DR0501-CN060127 T H E · C: I T Y - 0 F
COPPELL
CONSTRUCTION SPECIFICATIONS
FOR
WAGON WHEEL PARK
OUTFALL STRUCTURE
Drainage Project
DR 05-01
TABLE OF CONTENTS
Page #
Section 1 -
Bidding Documents
Notice to Bidders
Instructions to Bidders
Proposal/Bid Schedule
Prevailing Wage Rates
1-4
1-5
1-15
1-23
Section 2 -
Contract Documents
Standard Form of Agreement (Contract)
Certificate of Insurance
Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
2-2
2-8
2-9
2-10
2-12
2-14
For this project, the Standard Specifications for Public
Works Construction - North Central Texas Third Edition,
as prepared by the North Central Texas Council of
Governments, the City of Coppell Standard Construction
Details (Ord. #92-554), and Appendix 'C' Design Criteria
and Standards in the City of Coppell Subdivision
Ordinance (Ord. #94-643) shall govem all work to be
done, together with any additional Supplementary
Conditions, Specific Project Requirements, General
Notes, Description of Pay Items and/or Technical
Specifications included herein.
Section 3 -
City of Coppell's Supplementary Conditions
to the NCTCOG General Provisions
3-1
Section 4 - Specific Project Requirements
4-1
Section 5 - Description of Pay Items
5-1
Section 6 - Boring Logs
6-1
SECTION 1
BIDDING
DOCUMENTS
T H E (: I T Y 0 F
CO?[~ELL
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the Wagon Wheel Park Outfall Structure Project - No.
DR 05-01. Plans and Specifications may be obtained for a non-refundable cost of $25.00 fi.om the
Purchasing Agent, 255 Parkway Blvd., Coppell, Texas, or telephone (972) 304-3698. Sealed bids
addressed to the Purchasing Agent, City of Coppell, Texas, for the Wagon Wheel Park Outfall
Structure Project No. DR 05-01 will be received in the Purchasing Office at the City of Coppell
Town Center, 255 Parkway Boulevard, until 10:00 a.m., February 14, 2006, and then publicly
opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of
Coppell Bid No. Q-0206-01 designated clearly on the exterior of the bid envelope. Included with
the bid there should be a completed Bid Affidavit and a Proposal Guaranty per Item 1.5 of the
NCTCOG's Standard Specifications for Pubhc Works Constructton 3 Edition.
A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the second
floor conference room (255 Parkway Boulevard), at 10:00 a.m. on February 7, 2006. The conference
is not mandatory; however, all interested bidders are strongly encouraged to attend.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
Owner reserves the right to accept the altemate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITTED BY FAX WlLL 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, form materials, etc.). In order to be exempt from the sales tax on such tangible personal
property, the contract shall separate and provide separate charges for materials to be incorporated
into the project from charges for labor. The City will provide the Contractor with an exemption
certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a
sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal
property) in the space provided on the bid form. The successful bidder's bid form will be used to
develop a separated contract and determine the extent of the tax exemption.
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard Specifications
for Public Works Construction - North Central Texas 3~d Edition, as prepared by the
NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to
them in these General Conditions. The term "Bidder" means one that submits a Bid directly
to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term
"Successful Bidder" means the lowest, qualified, responsible Bidder 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 9478, 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 intended to repair a failed headwall structure and erosion at the end of a
drainage outfall structure within Wagon Wheel Park. The work shall consist of removing the
failed headwall and pipe segments, constructing a junction box structure, installing 155 feet
of 42" HDPE drain pipe, and constructing a new headwall structure supported on piers.
Work shall include all components necessary for the "turn key" construction of the outfall
structure.
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 Parkrway Boulevard, Coppell, Texas for $25.00. The
following general requirements pertain to the Bidding Documents:
No bidding documents will be issued later than two (2) days prior to the bid opening
date.
1-5 Bidding Documents
3.2
3.3
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
$15.00 per set.
c)
Bidding documents may be examined flee of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant for
any other use.
Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, and possession of such
equipment as may be needed to complete t 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 (within five [5] days if requested).
A list of all projects presently under construction by the bidder including approximate
cost and completion date shall be submitted upon request.
B. Past Project Experience (required to be submitted with five [5] days if requested).
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. (within five [5] days if requested).
The Bidder shall provide a list of equipment, which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if any,
that he must rent/lease as may be required to complete this project.
D. Financial. (within five [5] days if requested).
1-6 Bidding Documents
6.2
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.
Conflict of Interest.
City Charter states that no officer or employee of the City shall have a financial interest,
direct or indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership amounts to less
than one percent (1%) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor.
Examination of Contract Documents and Site.
Access to the site shall be fi:om Freeport Parkway. It shall be the contractors responsibility
before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site
to become familiar with local conditions that may affect cost, progress, performance or
furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may
affect cost, progress, performance or fumishing of the Work, (d) study and carefully correlate
Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts,
errors or discrepancies in the Contract Documents. Failure to make these examinations shall
in no way relieve any Bidder fi:om the responsibility of fulfilling all of the terms of the
contract, without additional cost to the OWNER.
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,
fi:om 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
1- 7 Bidding Documents
6.3
6.4
6.5
6.6
7.2
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
necessa~ adjustments may be made to allow for the proper installation. The Contractor shall
be liable for damage to any utilities resulting from the construction of this project.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface, subsurface
and underground facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance or fumishing 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.
On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall
fill all holes, clean up and restore the site to its former conditions upon completion of such
explorations.
The lands upon which the Work is to be performed, rights-of-way and easements for access
thereto and other lands designated for use by Contractor in performing the Work are
identified in the Contract documents.
The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the Bid
is premised upon performing and fumishing the work required by the Contract Documents
and such means, methods, techniques, sequences or procedures of construction as may he
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 fumishing of the Work.
Interpretations and addenda.
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.
Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
1-8 Bidding Documents
8.2
8.3
10.
11.
11.1
Contract Time.
The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall be complete within the calendar day count required by the
Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after
the date of the Notice to Proceed or when the contractor begins work, whichever comes first.
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.
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.
Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this
project are: Two hundred and forty dollars ($240.00) per day.
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 he
considered during the bidding process.
Subcontractors, Suppliers, and Others.
If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
Subcontractors, Suppliers and other persons and organizations proposed for those portions of
the Work for which such identification is requested. Such list shall be accompanied by an
experience statement with pertinent information regarding similar projects and other
evidence of qualification for each such Subcontractor, supplier, person or organization if
requested by the Owner. If the Owner, after due investigation, has reasonable objection to
any proposed Subcontractor, Supplier, other person or organization, may, before the Notice
of Award is given, request the apparent Successful Bidder to submit an acceptable substitute
in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's
Bid price may be increased (or decreased) by the difference in cost occasioned by such
substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
1-9 Bidding Documents
11.2
12.
12.1
12.2
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
Bid Proposal.
Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item of
work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
The legal status of the Bidder, that is, as a corporation, parmership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the organization
is chartered. Bids which are signed for a corporation shall have the correct corporate name
thereof, its post office address, and the signature of the president or other authorized officer
of the corporation, manually written below the corporate name in the following manner: "By
13.
14.
If the bid is made by an individual, his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the managing
member of the firm or partnership shall be given or the bid may be signed by an attorney-in-
fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney
evidencing authority to sign the bid, executed by the members of the firm or partners.
Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this project,
may be rejected and returned to the Bidder without being considered.
Estimates of Quantities.
The quantifies 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.
l - 10 Bidding Documents
15.
16.
16.1
16.2
17.
18.
Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478,
Coppell, Texas 75019 until 10:00 a.m., February 14t 2006 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. 0-0206-01 and the name and address
of the Bidder shall be submitted. Included with the bid there should be a completed Bid
Affidavit and a Proposal Guaranty per Item 1.5 of the NCTCOG's standard Specifications for
public Works Construction 3rd Edition. 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 for Construction of: Wagon Wheel Park Outfall Structure Prolect # DR 05-01
"on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas.
Modification and Withdrawal of Bids.
Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
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.
Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to
waive any irregularities in the bids as received and to reject any and all bids without
qualification(s). More than one bid from an individual, finn or partnership, corporation or
association, under the same or different names, will not be considered. Reasonable grounds
for believing that a Bidder is interested in more than one such bid may cause the rejection of
all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced
may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 1.5 of
the Standard Specifications for Public Works Construction will be rejected. Bids submitted
without a Proposal Guaranty per Item 1.5 of the NCTCOG's Standard Specifications for
Public Works Construction 3r~ Edition.
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.
1-11 Bidding Documents
19.
19.1
19.2
19.3
19.4
19.5
19.6
20.
Award of Contract.
The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the fight to reject
the Bid of any Bidder if the Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent
standard or criteria established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the
indicated sum of any column of figures and the correct sum thereof will be resolved in favor
of the correct sum.
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.
The Owner may consider the qualifications and experience of any Subcontractors, Suppliers,
or other persons or organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted
as requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to
the Notice of Award.
The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
perform and furnish the Work in accordance with the Contract Documents to the Owner's
satisfaction within the prescribed time.
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.
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.
Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
l - 12 Bidding Documents'
21.
22.
23.
24.
25.
26.
Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project construction
have been paid in full, and that there are no claims pending.
Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor
work any illegal alien.
Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Calendar Day count on the
project shall commence within ten (10) calendar days after the date of Notice to Proceed or
when the contractor begins work, whichever occurs first.
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.
Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission from
it of a detailed description concerning any point, shall be regarded as meaning that only the
best commercial practices are to prevail. All interpretations of these specifications shall be
made on the basis of this statement by Owner or their authorized representative.
Change Orders.
No oral statement of any person shall modify or otherwise change, or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the contract
will be made in writing by the Owner.
1-13 Bidding Documents
27.
28.
29.
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.
Venue.
This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Dallas County, Texas.
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.
I- 14 Bidding Documents
BID FORM
PROJECT IDENTIFICATION:
Wagon Wheel Outfall Structure Project
DR 05-01 in Coppell, Texas
BIDOF Vortex Construction G.P. , Inc.
(NAME OF FIRM)
DATE 2/14/2006
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q- 0206-01
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
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
alter 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: N/A
Date:
Rec'd:
1 - I 5 Bidding Documen ts
(b)
(c)
B1DDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations
that in any manner may affect cost, progress, performance or furnishing of the Work.
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 reports, but not upon nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
CONTRACTOR shall have full responsibility with respect to subsurface conditions
at site.
(d)
(e)
(0
BIDDER has studied carefidly 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.
BIDDER has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such exanfinations, 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 fumishing 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.
BIDDER has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect of said Underground Facilities
are or will be required by BIDDER in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents.
BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
I 16 Bidding Documents
(g)
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
(h)
This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham
Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain
from bidding; and BIDDER has not sought by collusion to obtain for itself any
advantage over any other Bidder or over OWNER.
(i)
It is understood and a~greed that the following quantities of work to be done at unit
prices ye approximate only', and are intended principally to serve as a guide in
evaluating bids.
0)
It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are to
be performed at the unit prices set forth, except as provided for in the Contract
Documents.
It is understood and agreed that all work under this contract will be completed within the bid
calendar days. Completion date will be established in the Notice to Proceed. It is understood
that time of completion wilI bee a consideration in the award of the bid.
It is understood and agreed that the contractor experience in this type ofxvork will be a strong
consideration in the award of the bid.
It is strongly recommended that each bidder visit the site prior to submitting a bid.
Construction constraints exist, including traffic that could affect productivity.
BIDDER will complete the Work for the following price(s):
I - 17 Bidding Documents
WAGON WHEEL PARK OUTFALL STRUCTURE
PROJECT # DR 05-01
UNIT PRICE BID SCHEDULE
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
I-1 1 LS Mobilization & Demobilization
Complete in Place
Four Thous h Five Hundred Dollars 54,500.00 $4,500.00
and Cents
per lump sum.
I-2 I LS Excavation and Removal of
Excess Material
Complete in Place
Eight Thous & Five Hundred Dollars $8,500.00 $8,500.00
and Cents
per Imnp sum.
I-3 12 LF Salvage and Restore RCP
Complete in Place
two Hum red Twenty _Dollars $220.00 ~;2,64o..00
and Cents
per linear feet.
I-4 1 LS Construct 6' x 6' Junction Box
Drop Structure
Twent~ Seven Th~ usand Complete in Place
Seven Hundred Thrirtv Three Dollars
and Cents
per lump sum.
$27~733.00 $27,733.00
I-5 155 LF Install 42" Corrugated HDPE Pipe
Complete in Place
Two Hun .Twenty Five Dollars
and Cents $225.00 $225.00
per linear feet.
1-18 Btdding Documents
WAGON WHEEL PARK OUTFALL STRUCTURE
PROJECT # DR 05-01
UNIT PRICE BID SCHEDULE
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
I-6 I LS Construct Headwall Structure with
Piers and Rock Rip Rap
Complete in Place
Eight Thousans Six HuT d. Forty Five Dollars
and Cents J $8,645.00 ~qS, 645.00
per lump sum
1-7 1050 CY Cement Stabilized Backfill
Complete in Place
Fifteen Dollars $15.00 $15,750.00
and Cents
per cubic yards.
1-8 1 LS Furnish plans and implementation
for trench safety
Complete in Place
Three Thousand Dollars $ 3,000.00 $ 3,000.00
and Cents
per lump sum.
I-9 1 LS Furnish, Install, Maintain &
Remove Erosion Control Devices
Complete in Place
Three Troy,an Eight Hundred Dollars $3,800.00 $ 3,800.00
and Cents
per lump sum.
TOTAL BID ITEMS I-I thru 1-9
$ 109,443.00
TANGIBLE PERSONAL PROPERTY COST
$ 0
1-19 Bidding Documents
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
TOTAL BID ITEMS BASE BID I-1 thru 1-9 $ 109,443.00 60
In Words: oho H.ndr~d and N~e Thousan0 Four Hundred Forty Three Dollars
BIDDER agrees that all Work awarded will be completed within 60 Calendar Days.
Contract time will commence to mn as provided in the Contract Documents.
Communications concerning this Bid shall be addressed to the address of BIDDER indicated
on the applicable signature page.
BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on
tangible personal property to be incorporated into the project. Said taxes are not included in
the Contract Price (see Instructions to Bidders).
The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of thc 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
Signature:
Februarv 14. 2006
PROPOSAL GUARANTY
A Proposal Guaranty shall be provided in accordance with Item 1.$ of the NCTCO~3's
Standard Specifications for Public Works Construction
1-20 Bidding Documents
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and
are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all
commodities upon which prices are extended at the price offered, and upon the conditions contained
in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90)
calendar days from the date of the bid opening.
STATE OF Texas COUNTY OFDallas BEFORE ME,
the undersigned authority, a Notary Public in and for the State of Texas , on this day personally
appeared Randy Bohannon who after being by me duly sworn, did depose and say:
Name ~
"[, Randy Bohannon
maine
am a duly authorized office/agent for
Vortex Construction G.P., Inc,
Name of Firm
and have been duly authorized to execute the
foregoing on behalf of the said Vortex construction G.P., Inc.
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I
certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/
commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
Name and Address ofBidder: Vortex Construction G.P., Inc.
9744 Brockbank Drive , Dallas, Texas 75220
Telephone:(214 ) 902-0454
Title:Vice President
by: Randy Bohannon
SUBSCRIBED AND SWORN to before me by the above named Randy Bohannon
on this the 14 th dayof February 2006.
,,,~! .%% HEATHER BURTON
~,.- ..~.c$% Nota~y Public, $tate of Texas
-~ -"-' My Commission Expires
J ~,,.,,,,, July 07, 2008
Notary Public in and for the State of
1-21 Bidding Documents
If BIDDER IS:
An Individual
By
(Seal)
doing business as
Business address
(Individual's Name)
A Partnership
By
(Finn Name)
Phone No.
(Seal)
(General Partner)
Business address
Phone No.
A Corporation
By. Vortex Construction G.P., Inc.
(Corporation Name)
Texas
By
(State of Incorporation)
Randy Bohannon
(Name of person authorized to sign)
Vice Presidont
(Title)
(Corporate Seal) J~-2~ ~
Attest ..'~~~//~./'
(Secretary)
Business address 9766 Brockbank Drive
Dalls, Tx 75220
A Joint Venture
Phone No.
214/902-0454
By.
By
(Nme) (Address)
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner lo
the joint venture should be in the manner indicated above.)
1-22 Bidding Documents
PREVAILING WAGE RATES
Air Tool Operator ............................... 10.06
Asphalt Raker .................................... 11.01
Asphalt Shoveler ................................. 8.80
Asphalt Dislributor Operator .................. 13.99
Asphalt Paving Machine ....................... 12.78
Batching Plant Weigher ........................ 14.15
Broom or Sweeper Operator ................... 9.88
Bulldozer ........................................ 13.22
Carpenter ......................................... 12.80
Concrete Finisher-Paving ...................... 12.85
Concrete Finisher-Struci~res ................... 13.27
Concrete Paving Curbing Machine ............ 12.00
Concrete Paving Finishing Machine ......... 13.63
Concrete Paving Joint Sealer .................. 12.50
Concrete Paving Saw Operator ................ 13.56
Concrete Paving Spreader ...................... 14.50
Concrete Rubber ................................. 18.12
Crane, Clamshell, Backhoe, Derrick,. ........
Dragline, Shovel Operator ................. 14.12
Electricial ......................................... 18.12
Flagger ............................................ 8.43
Form Builder-Structures ........................ 11.63
Form Liner-Paving and Curb .................. 11.83
Foundation Drill Operator, Crawler Mount... 13.67
Form Setter-Structures ......................... 11.63
Foundation Drill Operator Track Mounted ... 16.30
Front End Loader ................................. 12.62
Laborer-Common ................................ 9.18
Laborer-Utility ................................... 10.65
Mechanic ......................................... 16.97
Milling Machine Operator Fine Grade ....... 11.83
Mixer Operator .................................. 11.58
Motor Grader Operator Fine Grade ........... 15.20
Motor Grade Operator, Rough Oiler .......... 14.50
Oiler ............................................... 14.98
Painter-Structures ............................... 13.17
Pavement Marking Machine .................. 10.04
Pipe Layer ........................................ 11.04
Reinforcing Steel Setter Paving .................. 14.86
Reinforcing Steel Setter Structures ............. 16.29
Roller, Steel Wheel Plant-Mix Pavements ..... 11.28
Roller, Steel Wheel Other Flatwheel or
Tamping ........................................ 10.92
Roller, Pneumatic, Self-Propelled ............... 11.07
Scraper ............................................. 11.42
Servicer ............................................. 12.32
Slip Form Machine Operator .................... 12.33
Spreader Box Operator ........................... 10.92
Tractor-Crawler Type ............................ 12.60
Tractor-Pneumatic ................................ 12.91
Traveling Mixer ................................... 12.03
Track Driver Lowboy/Float ..................... 14.93
Track Driver-Single Axle Heavy ............... 11.47
Track Driver-Single Axle Light ................ 10.91
Track Driver -Tandem Axle Semi Trailer ..... 11.75
Track Driver-Transit Mix ....................... 12.08
Wagon-Drill, Boring Machine, Post Hole
Driller .......................................... 14.00
Work Zone Barricade ............................ 10.09
Welder .............................................. 13.57
1-23 Bidding Documents
SECTION 2
CONTRACT
DOCUMENTS
T H E C I T Y 0 F
CO? -ELL
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of in the
year 2006 by and between the CITY OF COPPELL, TEXAS, a municipal corporation
(hereinafter called OWNER) and VORTEX CONSTRUCTION G.P., INC. (hereinafter called)
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
This project is intended to repair a failed headwall structure and erosion at the end of a
drainage outfalI structure within Wagon Wheel Park. This work shall consist of removing
the failed headwall and pipe segments, constructing a junction box structure, installing 155
feet of 42" HDPE drain pipe, and constructing a new headwall structure supported on piers.
Work shall include all components necessary for the "turn key" construction of the outfall
structure.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Wagon Wheel Park Outfall Structure
Project # DR 05-01
Article 2. ENGINEER.
The Project has been designed by the 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.
2-2 Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 60 calendar days from the date when the
Contract time commences to mn 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) CONTRACTOR shall pay OWNER Two hundred
forty and no/100 dollars ($240.00) 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 contract sum shall be the amount of $109,443.00.
The total tangible personal property cost included in the contract sm is $ 0
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 them is no schedule of values, as
provided in the General Provisions.
2-3 Contract Documents
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.
2-4 Contract Documents
7.3. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR in order to perform and 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. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Conlract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2-2 thru 2-7, inclusive).
8.2. Certificate of Insurance and Bonds (pages 2-8 thru 2-15, inclusive).
8.3. Notice of Award.
8.4. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, third edition.
8.5. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2
thru 3-10, inclusive).
Specifications beating the title: "Construction Specifications and Contract
Documents for the "Wagon Wheel Park Outfall Structure Project # DR 05-01 for the
City of Coppell".
8.7. Drawing entitled: DR 05-01
2-5 Contract Documents
8.8. The following listed and numbered addenda:
8.9. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.10. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.11.
The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.12. 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 assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due
and moneys that are due may not be assigned without such consent (expect to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or discharge the
assignor from any duty or responsibility under the Contract Documents.
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.
2-6 Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on
,2006.
OWNER:
City of Coppell
255 Parkway Boulevard
Coppell, TX 75019
CONTRACTOR: Vortex Construction G.P., Inc.
9744 Brockbank Drive
Dallas, TX 75220
BY:
CRDC President
BY: BY:
TITLE: TITLE:
ATTEST: ATTEST:
Address for giving notices:
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Dir. of Engineering/Public Works
Address for giving notices:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2 7 Contract Documents
Certificate of Insurance
After award of contract, Contractor will provide Owner with Certificate of Insurance which will be
executed and bound here with final documents.
2-8 Contract Documents
General Instructions For Bonds
The surety on each bond must be a responsible surety company which is qualified to do
business in Texas and satisfactory to the Owner.
The name, and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line opposite
the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal
shall be affixed opposite the signature.
If the principals are partners, their individual names will appear in the body of the bond,
with the recital that they are partners composing a firm, naming it, and all the members of
the firm shall execute the bond as individuals.
The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
If the principal or surety is a corporation, the name of the State in which incorporated shall
be inserted in the appropriate place in the body of the bond, and said instrument shall be
executed and attested under the corporate seal, the fact shall be stated, in which case a scroll
or adhesive seal shall appear following the corporate name.
The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or assistant secretary according
to the form attached hereto. In lieu of such certificate, records of the corporation as will
show the official character and authority of the officer signing, duly certified by the
secretary or assistant secretary, under the corporate seal, to be true copies.
The date of this bond must not be prior to the date of the contract in connection with which
it is given.
2-9 Contract Documents
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of
Texas, hereinafter called "Beneficiary", in the penal sum of
DOLLARS
($ ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of
, A.D. 2006, which is made a part hereof by reference, for the construction of
certain public improvements that are generally described as follows:
Construction of the:
Wagon Wheel Park Outfall Structure
Project No. DR 05-01
Bid No. Q-0206-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract documents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of 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.
2-10 Contract Documents
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, Vemon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WltEREOF, this instrument is executed in
one of which shall be deemed an original, this the __ day of
copies, each
,2006.
PRINCIPAL
SURETY
By: By:
Title: Title:
ATTEST: ATTEST:
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name.
2-11 Contract Documents
PAYMENT BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a mtmicipal corporation organized and existing under the laws of the State of
Texas, hereinafter called "Beneficiary", in the penal stun of
DOLLARS
($ ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, dated the of ,
2001, which is made a part hereof by reference, for the construction of certain public improvements
that are generally described as follows:
Construction of the:
Wagon Wheel Park Outfall Structure
Project No. DR 05-01
Bid No. Q-0206-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying
the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any
2-12 Contract Documents
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 Vemon'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, Vernoffs Annotated Civil Statutes of the State of Texas.
IN WITNESS WItEREOF, this instrument is executed in
one of which shall be deemed an original, this the __ day of
copies each
.,2006.
PRINCIPAL
SURETY
By: By:
Title: Title:
ATTEST: ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's
2~13 Contract Documents
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT
as Principal,
and , a corporation organized under
the laws of , as sureties, do
hereby expressly acknowledge themselves to be held and bound to pay unto the
a Municipal Corporation, Texas, the sum of
Dollars and
Cents ($_ ) , for the payment of which sum
will and truly be made unto said , and its successors, said principal
and sureties do hereby bind themselves, their assigns and successors jointly and severally.
THIS obligation is conditioned; however, that whereas, the said
has this day entered into a written contract with the said
to build and construct
which contract and the plans and specifications therein mentioned,
adopted by the are hereby expressly made a part thereof as
through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor
will maintain and keep in good repair, the work herein contracted to be done and performed, for a
period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs
and/or reconstruction in whole or in part of said improvements that should be occasioned by
settlement of foundation, defective workmanship or materials furnished in the construction or any
part thereof or any of the accessories thereto constructed by the Contractor. It being understood that
the propose of this section is to cover all defective conditions arising by reason of defective material
and charge the same against the said Contractor, and sureties on this obligation, and the said
Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
contract for each day's failure on its' part to comply with the terms of said provisions of said
contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to
maintain said work and keep the same in repair for the said maintenance period of two (2) years, as
provided, then these presents shall be null and void, and have not further effect, but if default shall
be made by the said Contractor in the performance of its' contract to so maintain and repair said
work, then these presents shall have full fome and effect, and said
shall have and receive from the said Contractor and its' principal and sureties damages in the
premises, as provided; and it is further agreed that this obligation shall be a continuing one against
the principal and sureties, hereon, and that successive recoveries may be and had hereon for
successive branches until the full amount shall have been exhausted; and it is further understood
that the obligation herein to maintain said work shall continue throughout said maintenance period,
2-14 Contract Documents
and the same shall not be changed, diminished or in any manner affected from any cause during
said time.
IN WITNESS WHEREOF, the said
caused these presents to be executed by
and the said
be executed by its Attorney in fact and the said Attorney in fact
, has hereunto set his hand, the day of
has
has caused these presents to
.,2006.
PRINCIPAL SURETY
By: By:
Title: Title:
WITNESS: ATTEST:
NOTE: Date of Maintenance Bond mast not be prior to date of Contract,
2-15 Contract Documents
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
T H E C I T Y 0 Ir
COPFELL
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF
THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL
TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF
GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR
SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED
REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
PART I: GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS
ITEM 1.0 - DEFINITIONS
SC-1.0
Engineer: The word "Engineer" in these contract documents and specifications shall be understood
as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of
the Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner: The word "Owner" 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 may be deducted from partial payments."
All other terms used in these Supplementary Conditions which are defined in the General Provisions
shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
3-2 Standard Specifications
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 DOCUMENTS
SC-1.19
Add the following language at the end of the Item 1.19: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals or
codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the
following reports of explorations and tests of subsurface conditions at the site of the work: No
geotechnical explorations or tests of subsurface conditions have been performed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
"1.20.5
Existing Utilities and Sewer Lines: The Contractor shall be responsible for the protection
of all existing utilities or service lines crossed or exposed by the construction operations.
Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR
shall replace the utilities or service lines with the same type of original construction, or
better, at his own cost and expense. This includes any and all irrigation systems, whether
or not they are identified on the plans.
3-3 Standard Specifications
Supplementary Conditions
If it is necessary to change or move the property of any owner or of a public utility, such
property shall not be moved or interfered with until authorized by the ENGINEER. The
right is reserved to the owner of any public utility to enter upon the limits of the project
for the purpose of making such changes or repairs of their property that may be made
necessary by the performance of this contract."
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If
requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
"1.24.2.1
Should CONTRACTOR cause damage to the work or property of any separate Contractor
at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER,
Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to
settle with such other Contractor by agreement, or to otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and
Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer
harmless from and against all claims, damages, losses and expenses (including, but not
limited to, fees of engineers, architects, attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any action, legal or
equitable, brought by any separate Contractor against OWNER, ENGINEER or
Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S
performance of the Work. Should a separate Contractor cause damage to the work or
property of CONTRACTOR or should the performance of work be any separate
Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any
action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit
any action against any of them to be maintained and continued in its name or for its
benefit in any court or before any arbiter which seeks to impose liability on or to recover
damages from OWNER, ENGINEER or Consulting Engineer on account of any such
damage or claim. If CONTRACTOR is delayed at any time in performing or fumishing
Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR
are unable to agree as to the extent of any adjustment in Contract Time attributable
thereto, CONTRACTOR may make a claim for an extension of time in accordance with
ltem 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."
3-4 Standard Specifications
Supplementary Conditions
ITEM 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
"1.26.6
If OWNER requests in writing that other special insurance be included in the property
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 will have no rights of
recovery against any of the parties named as insured or additional insured, and if such
waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same."
ITEM 1.27 - MATERIALS AND WORKMANSHIPi WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREAi 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 CONTRACTOR. Vertical control has been
established as shown on the construction plans. Horizontal control can be established from existing
inlets, street intersections or other utilities indicated on the construction plans. The Contractor shall
be responsible for establishing all lines and grades, and the precise location of all proposed facilities.
The ENGINEER may make checks as the Work progresses to verify lines and grades established by
the Contractor to determine the conformance of the completed Work as it progresses with the
requirements of the construction documents. Such checking by the Engineer shall not relieve the
Contractor of his responsibility to perform all Work in connection with Contract Drawings and
Specifications and the lines and grades given therein."
3-5 Standard Specifications
Supplementary Conditions
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 thc end of the second paragraph of Item 1.33:
"The ENGINEER shall coordinate such other work with the CONTRACTOR. and schedule events to
minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 1.36."
ITEM 1.36 - DELAYS~ EXTENSION OF TIME~ LIQUIDATED 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 following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
ITEM 1.42 - 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".
3-6 Standard Specifications
Supplementary Conditions
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 pement (1%)
of the corporation stock. Any violation of this prohibition will constitute malfeasance in
office. Any officer or employee of the City found guilty thereof should thereby forfeit his
office or position. Any violation of this prohibition with the knowledge, expressed or
implied, of the persons or corporations contracting with the City shall render the contract
voidable by the City Manager or the City Council. The Contractor represents that no
employee or officer of the City has an interest in the Contractor."
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereofi
"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 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
3- 7 Standard Specifications
Supplementary Conditions
breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project."
PART II: MATERIALS - DIVISION 2 MATERIALS
ITEM 2.1.5 - TRENCH BACKFILL:
(b) Types "B" and "C"
(4) Additional Requirements
(B) Additional Requirements for Type "C" backfill when used in streets: Insert the
following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 2.1.6 - RIPRAP OR STONE MASONRY:
(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".
(b) Earth Bedding: Add the following sentence at the beginning of this paragraph:
"Earth bedding will not be permitted without written approval of the Engineer."
ITEM 2.2.2 - CHEMICAL ADMIXTURES:
(d)
Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an
admixtm-e in any Class of concrete is specifically prohibited without written
approval of the Engineer.
3-8 Standard Specifications
Supplementary Conditions
PART III CONSTRUCTION METHODS 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 by the
Engineer."
ITEM 3.7.3 - .DENSITY:
Strike the first sentence and replace with the following: "Earth embedment and select
material shall be compacted to between 95 percent and 100 percent of Standard Proctor
Density as determined by ASTM D-698 at, or up to five (5) percentage points above,
optimum moisture content, using mechanical compaction methods, unless otherwise
specified in the Plans or Specifications."
PART III 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 dry density of such material." and replace with the words "95 percent of the
maximum dry density of such material, or as directed by Engineer.
PART III DIVISION 5 - PAVEMENT/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.
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the
Engineer".
3-9 Standard Specifications
Supplementary Conditions
(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 III DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9 - BACKFILL:
(b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the
second sentence by striking the words "to a density comparable with adjacent undisturbed
material" and replacing with "to a density between 95 pement and 100 percent Standard
Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points
above, optimum moisture content, unless otherwise specified in the Plans or directed by the
Engineer."
3-10 Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
T H E · ¢ I T Y · 0 F
COPi ELE
SPECIFIC PROJECT REQUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas Third Edition prepared through the North Central
Texas Cotmcil of Governments (NCTCOG). The following Specific Project Requirements contain
general and specific project requirements applicable to this project in the City of Coppell. These
individual specifications control for this project. Additional amendments to the NCTCOG
Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard
Specifications for Construction. In the event that an item is not covered in the Project Drawings
and these Specifications, then the City of Coppell Standard Consmtction Details (Ord# 92-554),
and Appendix 'C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance
(Ord #94-643) shall apply.
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.S.A.
A.S.T.M.
A.A.S.H.T.O.
A.C.I.
A.W.S.
A.W.W.A.
S.S.P.C.
N.E.M.A.
W.P.C.F.
TX.DOT
S.S.P.W.C.N.C.T.
T.C.E.Q.
T.M.U.T.C.D.
O.S.H.A.
T.A.S.
A.D.A
American Standards Association
American Society of Testing Materials
American Association of State Highway
& Transportation Officials
American Concrete Institute
American Welding Society
American Water Works Association
Steel Structures Painting Council, Federal
Specifications Treasury Department
Underwriters Laboratories
Water Pollution Control Federation
Texas Department of Transportation
Standard Specifications for Public Works
Construction North Central Texas
Texas Commission on Environmental Quality
Texas Manual on Uniform Traffic Control Devices
Occupational Safety and Health Administration
Texas Accessibility Standards
Americans with Disabilities Act
4-2 Specific Project Requirements
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O.
Box 9478, Coppell, Texas 57019.
ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer of the Owner, or such other representatives as may be authorized
by said owner to act in any particular position.
CITY OF COPPELL: All improvements described in this Proposal and 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.
SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street right-of-way. Entrance onto private property shall be at the expressed
approval of the ENGINEER, only.
PROJECT DESCRIPTION: This Contract consists of the removal and replacement of
about ???714,500 square yards of paving in 37 different locations along Freeport Parkway,
the removal and replacement of about 250 square yards of median paving in four locations
and five two-inch water taps into existing water lines.
CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis
of the definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written request
for final inspection. The calendar day count shall resume upon receipt by the Contractor of
a written list of items necessary to satisfactorily complete the project. This process shall
continue until such time as the project is accepted by the Engineer, and the Owner. The
calendar day count will not be suspended or otherwise affected by use of completed
portions or "substantial completion" of any of the project.
SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifying owners and users of adjacent utilities.
SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
SURVEY AND FINISHED GRADES: General horizontal and vertical alignment is
not changing. The Contractor shall be responsible for layout and staking of all grades and
4-3 Specific Project Requirements
1.10
1.11
1.12
1.13
1.14
lines for construction to preserve existing horizontal and vertical alignment. The Contractor
shall preserve all stakes or markings until authorized by the Engineer to remove same. The
Contractor shall bear the cost of the re-establishing any control or construction stakes
destroyed by either him or a third party and shall assume the entire expense of rectifying
work improperly constructed due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shall he
considered as full compensation for these requirements.
CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-
sections, and dimensions shown on the Drawings. Any deviation from the Drawings which
may be required by the exigencies of construction will be determined by the Engineer and
authorized by him in writing.
TESTING LABORATORY SERVICE: The Owner shall make arrangements with an
independent laboratory acceptable for testing as required by the construction plans and
standard specifications. The Contractor shall bear all related costs of retests, or
reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and
where tests or inspections are to be made so that they may be present. One copy shall he
provided to the contractor of all reports and laboratory test results. Testing by the City does
not alleviate the contractors' responsibility for his own quality assurance/quality control
testing. Contractor shall replace any deficient construction items.
SUSPENSION OF WORK: If the work should be stopped or suspended under any order
of the court, or other public authority, the Owner may at any time during suspension upon
seven days written notice to the Contractor, terminate the Contract. In such an event, the
Owner shall be liable only for payment for all work completed plus a reasonable cost for
any expenses resulting from the termination of the Contract, but such expenses shall not
exceed $5,000.
PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal
of trees on the property that obstruct the installation of the improvements as outlined in this
project. Penalty for destruction of a tree without permission shall be $500.00 each payable
to the Owner. If damage is continuous, tree guards shall be erected when so directed by the
Engineer at the Contractor's expense.
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 he required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
4-4 Specific Project Requirements
1.15
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all waming devices in accordance with the TMUTCD and take all precautionary
measures required by law to protect persons and property while said persons or property are
approaching, leaving or within the work site or any area adjacent to said work site.
Additionally, two-way traffic and 20 mph advisory signs for each direction of traffic shall
be placed on both sides of all intersections. 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 shall submit a traffic control plan to be reviewed by the
City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m. or after
4:00 p.m. except as noted on the plan provided with these specifications. One lane of traffic
in each direction shall be provided at all times. The Contractor is responsible 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, banScades,
lights, signs or other precautionary measures for the protection of persons or property), the
Engineer may order such additional precautionary measures as required by law to be taken
to protect persons and property, and to be reimbursed by the Contractor for any expense
incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of waming devices, barricades, signs, lights, or
other precautionary measures in protecting said property, and whenever evidence is found
of such damage, the Engineer may order the damaged portion immediately removed and
replaced by and at the cost and expense of the Contractor. If the damages are not corrected
in a timely fashion, then the City shall have the right to repair the damage and charge the
cost back to the Contractor. All of this work is considered incidental and shall not be
separate pay item.
4-5 Specific Project Requirements
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
1.17
1.18
1.19
1.20
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.
After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
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 alt items not indicated.
The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private property, whether it is below ground or
above ground, and he shall settle in total cost of all damage suits which may arise as
a result of this operations.
To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
DRAINAGE: The Contractor shall maintain adequate drainage at all times.
PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the contract.
CLEANUP:
During Construction. The contractor shall at all times keep the job site as free from all
material, debris and rubbish as is practicable and shall remove same from any portion of the
job site when it becomes objectionable or interferes with the progress of the project.
Final. Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new-appearing condition.
INSPECTION: The word "Inspection" or other forms of the word, as used in the contract
documents for this project shall be understood as meaning an Owner's agent will observe
4-6 Specific Project Requirements
1.21
1.22
1.23
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 &the Contractor's performance.
DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All paving, subgrade, or
other debris removed from the site as a preliminary to the construction shall be removed
from the property at the sole expense of the Contractor. Any required burning and disposal
permits shall be the sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the job
site and disposed of in a satisfactory manner.
WATER FOR CONSTRUCTION: The 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.
GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date of
final completion and acceptance of the project.
4-7
Specific Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
A. Contractor to submit Shop Drawings, Product Data and Samples as required by the
Contract Documents and as specified in other sections of the specifications.
1.2 SHOP DRAWINGS:
A. As soon as practicable after contract award, submit to the Engineer, for review, the
required number of bound copies of shop drawings of all items as specified in the
various sections of these specifications, accompanied by letters of transmittaL
B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data
for materials and equipment; showing dimensions, performance characteristics, and
capacities and other pertinent information as required to obtain approval of the items
involved.
C. No work requiring shop drawings will be executed until review and acceptance of
such drawings has been obtained.
1.3 PRODUCT DATA:
A. Preparation: 1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
B. Manufacturers standard schematic drawing sand diagrams:
1. Modify drawings and diagrams to delete information which is not applicable
to the work.
2. Supplement standard information to provide information specifically
applicable to the work.
1.4 SAMPLES: Provide samples as indicated in other parts of these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Revie~v Shop Drawings and Product Data prior to submission.
B. Determine and verify:
Field measurements.
Field construction criteria.
Catalog numbers and similar data.
4-8 Specific Project Requirements
4. Conformance with specifications.
Coordinate each submittal with requirements of the work and of the Contract
Documents.
Begin no work which requires submittals until return of submittals with Engineer's
review.
Keep one (1) approved copy of shop drawings or product data at job site at all
times.
1.6 SUBMISSION REQUIREMENTS:
Make submittals promptly and in such sequence as to cause no delay in the work or
in the work of any other contractor.
Number of submittals required:
1. For shop drawings and product data: Submit the number of copies which
the contractor requires, plus four which will be retained by the Engineer.
Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project title.
3. The names off
a. Contractor
b. Supplier
c. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the work or materials.
7. Applicable standards, such as ASTM or Federal Specification numbers.
8. Identification of deviations from Contract Documents.
9. Identification of revisions on resubmittals.
10. Contractor's stamp, initialed or signed, certifying to review of submittal,
verification of products, field measurements and field construction criteria,
and a\coordination of the information within the submittal with requirements
of the work and of Contract Documents.
11. Fabrication and erection drawings lists and schedules.
12. Basis of design and design calculations signed and sealed by a registered
professional engineer.
13. Seal and signature of a register engineer on all structural submittals.
4-9
Specific Project Requirements
D. REVIEW:
Shop drawing and product data information review will be general. Such
review will not relive the contractor of any responsibility and work required
by the Contract.
Satisfactory shop drawings will be so designated and all sets, except four
(4), retumed to the Contractor. Rejected shop drawings will be so
designated and all sets except two (2) will be returned to the Contractor,
with indications of the required corrections and changes.
Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
1.7 RESUBMISSION REQUIREMENTS:
Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes which have been made other than those requested by
the Engineer.
1.8 ENGINEER'S RESPONSIBILITIES:
Review submittals with reasonable promptness.
Affix stamp and initials or signature, and indicate requirements for resubmittal, or
acceptance of submittal.
Return submittals to Contractor for distribution, or for resubmission.
4-10 Specific Project Requirements
SECTION 5
DESCRIPTION
OF PAY ITEMS
COPP-EL£
SECTION 5 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the contractor can fully
understand the scope of work involved in the Pay Items.
Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically included as a
pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or
additional payment will be made therefore. For example, there shall be no separate payment
for the following: (a) removal of spoils, (b) water for constmction, (c) excavation, (d) de-
watering (e) tree removal and disposal, (f) surveying to re-establish grade, and, (g) re-
establishment of any areas disturbed solely for the contractor's use, (h) any other incidentals
necessary to complete the ~vork.
The above items are not meant to be a total and complete list of subsidiary items but only
representative of the types of items that should be included in the various pay items associated
with this project.
Construction Pay Items:
Pay items as listed in the proposal shall be measured and paid for in accordance with the
applicable measurement and payment paragraphs of the North Central Texas Council of
Governments "Standard Specifications for Public Works Construction", latest addition, unless
modified by these special provisions.
2.1 Pay Item #1 Mobilization & Demobilization
This pay item shall consist of the initial mobilization for the construction of the project and
shall be inclusive of any and all mobilizations and demobilizations associated with the
project.
Measurement and Payment shall be as follows: one-half the mobilization and
demobilization shall be paid ~vith the first pay estimate after the initial mobilization has
taken place. On all subsequent pay estimates, measurement and payment shall be prorated
on the basis of the percent of the job complete plus the initial 50% (i.e., when the pay
request reflects 50% payment of the total contract amount, then the contractor will be paid
for 75% of the mobilization pay item, etc.) Payment shall be total compensation for
furnishing all labor, materials, tools, and equipment necessary to complete the work.
2.2 Pay Item #2 Excavation and Removal of Excess Material
Excavation shall be in compliance with NCTCOG Item 6.2 and Item 7.1. In addition to the
description of work in NCTCOG Item 6.2 and Item 7.1, work under this item shall include
but not be limited to the following:
a. The removal and off-site disposal of the existing concrete headwall;
b. Temporary fencing or other suitable guards located outside of the dripline to protect
trees, tree roots, and other plants that are to remain;
5-2 Description of Pay Items
c. The removal and off-site disposal of any trees or any underbrush;
d. The Tree Removal Permit fee, any mitigation fees and cost of re-vegetation as required
by the Parks Department for trees and vegetation removed;
e. and any other work necessary to prepare the area for the installation of the new drainage
structure.
These items of work shall be considered incidental to the bid item and no separate payment
will be made to the Contractor.
Contractor shall make every effort to minimize impact to the area surrounding the
improvements.
Measurement and Payment shall be made on the basis per lump sum (LS) and shall be total
compensation for furnishing all labor, materials, tools, and equipment necessary to prepare the
site for the subsequent construction.
2.3 Pay Item #3 Salvage and Restore RCP
This pay Item shall consist of the salvage and restoration of the 36" RCP that was part of the
existing drainage system. Contractor shall provide the means and methods to make the
connection between the new concrete box structure and the existing drainage system using the
salvaged RCP.
RCP installation at the location and depth shown on the construction plans and backfill and
embedment shall be in accordance with City of Coppell details and per NCTCOG Items
2.1.7, 2.1.8, and 6.2.8 through 6.2.10. All RCP storm drains shall be Class III per
NCTCOG Item 2.12.3.
Measurement and payment shall be made on the basis of the bid price per linear foot (LF)
of pipe installed at all depths and shall be full compensation for all materials, tools,
equipment, labor, and any incidentals necessary to complete the work including all
excavation and embedment.
2.4 Pay Item g4 Construct 6' x 6' Junction Box Drop Structure
This pay item shall consist of the construction of a concrete junction box with a minimum
inside dimension (ID) of six feet by six feet (6' x 6'). This box structure will serve as a means
to connect the 36" diameter RCP with the 42" diameter HDPE pipe at elevations as indicated
in the plans. This box also serves the purpose of dissipating the energy associated with the
existing pipe discharge in order to prevent additional erosion.
The contractor will be permitted to construct the junction box by forming and pouting in
place or by casting sections off site to be assembled in the appropriate location. Whichever
option is selected, the contractor must submit shop drawings to the City of Coppell for review
and approval prior to beginning any work on this item. Shop drawings shall clearly indicate
5-3 Description of Pay Items
the following minimum information, and shall bear the seal and signature of a Professional
Engineer licensed by the State of Texas, and competent in the field of Structural Engineering:
a. The final inside dimension. As indicated in the plans, this is a minimum of 6' x 6'
however, if the contractor wishes to make it larger for convenience of construction, the
city will consider the reasoning.
b. Thickness of all walls, top slab, bottom slab, and any other pertinent dimensions for the
structure.
c. Type and strength of concrete to be used. A minimum 28-day compressive strength of
4,000 psi mix design shall be used. No fly ash shall be permitted in the concrete mix
design.
d. Size, grade, spacing, and location of all reinforcing steel within the structure.
e. Location and method of all penetrations of the structure, including access cover and pipe
penetrations.
f. Shop drawings should also indicate method of construction, and clearly identify location
of construction joints and type of water stop material to be used at all joints.
All information available from the City for design of this structure is provided. Boring logs
from previous projects within the general work area are provided herein, and fomes acting
upon the vault by the drainage system can be calculated from the information provided. The
vault ~vill not be subject to direct traffic loading, but should be designed to accommodate park
maintenance equipment driving or parking on it. If the information submitted is deemed to be
insufficient to provide a detailed design of this vault, the contractor may conduct additional
geotechnical investigation to obtain the necessary information. The cost of any such
investigation should be included in the amount bid under this pay item. No additional
payment will be made for the cost of any survey, borings, investigation, design, or
professional service of any kind required for the completion of this item.
Prior to placing, or constructing the vault, the area should be cleared and excavated to the
required grade, and the underlying material shall be compacted to 95% standard Proctor
density. If required, the area may be leveled with a granular material, or a lean concrete slab
may be poured for a working surface. The structure shall then be constructed and brought up
to the finished grade. Backfill of the box may take place once the concrete has reached 80%
of the required strength unless otherwise indicated by the structural engineer responsible for
the design. Backfill material may be native material placed in 12" loose lifts compacted to
95% standard Proctor Density. Other suitable material will be considered on a case by case
basis.
All construction joints and pipe penetrations shall be sealed with suitable water stop material
to prevent permeation of groundwater into the box as well as preventing water fi'om being
forced out of the box around the pipes, or through the construction joints. The box and pipe
connections may be subject to hydrostatic testing prior to acceptance at the sole discretion of
the City of Coppell. Any testing required will be considered subsidiary to this pay item, and
no additional payment will be made.
Measurement and payment shall be made on the basis of the price bid per lump sum (LS)
and shall be full compensation for the concrete, reinforcing steel, access cover, and all other
5-4 Description of Pay Items
items of material, labor, and equipment, tools and incidentals necessary to complete the
work in accordance with the plans and specifications. This should be considered a "Turn
Key" item, and should include all costs associated with this item including, but not limited
to costs the contractor may incur from third party contractors or design professionals..
2.5 Pay Item #5 Install 42" Corrugated HDPE Pipe
This pay item shall consist of the installation of the 42" Storm Sewer Pipe at the location and
depth shown on the construction plans in accordance with the specifications, the City of
Coppell standard construction details and per NCTCOG Items 2.1.7, 2.1.8, and 6.2.8
through 6.2.10.
Measurement and payment shall be made on the basis of the bid price per linear foot (LF)
of pipe installed at all depths and shall be full compensation for all materials, tools,
equipment, labor, and any incidentals necessary to complete the work including all
excavation and embedment.
2.6 Pay Item #6 Construct Headwall Structure with Piers and Rock Rip Rap
This pay item shall consist of the construction of a headwall with piers, cast-in-place per
NCTCOG Division 7, the plans, and TxDOT details. The headwall shall be constructed per
TxDOT Standard CH-FW-O. The piers shall be a minimum of 12 feet deep and shall be
constructed as indicated in the plans. The steel of the piers shall be tied into the apron steel
in the headwall structure. Due to the soils in the area and the water level the piers will need
to be cased. Pier casing shall be subsidiary to this pay item. The headwall shall set on 6"
minimum crushed stone embedment and shall be constructed at the alignment shown on the
plans.
The headwall, piers and rock rip rap shall be measured as one unit. Measurement and
Payment shall be made on the basis of the price bid per lump sum (LS) and shall be full
compensation for reinforcing steel, pier drilling and casing, form work, rock rip rap, and all
other items of material, labor, and equipment, tools and incidentals necessary to complete
the work in accordance with the plans and specifications.
2.7 Pay Item #7 Cement Stabilized Backfill
The placement of backfill shall be in compliance with NCTCOG Item 6.2. Compacted
cement stabilized backfill shall be approved site-excavated or imported fill material and shall
be constructed in successive layers. Each layer shall be uniform as to material, density, and
moisture content before beginning compaction. Compacted cement stabilized backfill shall
he constructed to 6 inches below the final grade and shape of the cross-sections as shown in
the construction plans. Final grade and shape shall be constructed using a 6-inch layer of
topsoil. Compaction shall be to between 95 pement and 100 percent of maximurn dry density
as determined by ASTM D-698 at or up to five (5) pementage points above optimum
moisture content.
5-5 Description of Pay Items
Upon completion of the placement of the backfill to the final grade and shape, hydro mulch
seeding shall be performed in accordance with NCTCOG Item 3.10. The Contractor shall
be responsible for watering and maintaining the new seeding until final acceptance. For
hydro mulch to be accepted, sprigs of Bermuda Grass seeds must be uniformly appearing
over the entire area of application within 30 days of date of application.
Measurement and Payment shall be made on the basis of bid price per cubic yard (CY) of
compacted material and shall be full compensation for furnishing and placing all materials,
and for labor, tools, and equipment necessary to complete the work in accordance with the
plans and specifications.
2.8 Pay Item #8 Furnish Plans and Implementation of Trench Safety
The Contractor shall provide necessary shoring and/or bracing to adequately provide a safe
trench situation for storm drainage construction meeting the requirements of the United
States Department of Labor Occupational Safety and Health Administration (OSHA).
Work shall be performed per NCTCOG Item 1.24.3. Prior to construction, the contractor
shall provide a trench safety plan prepared, signed, and sealed by a State of Texas licensed
professional engineer.
Measurement and Payment shall be made on the basis of the lump sum (LS) price bid and
shall be total compensation for furnishing the Trench Safety Plan, all labor, materials and
equipment necessary to complete the work.
2.9 Pay Item #9 Furnish, Install, Maintain and Remove Erosion Control Devices
This item shall consist of the preparation of a site specific Storm Water Pollution
Prevention (SWPPP) for the project and the installation of all erosion and sedimentation
control devices as required to comply with local, state and federal regulations. Contractor
shall pay close attention to NCTCOG 3.12 "Temporary Erosion, Sedimentation and Water
Pollution Prevention Control."
Measurement and payment for erosion and sedimentation control during construction shall
be made on the basis of the unit price per lump sun (LS) and shall be full compensation for
providing all materials, labor, equipment and any incidentals necessary to provide erosion
and sedimentation control during construction as specified, including additional measures
as may be required to meet local codes and ordinances, preparation of the SWPPP, proper
maintenance of the system during construction and proper removal and disposal when
complete.
5-6 Description of Pay Items
COPP-ELL
SECTION 6
BORING
LOGS
GENERAL NOTES
DBILLING AND SAMPLING SYMBOLS:
U Thin-Walled Tube - 3" O D. Dnlcss olherw~se noted
A Al~gcr Sample
S Split Spoon - 2" O D, I nics$ o:hcrx~tse holed
W Wash Sample
C Continuous Core Sample
p Push Sample
T I'HD Cene penctrcmetcr
D Dcnison Sample
B Bag Sample
~ Wz~cr Level [nitiaI Measurement
~. Waler Level Subsequent Mcasurcmenl
REI.ATIVE D£NSITY
OF COARSE-GR,qINED SOILS4
Blows/foot Density
0-4 'Very' Loose
4- I 0 Loose
10 30 Medium Dense
30-50 Dcnse
.vet 50 Very Dense
CONSISTENCY
OF FINE-GRAINED SOIl.S:
<1 Soil
1-2 Finn
TERMS CHARACTERIZING SOIL SIRUCTURE:
Slickcnsided ] laving inclined p'.anes of weakness that are slick ,mad glossy in appea.,'ance.
F~ssurcd Containing shrinkage cracks, [rcquently filled '~ ith fine sa;Id or si[t; usually m~r¢ or tess
DEGREE OF WEATHERING:
Severely weathered Complete coior change w~th consmency, texture, and general appearance approaching
soil
SUBSURFACE CONDITIONS:
%11 and rock descnpt~cms on the boring Io~2~ arc a compilation of field data as well as £~om laboratoo' tcsting of samples
Thc stratification lines represent Ibc approx~malc boulldaJ? bc:.,~ccn materials and thc transdion can be gradual
Watc~ le~.el obscrva o ~s have oeen ~nade in t~e borings at the times mJicated It mas~ be noted lhat fluctuations m the
ground~ alee ]cv~] ma) occur duc lo ~ar~a/*ors mra nfall, h~d aulic co~ductixqty of ~oil strata, conslpact~on acli~ty, and
other factors
Plate 3
Froiecl Dcscr~ption:
SulJace
] '
LOG OF BORING NO. B-01
Coppell Tennis Center - Coppcll, Texas
See Plan of Bo~ings: Plate 2
53
l?inity E.gmeering/l~'leinfelder
P]atc 4
............... -Jo57b~ ~;iJ~57~o.
~IA'I'ERJAL DESCRIIrI'I ON
kark krowm firm Io hard
15
Completion Deplh:
Da~c I~oting 5, Iarkd
Date Boring Completed
Engineer /
Proiect No
4 5*
4 5*
32
72 20 52 84 22
10
J
D James
11788
173
1
TrirtiO, E.gineering/Klctnfelder
,t' k~t C 5
'tojccl Doscrip:ion
Local~on:
Surface El:
LOG OF BORING NO. B-03
Coppell Tennis Center - Coppell, Te.,as
See Plan of }3o~tngs, l'lalc 2
MATI:;RIA L DESCRIYTION
CLA~', dark brov~m, linn to hard
4 5+
Completion Deplh: 20 ft
Dam Bering Slar~ed 1/16/02
Dale Elmmg Completed i/16/02
[:n~ineer / (~eolog/st D J,mnes
Projecl No: ] 1788
FritliO, E.gineering/Kteittfelder
Plalc 6
Surface E~
LOG OF BORING NO. B-04
Coppell Tennis Center - Coppell, Texas
Sec }qan of F~orings. Pla;c 2
MATERIAL DESCRIPTION
hard
10
browll hard
325I
' -
45+',
18 50
23
Plale ?
Sheet 1 of 1
No (it)
8-01 1 0 - 2 0
B-02 1 0 - 20
B-02 2.0 - 3,0
B-02 70 - 80
B-02 9.0 - 100
8-02 14,0 - 150
8-03 1 0 - 2.0
B-03 20 - 3.0
8-03 9.0 - lQ0
8-04 1 0 - 20
B-04 4.0 - 50
B-04 90 - 10.0
53- 15 38
6~ 10 43'
7~~- 20 52 -
66 18 48
68 18 50
Passing
NO 200
Sieve
8O
73
84
(%)
22 '
22
20
22
Und Dry
Weight
(pc~
103
Unconfined
Strength
1.3
Strain al
Fa4ure
17.3
22 106 6 2 2 4
10 118 6.8 , - ! ~4__
72 21
17 13.1 10.7
82 21
~ 23 26 14 5
63 18
14 10.2 3 6
Trinity Engineering/
l Sum~_m_a__~W o~f Labo~ratory Results
JProject: Coppell Tennis Center
Coppeli, Texas
/Project Number: 11788
Kleinfelder
Plate $
TRINITY ENGINEERING / KLEINFELDER
Geolechnical Engineering, Environmentar Services. and
Construclion Materials Engineering and Tesling
Swell at Overburden Test Results
Project Name:
Location:
Material Description:
Coppell Tennis Center
Coppell ,Texas
Clay, dark brown
Project No.: - 11788
Boring No,: B-2
Sample Depth (ft.): 2 to 3
Tested By: R.Davis
Date Tested: 1/19/02
Oedometer ID: 1
Soil Classification Properties
Liquid Limit = 60
Plastic Limit = 16
Plasticity index = 44
% Passing fl200 Sieve = 73
lniti~ Final
Load Applied (psf): 375 375
Moisture Content (%) = 14.6 24.3
Wet Unit Weight (pc0 = 124.3 123.6
Dry Unit Weight (pcf) = 108.5 99.4
One-Dimensional Swell at Overburden Pressure = 9.1%
II¸
Plate 9
BORING LOCATION DIAGRAM
WASON ~ pAIqK
STATE ROAD
COPP~ (. 'IF..XA8
I)111, 04117111
LO(
PROJECT: GEOTECHNICAL INVESTIGATION BORIN(3 NO. B~ 1
PROJECT NO. 94985092
Wagon Wheel P~,k DATE 4-14-99 I
Co~pel~, Texas SURFACE ELEVATION
City of Copplll '1
CLIENT:
C(~pell. Texas PAGE 1 of
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
~ ~ ~ ~ ~ Dark brown, t~ i~d gray sandy
- w~th orange iron stains
12 113 I ; 4.7 4.4. - w~th pebbles, cat¢ereoue nodules, and land la&ms
4 ~ ::..:'-'1 N-36 ,,
--:.:.l',,,IN- 30
I ! '
.......... B.H. s! 25.0'
M - sTANDARD PENETRATION TEST HESiSTANCE REMARKS: T'r~t~1
T - TxDOT CONE pENETRATION RESISTANCE
p. POCKET I~NLCTROMETER RESISTANCE
R * PSRCENTAGE OF ROCK CORE RECOVERY
M~D - m.N;K QUALJTY DESIGNATION
1
t
LOG OF BORING
PROJECT: GEO?ECHN~CAL INVESTIGATION BORING NO,
Wagon Wheel Park PROJE~ HO.
Coppe~. Te~ DATE 4- I
CLIE~: CiW of C~ SURFACE ELEVATION
C~I, Tex~ PAGE 1 of
FIELD DATA ~TORY DATA DRILUNG METHOD(S):
I
P-4.5 · *
I
. t6 ~ , ~mgkh brawn clay
', i - Ilndy below 10'
~e I-:-:~ ,
:-:.~ :
m::::~.-~, ~ ~ :
~o~::::~ ,~ ,
.... t F
22~'"'
~ .-j-~ - ,
~ - , ..
N · ST~D~ ~ATI~ ~ST 8~ST~t REMARKS:
R - ~ENT~ OF ~K C~ RECOVERY
RQD * ~ QUAL~Y DE~TIO~
I
PROJECT:
CuENT:
FIELD DATA
GEOTECHNICAL INVESTIGATION
Wagon Wheel Pmk
CoppMI, Taxal
City of Coppell
Coppell, TaXII
LABORATORY DATA
BORING NO.
PROJECT NO.
DATE
sURFACE ELEVATION
DRILLING METHODIS):
GROUNDWATER INFORMATION:
~4
~14~9
I of
DESCRIPTION OF STRATUM
brown aan4¥ day
Dark broWn clay
=39
118 '
- with calcareous nodules below 4'
- with lignite fragments
. with oily seams at)Ova 1 5'
O.H. at 26.0'
PROJECT: GE,OTECHMCAL IMVESTIGATION BORING NO. B-
Wagon Wh~l Pa~ PROJECT NO.
COpl~il, Toxal DATE 4oi,1-99
CUENT: City of Coppel SURFACE ELEVATION
Coppe#, Texas PAGE I of *
FIELD DATA LABORATORY DATA DRILLING METHOD(S):
- II! GROUNDWATER INFOI~ATION:
; . with ca,~caroous nodules lind lignite frsgmenti
~ . I I
M. ITANOARO I~NETRATION T{~i' i~E~II'I~,~NCE REMARKS:
T - TXDO? CONE P~NETRAI*ION IIESISTAN~E ~C
CLIENT:
OEo'TECHNICAL INVESTIGATION
Wagon Wheel Perk
Ce ;1~11, Texas
City of Ce~l~lt
Coppe", TaxiS
FIELD DATA LABORATORY DATA
p.3.6
'=4.5+
~m4.S+ 17 58!24i 34
p.4.S +
T - TxDOT ~ I~NETRATION RESISTANCE
p - POCKET PIENL~I~OIdETEfl RESI'~TANcE
R - I~RCEHTAGE OF ROCK col~ I~ECOVERY
6.7
22.4 10.01
BORING NO.
PROJECT NO.
DATE
SURFACE ELEVATION
DRILLING METHOD(S):
GROUNDWATER INFORMATION:
DESCRIFTION OF STRATUM
- with clay seams above 10'
8.H. at 25.0'
REMARKS:
LO
BORING NO.
GEOTECHNICAL
INVESTIGATION
Wagon VVh~el RaM PROJECT NO.
DATE
coppdl, Texm SURFACE ELEVATION
CLIENT: City of Coppell '1 I
Coppell. Toxss PAGE '~ of
FIELD DATA lABORATORY DATA DRILLING METHOD(S}:
8 ~ P-4.5 + i i ; ' - with calcareoul nodules snd lignite
I;~ ~ , , , I * with clay seams above 12'
RI -STANOARO pF.f~ETRATIO¢~ TEST RE.STANCE REMARKS:
T - TXIDOT CONE I~NtTRA, TION I~mTANCE
P · POCKET PENETRO~ETER RE61~TANCE
R - P~RCENTAGE OF ROCK CORE RECOVERY
RQO - R(X~K Q~JAUTY OEiIGNATION , ,,
DG OF BORI,~i~I
BORING MO.
~IOJECT: GEOTECHNICAL INVESTIGATION PROJECT NO.
Wlgon ~eel ~ DA~
Cop~. Tex~ SURFACE ECEVA~ON
CLIENT: C~y of ~p~
FIELD DATA LABO~TORY DATA DRiVING'METHOD(S):
~ROUNDWA~R INEORMAFION:
- ~h ~g~ereou~ nodu~l
p * ~KET ~T~ETEfl ~515TANCE
KEY TO SOIL SYMBOLS FOR LO~-,S OF BORINGS
KEY TO SOIL CONggIL:NCY
NO, OF* BLO~. 14 RELATIVE DENSITY PARTICAL SIZE IDENTIFICATION
0--4 Very Ioo.e BOUt. OE~S: Greoter th~n 30Q mm
S-lO Loose COBBLES: 7.5 mm lo 300 mm
144d~lam: 0~42S ~ Ia 2.~0 mm
CLASSIFIGATION COMP.U.£_K<_IV£ STI~£NGTH! pst' HAND PEHETROMCTER, tsf
Very Soft
IC~ TO DI~LUN~ SYMBOLS
KEY TO SOIL CI.,~S~FIC^flONS
FIlL '''" &,,gantt SILTS SC-Cloyey SANDS
: $ilt~, CLAYS Iflorganic SIL~'S GU-S~II,/ CRAV£LS
-
.:'- and Ct&Y5
I I
I I 5,.8-1 I
L ,J
PLAN OF BORINGS
I~4G~ER~J~G, II~C. ADDITION TO WAGON WHEEL PARK A. I
COPPELL, TEXAS
C~J PROJECT NO. 117-05-57
Major Divisions
Typical Names
Well-graded graveJs, graveJ-
sand mixtures, Jittie or no
fines
raded gravels, gravel
sand mixtures, little or no
fines
Sigy gravels, gravel sand-silt
mixtures
Clayey gravels, gravel-sand-
clay mixtures
faded sands, gravelly
sands, little or no fines
Poorly graded sands;
gravelly sands, little or no
fines
Silty sands, sand-silt
Clayey sands, sand-clay
mixtures
Inorganm si~ts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Inorganic clays of Iow to
medium plasticity, gravelly
clays, sandy clays, silty
clays, and lean clays
Organic silts and orgamc silty
clays of Iow plasticity
Inorganic silts, micacenus or
diatomaceous fine sandy er
silty soils, elastic silts
inorganic clays of high
plasticity, fat clays
Organic clays of medium to
h~gh plaslicity, organic silts
Peat and other h~ghJy organic
soils
N 0
Laboratory CJassificatioe Criteria
4ct meeting a~l gradation requirements for GW
Liquid and Plastic limits
below "A" line or PI
greater than 4
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
Not meeting all gradation requirements for SW
Liquid and Plastic limits
~elow "A" line or P.L less
than 4
Liquid and Plastic limits
above "A" line with PI.
greater than 7
.iquid and plastic limits
4otting between 4 and 7
are borderline cases
requiring use of dual
symbols
CL-ML. :'.~ ML ~ ~d OL
Liquid Limit
Plasticity Chart
~IIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2
SOIL OR ROCK TYPES
11 I111
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More then 50% Passing No 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
Soft 0 0 to 1.0
Firm 1.0 to 1.5
Stiff 1 5 to 3.0
Very Stiff 30 lo 45
Hard 4.5+
Coarse Grained Soils (More Ihan 50% Retained on Ne 200 Sieve)
Penetration Resistance Descriptive Item Relative Density
(blows/foot)
0 lo 4 Very Loose 0 lo 20%
4 to 10 Loose 20 Io 40%
10 to 30 Medium Dense 40 In 70%
30 to 50 Dense 70 to 90%
Over 50 Very Dense 90 to 100%
Soil Structure
Calcareous
Slickensided
Laminated
Fissured
Interbedded
Contains appreciable deposits of calcium carbonate; generally nodular
Having inclined planes of weakness that are slick and glossy in appearance
Composed of thin layers of varying color or texture
Cootaining cracks, sometimes filled with fine sand or silt
Composed of alternate layers of different soil types, usually in approximately equal propodions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiffin soils
Soft Can be scratched with t~ngernail
Moderately Hard Can be scratched easily wilh knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz. calcite, dolomite, siderite,
and iron oxide are common cementing materials, and iron oxide are common cementing materials.
Degree of Weathering
Unweathered Rock in its natural state before Being exposed to atmospheric agents
Slightly Weathered Noted predominanlly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, textL~re, and general appearance approaching soil
KEY TO CLASSIFICATION ANF) ,~YMR~) ~
~ Pro~ect No
11~-05-37 B-1
[ See Plate A.1
] Completion-- Co mpl--W~tlon
[Depth 25.0' IDate 7-1-05
~ ~ ~] Stratum Description
CMJ ~o~'E[~'o t'~c -
Borhlg No. , ,'rojccl Addition to Wagon Wheel Par~.
Coppell, Texas
Dry during drilling; dry
CLAY, dark brown and brown, w/ironstone nodules,
very stiff to hard
grades brown and light brown, 2' to 3'
-w/ calcareous nodules, slickensided, 2' to 13'
-grades light brown, ~' lo IY
SANDY CLAY, ligh~ brown m~d light reddish
brown, w/calcareous nodules alld ironstains, hard
SAND, light brown, w/g~avel, dense
r.OG OF BOP. ENG NO. B-1
PLATE A.4
Addition to Wagon Wheel Par~
Coppell~ Texas
117-05-37 2~ B-2
See Plate A.1
[Water Observalions
I Dry during drilling; dry at completion
Rig: B-53, w/6" CFA
Completion Complctioi~
Depth 25.0' Date 7-1-05
Surface Elevation lype
N/A
Stratum Description
CLAY, dark brown and grayish brown, w/
calcareous nodules, ~ery sliffto hard
w/ironstone nodules, 0' to 4'
grades light brown and dark brown, 2' to 4'
-grades light brown, w/ironstains, slickensided, 4' to
13'
SANDY CLAY, light bray, n, w/calcareous nodules
and ironstains, hard
LOG OF BORING NO. B-2
SAND, light bto,an, w, gravel, very dense
r_ I
PLATE A.5
FREE SWELL TEST RESULT_ S
Project:
Project No.:
Addition to Wagon Wheel Park
Coppell, Texas
117-05-37
49 35 16.1
Free swell tests performed at approximate overburden pressure
CMJ ENGINEERING, INC, PLATE A6
NOR'IT4POINT DR.
__)
2.0 MG ELEVATED STORAGE TANt<
COPPELL, TEXAS
BORING LOCATION PLAN
HENLEY-JOHNSTON & ASSOCIATES, INC.
engineering geoscience consuRonts
~ ~': ~' I PLATE 1
DK;E: ~ t997
I
1 ! i
2.0 MG r:l ;VATED STORAGE TAHK
WAGON WHEEL RANCH PARK
COPPFI I. TEXAS
SUMMARY OF LABORATORY TESTS
SUMMARY OF INDEX PROPERTIES
BORING DEPTH LL ' Pi MC OlJW -200 UNIFIED SOIL
NUMBER (ft.) (%) (%) (pcf) (% ~nsr) CLASSIFICATION
2 3.0-4~ 60 38 20.9 CH
2 9.0-10.0 58 34 21.5 CH
2 19.0-20.0 172 111.5
2 29.0-30.0 3.4 16.4
3 1 ~-3.0 52 31 19.6
3 4.5-6.0 23.0
3 7.5-9.0 62 38 232
3 14.0-15.0 182
3 25.0-26.5 - - 4.0
8 3g.0-40~ 11.4
111.6
CH
CH
7~5 NON-PLASTIC
18.1
~;UMMARY OF STRENGTH TESTS
PEAK
BORING DEFTH STRESS
NUMBER (ft.) (psi)
2 19.0-20.0 60.6
2 55.4-56.1 295.4
2 66.9-67.6 262.1
2 73.3-74.1 97.0
2 78~-79,3 186.1
3 · 14.0-15.0 60.5
3 70.8-71.4 95.7
3 80A-81.1 186.1
3 87.0-87.9 87.7
FAILURE
STRNN
(%)
1.6
3.1
TANGENT
MODULUS
4.93
3,41
MATERIAL
~PE
CLAY, silty, sandy, tan and gray
SANDSTONE, shaly, light gray
SANDSTONE, shaly, light gray
SANDSTONE, shaly, light gray
SANDSTONE, shaly, light gray
CLAY, sllt~, slightly sandy, tan
SANDSTONE, shaly, light gray
SANDSTONE, mhaty, light gray
SANDSTONE, shaly, light gray
HENLEY
JOHNSTON
& ASSOCIATES, INC.
PLATE 2
I I I I
60
0 10 20 30 40 50 60 70 80 90 1 O0
LtQUtD LIMIT eLL)
S U M MA RY
BORING SAMPLE
NUMBER DEPTH,ft.
OF ATrERBERG LIMITS
LIQUID PLASTICITY
LIMIT INDEX
UNIFIED SOIL
CI./~SIFICATION
2 3.0-4..5 50 35 CH
2 9.0-10.0 58 34. CH
1.5-3.0 52 31 CH
7.5-9.0 62 38 CH
25.0-28.5 .... NON-PLAS'nc
2.0 MG ELEVATED STORAGE TANK
COPPELL~ TEXAS
SUMMARY OF
ATrERBERG LIMITS
-IENLEY-JOHNSTON & ASSOCIATBS,INC-
~ NO-- 6~9~
! ] B
BORING NO.: 2
DEPTH (FT): 19.0-20.0
CLAY, silty, sandy, with
scottered gravel,
hord, tan and groy
70.0
60.0
50.0
(/3.
40.0
L~I
~30.0
20.0
10.0
0.0
. .. 0.0 1.0
TANOEIfr MODULUS AT
ULTIMATE ~:
4.9,3 KSI
2.0 3.0
,~(IAL STRAIN (~)
4.0 5.0
2.0 MO ELEVATED STORAGE TANK
COPPEI..I~ TEXAS
UNCONFINED COMPRESSION 'TEST
STRESS--STRNN PLOT
-IENLEY-JOHNSTON &: ASSOCIATES,INC
I~ ~ o~/o~/97 PLATE 4-
~--~T 'iYPE= UNCONFINED COflFRES~ON TEST
2186)
MOIS'I'URE CONill~ 17.2
DRY UNIT WI3GHT : 111.5
1 '1 I i
BORING NO.: ;3
DEPTH (Fi'): 14.0-15.0
CLAY, silty, slightly sandy,
with scattered small
gravel, hard, tan
70.0
60.0
40.0
LJ..I
I---
~ ;30.0
20,0
10.0
0.0
0.0
GENT MODULUS AT
ULTIMATE ~l ~.~S:
3.41 KSI
I [ i t i I i
3.0 4.0 5.0
'l]:5'l Ti'PE: UNCONRNED COMPRESSION TEST
(AST)a O 2166)
MOISTURE CON'r~q' (~: 18.2
DRY uNrr ~ (P{:~: 111.6
2.0 MG ELEVATED STORAGE TANK
COPPELL~ TEXAS
UNCONFINED COMPRESSION TEST
STRESS-STRAIN pLorr
HENLEY-JOHNSTON & ASSOCIATES,INC
~ NO-- 6600 I
~ ~ 01/02/07I PLATE: 5
CLASSIFICATION ABBREVIATIONS CONSISTENCIES AND
SYMBOLS HARDNESS DESCRIPTIONS
ot~t, obund~nt
SOIL o.. angular FOR SANDS, GRAVELS, &: SANDY SILTS
cron. aronaceous Pe~. Ha~son & 11~nburn (1974)
I cng. argillaceous
Asphalt or Lignite bdd. bedded Standard Penolzafion
:~. Consistency Resistance N
-, ~*'Concrete bant. benthmto
· . ': bldr. boulder Very Loose Lees than 4
BT Braze Tensile Loose 4 to 10
Fll coic. ccicorecus Medium 10 to ~0
corb. co~oncceous Dense 30 to 50
.. Grovd or ~ndy cbt. cabbM Ve~ Dense Grea~er than 50
..~ CW Oraval cgl. conglomerote
~MI ~raded dst. dcy~tonc
Grave~ er Sandy cml camen~ed FOR CLAYS & SANDY CLAYS
i GP d,o. ¢ ameter (COHES~VI~ SOIL)
poe,~ qradeddk. dark
CB Silty Grin, el er DUW Dry Unit Weight ~eck, Nee,m, a: l~or;~bu~a (lg74.)
Sity Sandy Gravel Fl. elevaHon
Craver Gravd or foasil, fo~eroua Unconfined Standard Penetration
Sandy frae. fractore Consistency Compression Let' Res;stance N
(~C~Gravel ~.g~..eif.erous
Sand ee Gravelly mgY~cl~ ,ndu=on .~ Soft Less than 0.25 Less than 2
~ SW Sand inthdd, interbedded 0.25 ~a 0.5 2 ~ 4.
~ell ~rade~ 'rtl joint. Medium 0..5 to 1.0 4- to
r~:,~ Sand or Grave]fy tam. laminated Stiff 1.0 to 2.0 8 ta t5
~ Sp ~nd very su, 2.0 to ~.0 I§ to ~o
i:'.; ~ qrade4 LL Uquid Umlt Hard Greater then 4..0 Grea~er than 30
IL r'g .hr
SM ~ Sand ~' MC Uo~turo Content
· C,m~elly Sand ME Uodulus of
~ ~ Sand e, aos~ RELATIVE HARDNESS MODIFERS (ROCK}
SC
C~ly med. medium
Send rain, mlnuto~ (R[I~3[D TO FRESH SAMPL~
Silts. Sandy SiRe, mod. moderately leda'trina from ,~ EWP. Tecb Ou~de Ne. 4
~ L c-r~ab s,t~. ~ nod. rxxSao
otc. occas;onci Hardness Rule of Thumb
~ Lean Oay~, Sandy
C4av~ Pen. Penetromet.er Salt. PermJL~ denting by moderate
OL Lean Organic Says py. py~tized Rrm Resists denUng by fingers but
t
M H eieoceou~ C~zys or Ou Unconfined can be peneb'ated by pencil
Diab0maeeaus SaS Compression po~nt to medium to shallow
· Rec. recovery depth (No. 2 pen¢~)
i~ Fat C~a~ md. rounded
RQO Rock Qual~y Mod. Hard Very shci!o~ pcnebatlon of
DsslgnaHon pencil ~nL can be scratched
~,//~ OH Fat Or~ni~ Ckws sat. saturated by knife and in some
sept. eeptarlon inetancss cut eith knife
ROCK ,,. dlloenu< Hard Ho pencil penetration, can be
~IL slightly sc:~ltohed wJ~ knee, ~n be
slk. sllckensided broken by light to moderate
· '| LS Limestone T,D, Tel:al Depth hammer blows
J-r v. vay
'-'~-_-~ ~h Shale wsa. ~ea~hered Very Hard canCann°tbe bebrokenscratchedby repeatedbY knife,
he~ hammer blows
~.1:. 2.0 MG F'LEVATED STORAGE TANK
:= COPPELL, TEXAS
~iE Ss
.... LEGEND, LYI'HOLOGY, SOIL CONSISTENCY,
%'% Fracture Zone & RELATIVE: ROCK HARDNESS
~ HENLEY-JOHNSTON & ASSOCIATES, INC.
$~ w~thornd Zone engineering geosclence consultants
FUA No.: 6695
DATE: JANUARY lg97
I
! 1
;HD~.-~ ~'/~0~, ICC. LOC OF BOmI~ PRO,IECI' No.: ~g5
~ ~ ~ 2.0 MO ELEVATED STOOGE TANK ~RIN~ Ho.: 2
DR~L ~ 12~0/g6 WAGON WHEEL RANCH PARK SHE~ l of 4
U~: ~ ~ ~ ~ ~: ~E ~ 1
~ ~. ,~ ~ ~ ~ COPPELL, TE~S G~UND ~A~N:
~ CORE
~ C~Y. ,ilt~. *liohtl7 ,ondy, ~ith.
~ hord, brown X
X
X
- ~.~ - __ ~.~
C~Y, sil~, slightly sandy, with X
- scattered small gravel, hard, tan
- 10.0 - ~ X
- 12.5 - ~
X
C~Y, sil~, sandy, with scattered
~v J gravel, hard, ton and gray X
~ 20.0 - //
] ! !
~~~ 2.0 M~ EL~ATED STOOGE TANK
~RILL~: 1~0/;{ WAGON WHEEL RANCH PARK
~: ~E ~ 1
"~: ~ ~ ~ ~ COPPELL, TE~ ~D ~A~N: ~524.3
~ MATERIAL DESCRIPTION
___ ,,,,,,
,~ ~ C~Y. sil~: sandy, with scattered 49s.8
~ ~ gravel' hard, tan and gray
[~ J~ND. sil~. ye, dense, buff to tan
- 27.5 ~ ~ ·
+ 57 BPF
(30.2S.ZS)
- ~.0 ~ 492.3
~ 32 5~ SAND. sil~, gravelly, ve~ dense, tan
+ 6g BPF
(35,37,32)
- ~.0~
- 37.5
~ 65 BPF
(36,37,28)
~ + 50 Blows
- ~.o ~ =
~ 65 BPF
(35.33.32)
ttE)4.Ef~ & H;SQ(;t/;[S. liC. ~ OF B(~H(; PROJE~CT Ho.:
~ ~ ~u 2.0 MG EL~ATED STOOGE TANK ~RlUO No.:
~RI~L ~ 12~0/*~ WAGON WHEEL RANCH PARK
~ o ~~:~1 MATERIAL DESCRIPTION
-:*:': SANDSTONE, orgilloceous, fossilferous,
~'Z. thin bedded, sh~l7, with thin shole S~
-.....-: poorl~ to moderately ~11
'-'-'-'~ fi~ to mod~r~t~l~ hord, Ii~ht
- $t.$ -....-/.
- ~.0 - ))2(- ~0.0 qO.O
- $~.$ -...v..
- 80.0 - /...-..
- ~5.6 --. .... 10. 10.0
- ~ -,v.'.'
- 70.0 -.'.'.'.'
2-:.y.
HEXt..~ ~' A,~ NC. LOG OF' 901~NG PROJECT Nd.: 6~95
~"'~"~'~"~"~ 2.0 MO EL~ATED STOOGE TANK ~RINO No.: 2
gR,~ ~ 12~0/~5 WAGON WHEEL RANCH PARK s~ 4 .f ,
m ~, ~ ~ ~ ~ ~UFF~LL, G~UND ~ATm":
~ CORE ~ ~
;:;;;;;; SANOSTONE, o~ill~c~ou~, ~o~ilf~rou~, ~0.0
-- thin bedded, shol~, with thin ~h:le
]~:: ~ pa~ings, with traces of lignite,
[.}? poorly to moderately well cemented,
.....:
- ~.0 . ....
TOTAL DE'H; 80.0'
NOTE: Boring ceved in ot ~3' os
- 82.5 - casing was pulled. D~ to blockage.
- ~.0 -
- 87,5 -
- go.o -
- 92.5
- 95.0 -
- 97.5 -
' '[ · I
HE),~rY~ & ,qSSOa~'~. It~ LOG 0~' BOm~ PROdEG'i* No.: 6Gg5
· "~"-~"~ ~ ~ 2.0 MO EL~ATED STOOGE TANK ~RiNO Ho.:
O.~LL ate ~/~*/~. WAGON WHEEL RANCH PARK SHE~ l of 4
u~ ~ ~ ~ ~ L~: ~E ~ 1
~ ~. ,, ~ ~ ~ COPPELL. TE~S OmUNO ~Te~: ~52~.8
~ CORE
C~Y, silty, slightly sondy, with
scottemd smell 9ravel, ve~ stiff to
herd. brown X
2.5 - ~ X
~' X
5.o - ~
518.5 X
C~Y. sil~. slightly sondy, with
scottered smell grovel, ho~. ton X
7.5 - --
x
- 10.0 -~ X
- 12.5 -~
C~Y, ailS, ve~ sondy, with acottered
grovel, herd, ton end grey
- 20.0 -~ X
SAND, sil~, ve~ dense, buff to ton
- 22.5 -
HDIL~ & ~ I~. ~ OF BO~},~ PROJECT No.: 6695
,'~,,'~ ~ ~ 2.0 MG EL~ATED STOOGE TANK ~R~O No.:
~.l~ ~T~ ~/~/~ WAGON WHEEL RANCH PARK S.E~ 2,~
~ ~ ~ ~ ~ L~:
~ ~.~, ~ ~ ~ ~ OOPPELL, TE~ GROUND ~A~N: ~52~.8
~ CORE
~ND, silty, ve~ dense buff to ton +68 BPF
(32,36,32)
- 27.5
:. + 50 Blows
- ~.o
- 52.5
490.a ~ 60 BPF
; SAND, sil~, clayey, with smell gr~vel, (31,29,31)
-~.0 ~ ve~ dense, ton
- 57.5 -
+ 59 BPF
~ (33,2~,~)
- 40.0
- 42.5
~ 4~.~ F 65 BPF
- 45.0 '~ G~L, son~, ve~ dense, ton (28,30,35)
47.5
+ 62 BPF
(~S,~.~O)
1 I · i
I{D~.L:Y-~R~'T¢~I &/~00RES, I~C. U~ 0F BORIt,~ PROJECT No.: ~95
~ ~~ 2.0 MG EL~ATED STOOGE TANK B~ING No.:
~.~ ,~/*~ WAGON WHEEL RANCH PARK
~: ~E ~TE i
"~ ~ ~ ~ ~ COPPELL, TE~
..~,?/ G~L, ~ndy, ve~ dense, tan
~ 472.8
· )Z': SANDSTONE, ergilloceous, fossilferous,
- St.~ -[.))2' thin bodd,d, ,h~l~, ~ith thin
.-.v, pa~ings, with traces of lignite,
.v.,'v'" poorly to moderot~¥ well cemented,
~ firm ~o m~r~t~¥ hord, fi~ht
~ ~.o - .Z-2
.v.v 10
- $~.$ -,..-.v
:.'.'.' 4.0 ~.8
- $0.0 -.'.'.'.'
~o.0
7.~
- ,~.~--..'>:'
- 70.0 --'.'.v.
- 7~.$ -.'.'.'.'
HDI_rY-delIA'T(X%I & ,~ ~,~C.LO~ 0¢ ~ PROJECT N~.: 6695
· ~'~q ~'~' ~ 2.0 MC EL~ATED STOOGE TANK BORINO No.: 3
~m~ ~ ~t/~/.6 WAGON WHEEL RANCH P~K sH[~ 4of
~ CORE
~ ~ ~ MATERIAL DESCRIPTION ~ ~
.:~.m thin bedded, shaly, with thin shale
:::::::: pa~ings, with traces of lignite.
v.v poorly to modorate~ well cemented.
.... firm to mod~r~t~17 hord, Ii~ht
- ~.$ -.v.v
- ~.o -.'.'.'.'
- 8~.$ .'.'.'.'
- ~.0 -:':':':' 10.0
-- 87.$ - v.v
TOTAL DEPTH: 90.0'
NOTE: Boring caved in o[ ~44' as
-92.5 - casing was pulled. O~ to blockage.
- 95.0 --
- 97.5 -