.
These types of flow over time, without a deep toe wall and/or deep foundations beneath the outfall structure, can
result in failures due to loss of foundation support. Our experience with similar failure conditions (i.e., both the
foundation support for the outfall structure and the surrounding dike slopes) indicates slope strengthening and deep
foundations should be utilized for long term stability. Design and construction recommendations for this desired
Burke & Thompson
Engineering Consultants
Andrew Broam Jr. Communi~' Park Outfall Structure
Page 5
__alternative, and other alternatives with more risk, are included below:
3 1 Outfall Structure Foundations
It is recommended that the outfall structure and any damaged section of the existing 48-inch RCP be
reconstructed to their original location and elevation by supporting them on a deep foundation. A deep
foundation consisting of either driven piling or drilled shaft construction are considered satisfactory. For
design of driven piling it should be assumed that skin friction be neglected above elevation 440, and a
maximum allowable unit s'kin friction of 1,000 psfcan be used in the lower clayey sands and sandy clay soils
for compressive loads. An allowable unit skin friction and uplift for these soils should not exceed 50
percent of the allowable values for compressive loads. Based upon our past experience, end bearing should
be neglected for design of any non-displacement piling (e.g., steel H-piles), but for displacement piling a
maximum allowable unit end bearing value of 4,000 psfat an elevation of 420 or lower can be used. For
example, the estimated allowable load capacity in compression for a 12-inch diameter, closed-in, steel pipe
pile, and concrete filled founded at a typical elevation of approximately 420-feet, would be 16 kips. This
same pipe pile extended to a tip elevation of around 41 O-feet would have an allowable load capacity of 21
kips. In a similar manner, it is estimated that a 10-inch steel H-pile would have capacities of 22 kips at a
tip elevation of 420 and 33 kips at a tip elevation of 410. Furthermore, it is estimated that the existing
concrete outfall structure (including the current iron flat gate) has a total weight less than 30 kips, which
would only require two (2) or three (3) piles for support.
An alternative to driven pi!lng would be to use straight-sided drill shafts founded in the lower clayey sands
and sandy clays. Similar to the above criteria for driven piling, the shafts should neglect any skin friction
in soils above elevation 440 and penetrate to a minimum elevation of around 420. An allowable shaft
friction of 1,000 psf may be used for compression loads and a maximum allowable unit end bearing value
of 2,000 psf An ailoxvable unit skin friction and uplift should not exceed 66 percent of the allowable value
for compressive loads. In addition, a minimum shaft diameter of 18-inches should be used for the design
of any straight-sided shafts, and steel casing, based upon the nearby Denton Creek and findings in the
boring, will be recuired during the installation of shafts to prevent caving of the saturated clayey sands.
Pn**on, Burke & Thompson
Engineering Consultants
Andrew Brown Jr. Community Park Outfall Structure
Page 6
Regardless of the type of the final foundation selected, the slab apron for the reconstructed concrete outfall
structure should be adequately protected to resist future foundation scour. Ihe depth of scour protection
needs to extend several feet below the RCP's flowline for long-term protection, but from a practical and
balanced point-of-xdew 2-feet is recommended (Note: Furthermore, if the toe platform recommended in
below subsection 7.2 is utilized and extended beneath the subject slab, it will provide a certain degree of
scour protection).
; 2 Creekside Slope Stability
The current condition of the creekside slopes in the vicinity of the subject outfali structure appears to be
in a progressive toe cutting - sliding - erosional mode. If a'.lowed to go uncorrected, regardless of the
foundation support provided for the outfall structure and pipeline, this could (with time) result in the
breeching of the existing dike embankment along the pipe. Furthermore, due to the presence of flowing
water in nearby Denton Creek and the limited working area, a simple, inexpensive but long-term satisfactory
solution may be difficult to design.
Desirable elements of any design criteria for subject slopes, in our opinion, would involve flattening the final
s'lopes around the outfall structure as much as is possible and properly benching any new construction
adequately into undisturbed existing dike materials. It would be highly desirable to perform any such
reconstruction during Iow water periods for Denton Creek and to initially provide a non-erodible and stable
base at the toe of the final reconstructed slopes (e.g., a 3 to 4-foot thick toe platform of either large rock
rip-rap, cement treated based-t3.'pe materials, flowable fill, etc.)..After the toe platform has been established,
proper reconstruct!on of the creekside slopes should be carried out with a final maximum (i.e., no steeper
than) slope of 2 to 1. Suitable soil materials for the reconstruction slopes could be similar to the sandy clay
materials encountered in the top 16-feet of the test boring. More specifically, however, such new dike fill
should be a clean, medium expansive soil material, free of excess silt, organic matter, wood, any rock
fi'agments larger than 3-inches and any other generally foreign materials. Plasticity index of these materials
should be more than 10 but less than 25, a liquid limit not exceeding 40 and not more than 50% by weight
shall be finer than a No 200 sieve. Such dike fills should be placed in maximum 8-inch thick loose lifts and
be compacted to a minimum of 100% Standard Proctor density (ASTM D698) witi~ compacted moisture
P~ton, Burke & Ti~ompson
Engineering Consultants
Andrew Brown Jr. Commit)' Park Ouffall Structure
Page 3'
contents from 1% dr)' to 3% wet of the optimum moisture content of the materials. Each lift should be
inspected ~.nd tested to verify the in-place thickness and compaction before another lift is placed.
8.0 DESIGN REVIEW
It is recommended that PBT be provided the opportunity for a general review of the final foundation and
'-site reconstruction plans and specifications prior to construction to confirm that earthwork and foundation
recommendations presented herein are properly interpreted and implemented into the overall project's design and
construction documents.
This recommended post-investigations service is not part of the initial scope of work for this study and
would be an additional service. However, PBT cannot be responsible for misinterpretations of our
recommendations if not allowed an opportunity to re~4ew (or at least discuss) these documents. In addition, further
analyses may be necessary as final plans are developed and PBT can provide additional analysis and/or consultation
as requested.
9.0 LIMITATIONS
The findings and recommendations presented in this report are based on the assumption that subsurface
conditions do not vary. appreciably from those encountered at the boring. The subsurface information presented
in this report does not constitute a direct or implied warranty that the subsurface conditions at the boring location
can be directly interpolated or extrapolated Subsurface conditions which are different from those disclosed by the
boring may be found during construction.
Patton, Burke & Thompson has prepared this report to aid in the evaluation of the site and to assist in
stabilization and reconstruction of the site facilities We have developed our conclusions and recommendations in
accordance x~ ith generally accepted professional geotechnical engineering principles and practices. We make no
other warran-'.y either express or implied. Our conclusions are based on the results of the limited field explorations,
labora:ory tests, and our interpretation of subsurface conditions. If conditions prior to or during construction
Pat*on, Burke & Thompson
Engineering Consultants
.~.drew Brown Jr. Community Park Outfall Structure
Page 8
appear different from those described in this report, we should be notified so that we may review and verify or
modify our recommendations.
Enx4ronmental issues regarding this site are not addressed in this study. Only geotechnical recommendations
for use in design of specific construction elements, earthwork and "quality control" testing and observation of
construction are presented herein. Furthermore, the firm of PBT does not practice or consult in the field of safety
engineering and any designer or contractor should notify the City if she/he considers any of the recommended
actions presented herein to be unsafe.
P~tton, Burke d~ Thompson
LOG OF BORING NO. B-1
CLIENT: City of Coppell LOCATION: Coppell, Texas
JOB NAME: Brown Community Park Outfall RIG TYPE: CML-55
DRILLING CONTRACTOR: Core Test LOGGED BY: RJH
SURFACE CONDITIONS: Grassy/slope DATE DRILLED: 12105195
GROUND ELEVATION: 458.0' JOB NO.: 101-003 PAGE I OF 2
FIELD DATA LABORATORY DATA DRILLING METHOD(SI: Continuous flight auger
~ ~ GROUNDWATER INFORMATION: 16' after completion of
.J~.,- ~ ~ ~ ~ ~ ~ ~ ~ drilling
~ ~: u. 0 ~ ~ ~ S~PLE T~E
~. ~ = ~ ~ ~ ~ ~ ~ ST Shelby Tube RC R~k Cora SS Sp~t Spoon
~ ~ = ~ = ~ ~ ~ w ~" ~ ~ Z~ e CT Cuttings TC THO ~, CS ~nforn;a Spoon
~<o ~ ~ ~ ~ z~= --0 = ~ ~ ~ GEOTECHNICAL DESCRIPTION
=. C~Y, sandy, ve~ stiff to stiff, d~ to moist (CL, CH)
-Sl i 0.0-2.0 ST .P=4.5+ 8
-S2~ 2.0-4.0 .ST.P=4.5+
5 ~S3 a.O-5.0 IST P=4.5+ 12 106 36 21 15 58
I
' 32 79
S419.0-IO.O ST P=4.5+ 19 108 59 27
-10-- I
~ -brown
';S5 ST P=1.75 17 115 41 64
] ~ ~ND, clayey to sandy c~y, soft to stiff or medium dense
to dense, moist to very moist, brownish yellow, light brown
~ ~ ~ (sc. CL)
~S~.i '902001ST, . - . ~ P=O.5 18 121
- 20 --
S7 24.0-250 CT', ~8 31 18. 13 58 ,..'..'.,
25 .-'/..'
- ~0 ~
N - STANDARD PEN~TION TEST RESISTANCE REMARKS: Boring backfil~ed with cuttings upon completion
: FIELD T - THD CONE PENET~TION RESISTANCE
P - POCK~ PENET~TION RESISTANCE of driUing
TEST R - PERCENTAGE OF ROCK CORE RECOVERY
ROD - ROCK QUALITY DESIGNATION
Patton, Burke & Thompson Figure - 2A
LOG OF BORING NO. B-1
CLIENT: City of Coppell LOCATION: Coppell, Texas
JOB NAME: Brown Community Park Outfall RIG TYPE: CME-55
DRILLING CONTRACTOR: Core Test LOGGED BY: RJH
SURFACE CONDITIONS: Grassy/slope DATE DRILLED: 12105/95
GROUND ELEVATION: 458.0' JOB NO.: 101-003 PAGE 2 OF 2
FIELD DATA LABORATORY DATA DRILLING METHOD(S): Continuous flight auger
~ :1 ~ GROUNDWATER INFORMATION: 16' after completion of
O0z=& ~ ~ Q [ ~ ~ " CT Cmfi~, TC THD Co. CS C.~fom~ Spoon
~ ~ ~=~.==° ~ ~ =~ ~ ~ ~ ~ GEOTECHNICALDESCRIPTION
~ ~ND, clayey to ~ndy c~y. ~ft to stiff or medium dense
~ to dense, moist to ve~ moist, brownish yellow. I~ght brown
[SC. CL)
- 50 : Boring terminated at a dep~ of 50.0'
~0 .........
N - STANDARD PENETRATION TEST RESISTANCE ~ REMARKS: Boring backfitled with cuttings upon completion
FIELD T - THD CONE PENETRATION RESISTANCE
p - POCKET PENETRATION RESISTANCE of drilling
TEST R - PERCENTAGE OF ROCK CORE RECOVERY
RQD - ROCK QUALITY DESIGNATION
Patton, Burke & Thompson Figure - 2B
Boring Depth Material Moisture Dry Unit Confining Peak
No~ ~ Type Content (%) Weiclht (Ix:f) Pressure (Dsf) stress (psf)
B-1 .4-5 CLAY, sandy 11 103 500 5868
B-1 9-10 CLAY, sandy 17 108 1000 9259
TRIAXlAL COMPRESSION TEST
- Test T.¥pe' ASTM D 255'.3- U:J SUMMARY OF RESULTS
Denton Creek Outfall
Andrew Brown Jr. Community Park
Job No. 101-003 Coppell, Texas
Patton, Burke & Thompson Table I