MA 09/10-CN100506 (2)BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS
T H E C 1 T Y O F
BID Q- 0510 -01
REINFORCED CONCRETE PAVEMENT REPAIRS
BIDDERS PLEASE NOTE:
ONE COPY OF THE FOLLOWING BID
SHEETS HAVE BEEN ENCLOSED
FOR YOUR CONVENIENCE
(SPECIFICATIONS AND CONFLICT OF INTEREST FORM)
TWO COPIES MUST BE RETURNED TO THE
PURCHASING DEPARTMENT NO LATER THAN:
2:00 P.M., THURSDAY, MAY 6, 2010.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019
BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS
SPECIFICATIONS
FOR
REINFORCED CONCRETE PAVEMENT REPAIRS
1. All repairs are to be saw cut full depth a minimum of 12" beyond the failure or to the next joint if
within 3' and are to be square or rectangular in shape.
2. Complete removal of all pavement within the repair area is to be accomplished leaving clean vertical
sides. Damaged vertical sides will be re- sawed, removed and replaced at the contractor's expense.
Limit of pay will only be to the original saw line. Spoils from this activity and subgrade removal will
be disposed of off -site at the contractor's expense.
3. Removal of brick pavers shall include complete removal of all pavers and underlying concrete support
below pavers within the replacement area. The thickness of concrete removal below the pavers is
generally between 6 and 8 inches in thickness. See the included detail sheet for additional information.
This is to be accomplished leaving clean vertical sides. Damaged vertical sides will be re- sawed,
removed and replaced at the contractor's expense. Limit of pay will only be to the original saw line.
Pavers, concrete, and spoils from this activity shall be disposed of off -site at the contractor's expense.
4. Subgrade shall be removed to a depth of 6" below bottom of the existing pavement in the entire repair
area and cement treated base (CTB) is to be placed and compacted (to 95% standard proctor density) in
place of the removed subgrade. If the removal leaves a void deeper than the 6" requirement, or if
unstable material is encountered that has to be removed, then flexbase shall be placed and compacted
(to 95% standard proctor density) to bring subgrade up to 6" below bottom of the existing pavement.
5. Where brick pavers and underlying concrete is removed, the existing subgrade shall be compacted to
95% standard proctor density. CTB will then be placed and compacted (to 95% standard proctor
density) to the bottom of the proposed stamped concrete.
6. Vertical sides of repair area are to be doweled with #4 bars, epoxy embedded 6" into the sides at 12"
centers. A 24" #6 smooth dowel with dowel sleeve will be used at any transverse expansion joint that
may be disturbed. See City of Coppell Standard Specifications.
7. Reinforcement steel shall be minimum 43 bar on 18" centers with 30 diameters bar laps. ( #3 - 12" lap)
and shall be supported by bar chairs spaced adequately to support the weight of the concrete during
placement.
8. Concrete shall consist of Type IIIA Cement Class 'C' Concrete at a rate of 6 sacks per CY and a
compressive strength of 3600 PSI at 28 days. After placement of concrete, the entire new concrete
section shall receive a coat of approved white pigmented curing compound applied by use of a sprayer
capable of producing an even and thorough coverage. Six cylinders shall be obtained for testing on the
7'', 14 and 28` day. Testing to be provided by contractor, at the sole expense of the contractor,
one density taken per repair location, concrete cylinders per day of pour, or 100 cubic yards,
through a City - approved laboratory Pavement may be placed in service if a strength of 3000 PSI is
obtained on the 7 or 14 day breaks. If a strength of 3600 PSI is reached on the 7 or 14 day breaks, then
no additional test will be required. If the 28 -day break does not obtain 3600 PSI the pavement shall be
removed and replaced at the contractor's expense.
*Note: When street repair includes curb and gutter repair, the curb and gutter will be
paid under the bid item for paving. Measurement will be based on the measurement of
flatwork plus the curb height. For example: a 3'x 3' section that includes curb will be
paid at 3'x 3'6" or 10.5 square feet. The quantity of curb included in the bid is for those
areas where only the curb needs to be replaced and will be constructed per Standard
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019
BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS
Construction Detail Sheet 2120. Payment will then be based on the price bid per linear
foot of curb and gutter.
Stamped concrete shall consist of the installation of integrally colored stamped concrete in the
locations as shown in the plans. Color shall be Red Clay — Bomanite Integral Color with Bomanite
Natural Gray Release (or an approved equal). All patterns shall be Running Bond Used Brick.
Approved equal shall only be considered after review of specifications and a test section that
demonstrates the ability to match color and pattern. All concrete for construction shall be Class 'A'
concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength
of 3,600 psi at 28 days. No fly ash shall be permitted. In areas where the new concrete abuts existing
concrete, the vertical sides are to be doweled with #4 bars epoxy embedded 6" into the sides at 12"
centers. Reinforcement steel shall be a minimum #4 bar, on 18" centers with 12" bar laps and shall be
supported by bar chairs adequately spaced to support the weight of concrete during placement.
The concrete header shown on Detail Sheet 6 of 6 and the furnishing and placing reinforcement are
subsidiary to this pay item. Work shall be in compliance with all applicable TxDOT specifications and
NCTCOG Items 2.2 and 5.8.
10. Brick paver replacement shall consist of the installation of the Charcoal Holland Stone I pavers along
the turn radii of the intersections. The row width of the existing pavers varies from one (1) to two (2)
rows. Quantities for the brick pavers are based on the installation of one (1) row of pavers. See the
included details and photographs for additional information. The new pavers shall be saw cut and not
chopped and shall be set on no more than 1" of clean sharp sand. All new pavers installed at curb
ramps shall include truncated domes on the exposed surface.
11. Construction joints shall be per the City of Coppell Standard Specifications with silicon sealer at all
joints as well as replacement redwood at transverse expansion joints. If no longitudinal joint is
existing on the existing paving, a longitudinal joint will still be required on the new sections of full
width paving.
12. Any buttons, striping or other traffic control device removed during construction shall be replaced to
match pre- existing conditions.
13. Construction joints shall be per the City of Coppell Standard Specifications with silicon sealer at all
joints as well as replacement redwood at transverse expansion joints. If no longitudinal joint is
existing on the existing paving, a longitudinal joint will still be required on the new sections of full
width paving.
14. Any buttons, striping or other traffic control device removed during construction shall be replaced to
match pre- existing conditions.
15. A comprehensive traffic control plan consistent with the TMUTCD is to be submitted for Engineering
review for all job sites. Implementation of the traffic control plan and all traffic control devices
necessary for a safe work environment shall be provided at the sole expense of the contractor. No
streets will be allowed full closure.
16. Where deemed necessary by the City, the contractor shall use high -early strength concrete. The mix
shall be capable of reaching 3,000 psi strength within 12 hours of placement. Measurement and
payment shall be as per Items I -1 and 1 -2. Extra payment will be paid under I -3 on a per square yard
basis as compensation for the high -early concrete.
17. A 24 -month maintenance bond at 50% of total contract value, on a form provided by the City, shall be
provided by the successful bidder.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019
BID NO. Q- 0510 -01 REINFORCED CONCRETE PAVEMENT REPAIRS
18. Reference the City of Coppell Standard Construction Details and Subdivision Ordinance for further
clarification.
19. All irrigation systems damaged will be repaired to as good or better by the contractor and to the
satisfaction of the property owner. It is the contractor's responsibility to obtain utility locations. Any
damage to existing utilities will be the sole responsibility of the contractor. Contractor will be
responsible for backfilling behind the curb, where curb has been removed and replaced, and sodding
the disturbed area with like turf.
20. It will be the responsibility of the contractor to provide written notification to affected residents in the
vicinity of the repair prior to the beginning of work. Information to be included will be beginning and
end dates of project, road closure information - either total or partial, and contact number(s). A draft
copy of the notice will be submitted, reviewed and approved by the Project Engineer and City
Inspector prior to its distribution to residents.
21. Once work in one area has commenced, it shall be completed and restored within 10 days.
22. Verbal response to citizen complaints must be made within 24 hours; issues must be rectified within
48 -72 hours if the complaint is found to be valid.
23. All items necessary to complete the work including but not limited to testing, pavement markings,
traffic control plan, repair of irrigation systems, sodding, etc. are subsidiary to the price bid.
24. All the work contained in this contract lies within the city limits of the City of Coppell, Texas and shall
be constructed according to the City of Coppell approved construction standards and specifications and
the Standard Specifications for Public Works Construction, Fourth Addition and any amendments as
adopted by the North Central Texas Council of Governments.
LABOR CLASSIFICATION AND MINIMUM WAGE SCALE
The City of Coppell is the contracting agency for this construction project. The following statute
requires any contracting agency to specify the generally prevailing rate of wages in contracts that are
bid.
Vernon's Texas Civil Statutes - Article 5159a:
"Construction of Public Works in State
and Municipal or Political Subdivisions;
Prevailing Wage Rate to be maintained."
Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following rates of
wages are paid to various classifications of workers in the locality of this project.
Not less than the following hourly rates shall be paid for the various classifications of work required by
this project. Workers in classifications where rates are not identified shall be paid not less than the
general prevailing rate of "laborer" for the various classifications of work therein listed.
The hourly rate for legal holiday and overtime work shall be not less than one and one -half (1 & 1/2)
times the base hourly rate.
The rates specified are journeyman rates. Apprentices may be used on the project and may be
compensated at a rate determined mutually by the worker and employer, commensurate with the
experience and skill of the worker but not at a rate less than 60% of the journeyman's wage as shown.
At no time shall a journeyman supervise more than one (1) apprentice. All apprentices shall be under
the direct supervision of a journeyman working as a crew.
CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019