Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ST0001-CN020308
T I- I E C I T Y 0 F co CO's STRILLICHON SPECIFI CAT'S O Intl T'S RIND CONTP\ACT DOCUMENT TS FOR C I reed view Drive am, Freeport P I 'k I V, a Project F 00-01. Jr'OR THE CLITY 01' COPPELL AUGUIST 2 0 �,-'Ijl L IL CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT. CREEKVIEW DRIVE PROJECT # ST 00 -01 CONTRACTOR: INFRASTRUCTURE SERVICES, INC. OWNER: CITY OF COPPELL CHANGE ORDER: #4 DATE: 10122102 ADD: Item Quantity Unit Description Unit Price Total Price New 1 LS Disposal of excess dirt not shown on 58,075.00 58,075.00 construction plans New 1 LS Disposal of excess dirt associated with the 14,125.00 14,125.00 sidewalk design not shown on construction plans New 1 LS Extra mobilizations due to phasing not 18,504.00 18,504.00 shown on construction plans New 1 LS Loss of efficiency associated with required 18,092.00 18,092.00 phasing New 1 LS Installing and maintaining temporary roads 9,792.00 9,792.00 due to phasing New 1 LS Maintaining barricades due to required 7,440.00 7,440.00 phasing TOTAL ADDITION $126,028.00 TOTAL CHANGE ORDER #4 $126,028.00 Original Contract Amount Contract Amount including Change Order #1 (418,050) Contract Amount including Change Order #2 ($1,459.13) Contract Amount including Change Order #3 ($17,180.15) Total Change Order #4 Revised Contract Amount $1,040,811.47 $1,022,761.47 $1,024,220.60 $1,041,400.75 $ 126,028.00 $1,167,428.75 Change Order #4 Pagel Net Increase in Contract Time of Completion Revised Contract Time of Completion 102 Days 267 Days The contractor hereby accepts this contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason for this revision to the Contract. Recommendidtoy City Engineer Date Accepted b�40wner Date �' of Agree , o by ontract, r' Date`� Change Order #4 Paget CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT. CREEKVIEW DRIVE PROJECT # ST 00 -01 CONTRACTOR: INFRASTRUCTURE SERVICES, INC. OWNER: CITY OF COPPELL CHANGE ORDER: # 3 DATE: 03108102 II Item Quantity Unit Description Unit Price Total Price New 1 LS South side sloping including fence and tree removal approx. 2000 linear feet 14,950.00 14,950.00 New 79 SY Stamped Patterned Concrete with integral color at Wagon Wheel Park entrance utilizing Special Specifications for Colored Textured Concrete 68.75 5,431.25 TOTAL Addition j $20,381.25 DELETE: Item Quantity Unit Description Unit Price Total Price #110 119 SY Brickpavers (at Creekview /Freeport & Wagon Wheel Park Entrance) 26.90 3,201.10 TOTAL Deletion ($3,201.10) TOTAL CHANGE ORDER #3 $17,180.15 !I Original Contract Amount Contract Amount including Change Order #1 (- $18,050) Contract Amount including Change Order 42 $1,459.13 Total Change Order #3 Revised Contract Amount Net Increase in Contract Time of Completion Revised Contract Time of Completion $1,040,811.47 $1,022,761.47 $1,024,220.60 $ 17,180.15 $1,041,400.75 5 Days 165 Days The contractor hereby accepts this contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason for this revision to the Contract. Recominy by City Engineer Date � .. 3 C? � Accep4l by Owner Date /)-) "% 3 -26 -62 A reed to by Contractor Date CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT. CREEKVIEW DRIVE PROJECT # ST 00 -01 CONTRACTOR: INFRASTRUCTURE SERVICES, INC. OWNER: CITY OF COPPELL CHANGE ORDER: #2 DATE: 02127102 ADD: Item Quantity Unit Description Unit Price Total Price 9102 6000 CY Unclassfied Roadway Excavation 1.00 6,000 4114 89.5 CY Gabion Retainin Wall 133.56 11,953.62 #304 1 EA 6" Gate Valve 523.57 523.57 9309 1 EA Std. Fire Hydrant 1,575.58 1,575.58 TOTAL Addition $20,052.77 DELETE: Item Quantit y Unit Description Unit Price Total Price #302 570 LF 8" PVC Waterline 24.48 i $13,953.60 4311 3 EA 6" Blowoff Assembly 1,546.68 $4,640.04 TOTAL Deletion ($18,593.64) TOTAL CHANGE ORDER #2 $1,459.13 Original Contract Amount $1,040,811.47 Contract Amount including Change Order 91 (- $18,050) $1,022,761.47 Total Change Order #2 $ 1,459.13 Revised Contract Amount $1,024,220.60 Net Increase in Contract Time of Completion 0 Days Revised Contract Time of Completion 160 Days The contractor hereby accepts this contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason for this revision to the Contract. -e- r- . ed by WEngineeer Recomiti,6fid by Owner 2.2°,•Z Date Date Agreed to by Contractor Date CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT. CREEKVIEW DRIVE PROJECT # ST 00 -01 CONTRACTOR: INFRASTRUCTURE SERVICES, INC. OWNER: CITY OF COPPELL CHANGE ORDER: #1 DATE: 01102102 ADD: Item Quantity Unit Description Unit Price Total Price #129 800 LF Remove and Replace Pipe /Cable Fence including Painting 18.25 14,600 TOTAL Addition 514,600 DELETE: Item Quan ti Unit Description Unit Price Total Price 4603 9 EA Single Arm Luninair 2,850 S25,650 #604 2 EA Double Arm Luninair 3,500.00 S7,000 TOTAL Deletion (S32,650) TOTAL CHANGE ORDER #1 (518,050) Previous Contract Amount S1,040,811.47 Total Change Order 46 S - 18,050.00 Revised Contract Amount S1,022,761.47 Net Increase in Contract Time of Completion 10 Days Revised Contract Time of Completion 160 Days The contractor hereby accepts this contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by re*son for this revision to the Contract. J7 er�(,,h W t %i,Cafiy rAa,u ct r Date Recommend4d Uy City Engineer Date �kg d to by Contractor Date T H E - C i T Y -OF Qo��- PPELL T A s 1 CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Creekview Drive and Freeport Parkway Project ST 00 -01 FOR THE CITY OF COPPELL AUGUST 2001 _ . l-ot TABLE OF CONTENTS Page # Section 1 - Bidding Documents Notice to Bidders 1 -4 Instructions to Bidders Section 5 - Proposal /Bid Schedule 1 -5 Prevailing Wage Rates 1 -21 6 -1 1 -36 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2 -2 Certificate of Insurance 2 -8 General Instructions for Bonds 2 -9 Performance Bond 2 -10 Payment Bond 2 -12 Maintenance Bond 2 -14 For this project, the Standard Specifications for Public Works Construction - North Central Texas, as prepared by the North Central Texas Council of Governments and the City of Coppell Standard Construction Details shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. Section 3 - City of Coppell's Supplementary Conditions 3 -1 to the NCTCOG General Provisions Section 4 - Specific Project Requirements Shop Drawings, Product Data and Samples 4 -1 4 -8 Section 5 - Description of Pay Items 5 -1 Section 6 - Irrigation System 6 -1 Section 7 - Street Lighting and Conduit 7 -1 SECTION I BIDDING DOCUMENTS T H E • C I T Y • O F COPP / ELL A c t NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of Creekview Drive and Freeport Parkway, Project - No. ST 00 -01. Plans and Specifications may be obtained for a non- refundable cost of $60.00 from Schrickel, Rollins and Associates Inc., 1161 Corporate Drive West, Suite 200, Arlington, Texas 76006, c/o Chris Schnitger, P.E. or telephone (817) 649 -3216. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Creekview Drive and Freeport Parkway, Project - No. ST 00 -01 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 P.M. on August 21, 2001, 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- 0601 -01 designated clearly on the exterior of the bid envelope. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, 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. Advertisement Dates: July 27, 2001 August 3, 2001 1 -4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas latest addition, 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 work shall consist of the construction of Creekview Drive east of Royal Lane to State Road and Freeport Parkway from Ruby Road north to the entrance to Wagon Wheel Park. Construction includes all paving, excavation, utilities, storm drainage and wall construction necessary to complete the work. Work shall include all components necessary for the "turn key" construction of the roadway and wall as shown in the plans for ST 00 -01. 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained for a non - refundable cost of $60.00 from Schrickel, Rollins and Associates Inc., 1161 Corporate Drive West, Suite 200, Arlington, Texas 76006, c/o Chris Schnitger, P.E. or telephone (817) 649 -3216. The following general requirements pertain to the Bidding Documents: 1 -5 Bidding Documents A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $45.00 per set. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience. The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment. The Bidder shall provide a list of equipment, which will be used on this project. 1 -6 Bidding Documents 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. Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. 5. Conflict of Interest. City Charter states that no officer or 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. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from two locations. The site can be accessed from the existing portion of Creekview Drive to the west and from State Road /Ruby Road to the east. 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 furnishing 1-7 Bidding Documents of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and /or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a .Bid, each Bidder will, at Bidder's own. expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract 1 -8 Bidding Documents Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. 8.1 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. 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 1.36 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are FIVE HUNDRED DOLLARS AND 00 /100 ($500) per day. 10. Substitute or "Or- Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 1 -9 Bidding Documents 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against who Contractor has reasonable objection. 11.3 The construction of all gabions and gabion walls on this project shall be performed by a Contractor that specializes in gabion and gabion wall construction. The Contractor will be required to submit the following information: A. A list of all gabion wall projects presently under construction along with a list of references provided to the Owner. B. The Contractor shall submit a list of comparable gabion wall projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. The Contractor shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete the gabion wall portion of the project. 1 -10 Bidding Documents 12. Bid Proposal. 12.1 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. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By " If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 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. 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. 15. Submission of Bids. 1 -11 Bidding Documents 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, 2:00 P.M. on August 21, 2001 and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q- 0601 -01 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of "Creekview Drive and Freeport Parkway, Project ST 00 -01 if on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty -four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, 1 -12 Bidding Documents non - responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.2 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, completion time, and other data, as may be requested in the Bid form or prior to the Notice of Award. 19.3 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.5 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the date of the Bid opening. 20. Execution of Agreement. Within fifteen (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. 21. Affidavit of Bills Paid. 1 -13 Bidding Documents Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 22. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 23. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Contractor shall commence work within ten (10) calendar days after the date of Notice to Proceed. 24. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 25. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning 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. 26. 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 -14 Bidding Documents (713) 880 -7149 (713) 880 -7188 (713) 880 -7199 (713) 880 -7197 To: Fax #: From Subject: Pages: 3 BOWEN, MICLETTE & BRITT, INC. P.O. BOX 922022 HOUSTON, TEXAS 77292 -2022 (713) 880 -7100 Bonds Comm'1 Lines Marketing Personal Lines (713) 867 -5308 Claims (713) 880 -7166 Producers (713) 880 -7180 Accounting (713) 802 -6067 Benefits Post -its' Fax Note 7671 Date 10 n7 pages0 5 VLC. To / L• Frorpl' t Co. /Dept. Co. &J j ./lp fflm& 1/Y ���T Phone # Pho t2 Faia#r� /_ 309_ 9S� Fax# Note: Please see attached Certificate of Insurance. If there are any problems writh this transmission please call: Phone r 25'02 i ACORM CERTIFICATE OF LIABILITY INSURANCE DATE( %02DD.Yti) PRODUCE 03/25,/Z CERTIFICATE IS ISSUED AS A MATTER OF INFOR-NIATION Bowen, Miciette & Britt, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1111 North Loop West, #400 HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND ORI Houston, TX 77008 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 713 880 -7100 INSURERS AFFORDING COVERAGE INSURED Infrastructure Services, Inc. INSURER A: Caliber One Indemnity Co P.O. Box 73487 INSURER B: Colonial County Mutual Ins. Co. 711 Rankin Road Houston, 77073 INSURER c: Royal Insurance Company Houston, TX 77273 INSURER D: Continental Casualty Co. COVERAGES NsuRER E: Scottsdale Ins Co. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT\IITHSTANDIN aNI REQUIREAMENT, TERM OR CONDITION OF ANY CONTR4CT OR OTHER DOCUNMENT WITH RESPECT TO WHICH THIS CERTIFICATE BE ISSUED O ".:11' PERTAIN, THE PvSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E\CLI`SIONS A"NTD CONDITIONS OF SUC.'J POLICIES AGGREGATE LIMITS SHOWN I MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY ESPI RATION DATE (MWQQ/YYI DATE 1MMfDD YYI LIMITS A GENERAL LIABILITY CGOOOO136o 02/28/02 02M $ 1.'0W'000 l2 /03 EA�'H r• ^,JURriEN_£ 1 X N:MER iAL JENER,AI LIABILIT,' F: RE D.AN ?.40E ::Ar:c one 5re: CLAIR7S MADE X � ^CUR 150 000 - € X BI /PD Ded:10000 MEN EXF •Arn c.,e persa <_ PERSONAL &-A,\ i N*: 4R,' 11 000 000 . -E N'L.4sORE _rATE LIMIT AFFLIES PER: - ENER:AL .AJ,RF3A'F 12 OOO OOO F'RC:DtI, -rS _ =t,i F':= F'A:rJ - 12000000 B E E FR= L J�' X .AUTOMOBILE LIABILITY AN''AITT� :� CAG0012352 CAS00674043O/S 02/28/02 02/28/02 02/2 8103 02/28/03 = :N:e;NELs:N-LEL;+�IT 2, :, I 11,000,005 S S .A__ _'RTED AUT -S - X S EE A_IT :S X HIRE-_1 AUT =,S E= 1LfIL` �n n� IDILY INJURY E' Per a>:ider,: f i r N :N- = WNEL � A71T,_ S c I FR�PERTY D:AN ".A_E 1 GARAGE LIABILITY = ; \L`,'- EAA_' -1 =ENT 1 AN, f:T HER THAN AUT :� _NLY: C eNCeSS LIABILITY X - - - - ^ ''L -A'.MS MADE PHN015487 02/28/02 02/28103 EACH _ _cuRRENCE 110 000 000 i AOOREOr17E 110 000 000 ;ALE f _ X R =- ENTI_N 110000 f D i II ORKERS COM PEN SATI ON AN D V EPLOY£RS' LIABILITY WC138199157 02/28/02 02/28/03 X sr PR 1 E.L. EACH A`= ENT 11 000 OOO E.L.DISEASE - EA EMPL = 'EE 11 000,000 OTHER Package -Comm qulpment 93366 02128/02 02/28/03 E.L. DISEASE Leased/Rented 1 000 000 $250,000. Max Per Item GEECRI PT ION OF OPERATIONS'.'L OCAT IONSIVEHICL ESC: EXCLUSIONS ADDED BY ENDORSEMENT;SPECIAL PROVISIONS r I CERTIFICATE HOI.nRIZ SHOULD ANY OFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Coppeli DATE THEREOF, THE ISSUING INSURER WILLENDEAVOR TON1AILi(1 DAYS IVRI TEN Attn: Suzan Taylor NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFT. BUTFAILURE TODOSOSHALL PO Box 9478 IMPOSE NOOBLIGATION OR LLAB ILR'YOF ANY KIND UPON THE INSURERITS AGENTS OR Coppell, TX 75019 REPRESENTATIVES. ALTPHORI ZED REPRESENTATIVE dGCIGl.✓� � ACORD 25 -S (7,'97) 1 of 2 #S108759/M107343 73t; ©ACORII C7(1RP(IRATT (1\ toSttt PAYMENT BOND STATE OF TEXAS } COUNTY OF DALLAS } Bond No. 103342079 KNOW ALL MEN BY THESE PRESENTS: That Infrastructure Services, Inc. whose address is P.O. Box 73487 Houston, Texas 77273 hereinafter called Principal, and Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of Connecticut ,and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary," in the penal sum of One Million, Forty Thousand, Eight Hundred Eleven and .47/ 100---------------------------------------------- - - - - -- DOLLARS ($ 1,.040,811.47 --------- ) 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 18th of September , A.D. 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: Creekview Drive and Freeport Parkway Project No. ST 00 -01 Bid No. Q- 0601 -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., 2-12 Contract Documents C accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 5 (Five) each one of which shall be deemed an original, this the 18th day of September 2001. PRINCIPAL Infrastructure Services, Inc. By: .0=-- Title: C'i,'irr= �-�r;n ATTEST: SURETY copies, Travelers Casualty and Surety Company of America n By: C Title: Margie Lange - Attorney -In -Fact ' Evelyn E. S The Resident Agent of the Surety in Dallas I" enton County, Texas, for delivery of notice and service of the process is: NAME: Darrell Bateman Dodson - Bateman Unsurane Agency ADDRESS: 8350 Meadow Road Dallas, Texas 75231 NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 1 2 -13 Contract Documents Travelers" j IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America. Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3130 (267) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. PERFORMANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } o. 1 KNOW ALL MEN BY THESE PRESENTS: That Infrastructure Services, Inc. 1 whose address is P.O. Box 73487 Houston, Texas 77273 , hereinafter called Principal, and Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of Connecticut and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto Y } o the - ;CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State j of Texas, hereinafter called "Beneficiary," in the penal sum of one Million, Forty Thousand, Eight Hundred Eleven and .47/ 100---------------------------------------------- - - - - -- DOLLARS ($1,040,811.47---- - - - - -- ) 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 18th of September , A.D. 2001, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: 41 Construction of the: Creekview Drive and Freeport Parkway j Project No. ST 00 -01 j Bid No. Q- 0601 -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, f 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 2-10 Contract Documents f Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 5 - (Five) copies, each one of which shall be deemed an original, this the 18th day of September , 2001. PRINCIPAL Infrastructure Services, Inc. By: ITitle: 1 - 5 -, SURETY Travelers Casualty and Surety Company of America By: Title: Margie Lange - Attorney -In -Fact ATTES , / A f ; Resident Agent of the Surety in Dallas or Denton County, T xas, for delivery of notice and service of the process is: NAME: Darrell Bateman Dodson— Bateman urance Agency ADDRESS: 8350 Meadow Road Dallas, Texas 75231 NOTE. Date of Performance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name. 1 2-11 Contract Documents 27. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of Owner. 28. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 29. Maintenance Bond. The Contractor shall provide a two -year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 1 -15 Bidding Documents GEOTECHNICAL DATA 1. Investigation: A Geotechnical Report was not performed for the project site. However a Geotechnical report was prepared for the adjacent Wagon Wheel Park to the North. This report is available for review at the office of Schrickel, Rollins and Associates, Inc. upon request. 2. Reports: A. Logs of test borings located in the proximity of the Creekview Drive and Freeport Parkway project are bound herein for information purposes only. 3. Refer also to Section 1 - Examination of Contract Documents and Site (Item 6) 1 -16 Bidding Documents 0 m i 0 SERVICE CENTER I r N B -2 � LJ B -3 0 BATTING Q CAGE 0 B -4 Q H- N B -5 B -6 B -7 UeY ROAD STORAGE 0 150 300 FEET NOTE BORING LOCATIONS ARE APPROXIMATE APPROXIMATE SCALE BORING LOCATION DIAGRAM WAGON WHEEL PARK STATE ROAD COPPELL, TEXAS HBC Project No., 94995092 Date- 04/27/99 I nr, r)l` Fzr)DlKllf-- PROJECT: GEOTECHNICAL INVESTIGATION BORING NO. B- 7 Wagon Wheel Park PROJECT NO. 94995092 Coppell, Texas DATE 4 -14 -99 CLIENT: City of Coppell SURFACE ELEVATION Coppell, Texas PAGE 1 of 1 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Continuous Flight Auger LL i d D -� m to J t°n W d ai y 3o O 1- F- LL O o ~- N W !� W¢ O= Zr a m Z O d z ~ a ¢ rr o H F Z O W N 0 } LL V W fn 0 o a ATTERBERG LIMITS % o w i N ON Z N Z j V) = LL w~ d D_ Z Q cc a o N Yi .... ? Z _ Q U) w s J U- W o: N w LU Cr Z (_i Z [A ? Z Z U ° J 5 d J F U !n J 1 X W Z F}_- U (n J LL GROUNDWATER INFORMATION: No seepage encountered. Dry at completion. LL PL PI DESCRIPTION OF STRATUM P =1.25 P=1.0 P =1.25 24 23 101 49 19 30 2.2 12.5 Dark brown clay 2 4 P =4.5 P =4.5 + Brown clay 6 P =4.5+ P =4.5+ Orangish brown clay - with calcareous nodules and lignite fragments 8 10 N =36 IN =38 N =41 Orange and tan sand - with clay seams above 12' 12 14 16 18 20 22 24 26 B.H, at 25.0' 28 30 N - STANDARD PENETRATION TEST RESISTANCE T - TXDOT CONE PENETRATION RESISTANCE P - POCKET PENETROMETER RESISTANCE R - PERCENTAGE OF ROCK CORE RECOVERY�� ROD - ROCK QUALITY DESIGNATION REMARKS: IBC I r) r. f1F Rf1RIAlr � V PROJECT: GEOTECHNICAL INVESTIGATION BORING NO. B- 8 Wagon Wheel Park PROJECT NO. 94995092 Coppell, Texas DATE 4 -14 -99 CLIENT: City of Coppell SURFACE ELEVATION Coppell, Texas PAGE 1 of 1 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Continuous Flight Auger t= 2 W 0 J m (A O Ln w d Q W Z- J M p F- O O� w NinrnZU w w¢ p V Z U a m? D 0- Q z a E M o w Z O w D 0 F } LL F U z U Z y 0 Z ¢ 0 a ATTERBERG LIMITS % 0 > vW—i O O N 0 Z N li z I 1° w N F, U) = LL w~ O Z- M a. U Y _ o Z Q F cn w 2 J u- Lu N V) w Z ¢ o 0 ? to - Z Z O U a F �_ J 0 (� J J U F- N J a X Z - } F- U �- Ln J a GROUNDWATER INFORMATION: No seepage encountered. Dry at completion. LL PL PI DESCRIPTION OF STRATUM P =1.25 P =1.5 P=2.0 P =4.5+ 23 24 98 50 21 29 2.3 12.5 Dark brown clay 2 4 P =4.5+ I Brown clay 6 8 P =4.5+ f I Orangish brown clay - with calcareous nodules 10 12 14 ;. P =4.5+ N =33 N=34 17 112 I 17.6 110.0 Orange and tan sand - with sandstone seams at 16' 16 I•• 18 20 22 24 26 i B. H. at 25.0' 28 30 N - STANDARD PENETRATION TEST RESISTANCE T - TXDOT CONE PENETRATION RESISTANCE P - POCKET PENETROMETER RESISTANCE R - PERCENTAGE OF ROCK CORE RECOVERY ROD - ROCK QUALITY DESIGNATION REMARKS: 1F -1QJIi KEY TO SOIL SYMBOLS FOR LOGS OF BORINGS KEY TO SOIL CONSISTENCY NO. OF BLOWS, N RELATIVE DENSITY Undisturbed Sample Disturbed Grab Sample Split Spoon Sample/ Texas Hwy. Dept. PenetrationTest 0 Water Level at Time of Drilling Core Run 0 Final Water Level PARTICAL SIZE IDENTIFICATION 0 -4 Very loose BOULDERS: Greater than 300 mm 5 -10 Loose COBBLES: 75 mm to 300 mm 11-30 Medium Dense GRAVEL: Coarse: 19.0 mm to 75 mm 31 -50 Dense Fine: 4.75 mm to 19.0 mm OVER 50 Very Dense SANDS: Coarse: 2.00 mm to 4.75 mm Medium: 0.425 mm to 2.00 mm Fine: 0.075 mm to 0.425 mm SILTS & CLAYS: Less than 0.075 mm CLASSIFICATION COMPRESSIVE STRENGTH, psf HAND PENETROMETER, tsf Very Soft Less than — 500 <0.25 Soft 500 — 1000 0.25 — 0.5 Firm 1000 — 2000 0.5 — 1.0 Stiff 2000 — 4000 1.0 — 2.0 Very Stiff 4000 — 8000 2.0 — 4.0 Hard More than — 8000 >4.0 KEY TO DRILLING SYMBOLS KEY TO SOIL CLASSIFICATIONS A L��- FILL CH —High plasticity CLAYS CL —Low plasticity silty CLAYS CL —Low plasticity sandy CLAYS OL —Low plasticity — organic SILTS and CLAYS OH —High plasticity organic SILTS SC— Clayey SANDS and CLAYS ML —Low plasticity o f GP— Poorly graded Inorganic SILTS °.�0• GRAVELS & very fine SANDS op GW —Well graded GRAVELS MH —High plasticity GC— Clayey GRAVELS inorganic SILTS GM —Silty GRAVELS SM —Silty SANDS SHALE SP— Poorly graded SANDS SW —Well graded LIMESTONE SANDS ta �: a•a c Undisturbed Sample Disturbed Grab Sample Split Spoon Sample/ Texas Hwy. Dept. PenetrationTest 0 Water Level at Time of Drilling Core Run 0 Final Water Level KEY TO SOIL CLASSIFICATIONS A L��- FILL CH —High plasticity CLAYS CL —Low plasticity silty CLAYS CL —Low plasticity sandy CLAYS OL —Low plasticity — organic SILTS and CLAYS OH —High plasticity organic SILTS SC— Clayey SANDS and CLAYS ML —Low plasticity o f GP— Poorly graded Inorganic SILTS °.�0• GRAVELS & very fine SANDS op GW —Well graded GRAVELS MH —High plasticity GC— Clayey GRAVELS inorganic SILTS GM —Silty GRAVELS SM —Silty SANDS SHALE SP— Poorly graded SANDS SW —Well graded LIMESTONE SANDS ta �: a•a c BID FORM PROJECT IDENTIFICATION: Creekview Drive and Freeport Parkway ST 00 -01 in Coppell, Texas BID OF J7,4-( -PS4rvc-+v C 5erviCc°5 7.-1 DATE B- -Z) -D) (NAME OF FIRM) 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- 0601 -01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: 1 2 Date: Rec' d: 1 -21 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports 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. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes.� Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 1 "22 Bidding Documents (fl BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. 5. BIDDER will complete the Work for the following price(s): 1 -23 Bidding Documents CREEKVIEW DRIVE AND FREEPORT PARKWAY PROJECT NO. ST 00 -1 BID NO. Q- 0601 -01 UNIT PRICE BID SCHEDULE BASE BID QUANTITY ITEM # AND UNIT DESCRIPTION & PRICE IN WORDS Unit Price Total Pri PAVING & MISCELLANEOUS IMPROVEMENTS 101 1 LS Right -of way preparation including relocation of existing dirt stoic ile, ynll work fu y performgd, for t ump sum of dollars and O O -- cents. $500.00 $ 500.00 102 6,500 CY Unclassified roadway-excavation, all work fully performed, for the sum of dollars and _ O O --- cents per cubic yard. $1.00 $ 6,500.00 103 3,000 CY Compacted ro ay fill, complete and in place, for the sum of dollars and cents per cubic yard. $1.00 $ 3,000.00 104 19,000 SY 8" Lime treated subgrade including processing, blading, mixing and c acting, all work fully performed, for the sum of dollars and cents per square yard. $1.25 $23,750.00 105 333 TNS Hydrated Ike (35 Ibs / /S�'), c�L orr�plete ir�,place, for the sum of C°�' „g(/P�� dollars and �� --"— cents per ton. $110.00 $36,630.00 106 12,800 SY 7 Concrete pavement with reinforcing steel and 6" onolithic ci rb, compl a�in ace f or the sum of dollars and nts per square yard. $23.25 $ 297,600.00 107 5,100 SY 8" Concrete pavement with reinforcing steel and 6" m nolithic rif, complete and in place for the sum of dollars and cents per square yard. $ 27.00 $ 137, 700.00 108 1,550 SY 6" HMAC pavement for eet transi ion, plete and in place, for the sum of dollars and ----.. cents per square yard. $ 23.00 $ 35,650.00 4126 1-24 Bid Schedule 109 2,300 SY 5" Concrete sidewalk including barrier -free ramps (SD7), c plete and ' lace, for the sum of dollars and - - cents per square yard. $29.70 $ 68,310.00 110 500 SY Median paving with interlocking pavers (SD7), including 4126 1-25 Bid Schedule concrete base, sand cUspion, and b rders, complete and in place, for the sum of dollars and cc 13,450. cents per square yard. _$26.90 443,45 6',DOOSY 111 -1,00f) SY. Solid sod for medians and parkways including watering, compl9fe and in place, for the sum of dollars and 1 6 200, 00 ' cents per square yard. $2.70 . 112 190 SY Modular ock retaini g wall, complete and in place or the sum of dollars and i cents per square yard. 0 $117.66 $ 22, 355.40 113 255 LF TxDOT pedestrian rail (Type PR1), complete and in place, for4he sure of 40 dollars and t2j� 13. — cents per linear foot. $48.68 $ Llr4-1 � .420 GY CT Q 114 .-47 G bion re Zing w , co lee nd in 1 e, for the sum of dollars and cents per cubic yard. $133.56 $ 56.095.20 115 1 LS Stormwater pollution prevention plan, complete and in plac foFthe lu rIIIA sum of dollars and cents. $ 500.00 $ 500.00 116 956 LF Sawcut existing concrete pavement, all work fully perfor d, for the sum of dollars and [ , 2 �• 20 �? ^ cents per linear foot. $ 1.70 4 1.62f.36 117 511 SY Remove existin concrete flatwork, all work fully performed, for the sum of _ dollars and cents per square yard. $ 6.25 $ 3,193.75 118 1,341 SY Remove existing HMAC pavement, all work fully perfoqned, for the sum of ` dollars and — cents per square yard. $ 2.55 $ 3,419.55 4126 1-25 Bid Schedule 119 40 LF Remove existing barricade, all work fully performed, for the s of dollars and © l cents per linear foot.. $ 25.00 $ 11000.00 120 50 LF Concr to head D2), complete and in place, for the sum Of v dollars and C> cents per linear foot. $20.00 $ 1,000.00 121 100 EA 4" White non - reflective buttons (SD2) including pavement preparation, complete and in place, for the sum of / dollars and M cents per each. $ 3.71 $ 371.00 122 300 EA 4" White reflective buttons (SD2) including pavement preparation, complete and in place, for the sum of dollars and 1, -35 3 cents per each. $ 4.51 $--1�� 123 300 EA 4" Yellow double reflective buttons (SD2) including pavement preparation, complete and in place, for the sum of C dollars and 4-353, cents per each. $ 4.51 , . 124 20 EA 6"x6" Reflective jiggle bars (SD2) including pavement preparation, complete and in place, for the sum of 125 126 dollars and — cents per each. $ 14.84 $ 296.80 8 EA Pavement markings (arrow), including pavement preparation, complete and in place, for the sum of -1,1_-vZ�ollars and cents per each. 810 LF Pavement markings (lane transition), including pavement preparation, complete and in place, for the sum of dollars and cents per linear foot. 2.12 $ 1.272.00 $ 1,717.20 4126 1-26 Bid Schedule 127 1 LS Traffic control including barricades, warning signs and detours, per MUTCD, and the placement and removal of temporary paveme arkings work fully perform or the lump sum of //lc �,� {�,r = O _ dollars and cents. $1 000.00 $ 1 000.00 128 -y600 51 t f a m ���, se%=3 u v r�ud Twc,✓}y Ortc Cvv +S 0.21 Zc: TOTAL PAVING AND MISCELLANY— 9 -84-8-:e6 #-749, 951,5C v�2 DRAINAGE IMPROVEMENTS 201 6 EA Construct 10' recessed curb inlet (SD10), complete and in place, for the sum of dollars and w� cents per each. $ 1 , 2nn _ nn $ 7 ,2Q.0 00 202 2 EA Construct Type A storm sewer manhole (SD9), complete and in place, for the sum of 1"t- dollars and cents per each. $ 1,200.00 $ 2,400.00 203 125 LF 21" (Class III) RCP including embedment and backfill, coamplete aDd in place, for the sum of dollars and 5, 91315 ' cents per linear foot. $47.31 -5, 9L� 204 90 LF 24" (Class III) RCP including embedment and backfill, c let nd in place, for the sum of dollars and 5; IC3.30 p f - �--� cents per linear foot. $57.37 -9'r-5 . i 6�-6� 205 600 LF 27" (Class III) RCP including embedment and backfill, com ete a d in plaqe, for the sum of dollars and cents per linear foot. $ 65.03 206 1 EA Connect to existing 30" RCP storm drain main, all work fully pert r[ned, for the j of /7- c,� -or%r o dollars and cents per each. $ 600.00 $ 600.00 207 1 EA Field connect to existing 60" RCP storm drain main, all work ful perfor ,�d_, for th�jsu I of rx �t1 dollars and 600.00 600.00 cents per each. $ $ 208 815 LF Trench safety (greater than 5' depth), all work fully perform ,for the sum of dollars and cents per linear foot. 1.30 1,059.50 4126 1-27 Bid Schedule 209 370 SY Erosion control matting, complete and in place, for the sum of dollars and cents per square yard. TOTAL DRAINAGE IMPROVEMENTS WATER IMPROVEMENTS 301 60 LF 6" PVC (C -900) waterline including embedment and ba kfill, corn fete and in place, for the sum of —�� dollars and cents per linear foot. 0 6T 302 850 LF 8" PVC (C -900) waterline including embedment and b4f kfill, co plete and in place, for the sum of dollars and cents per linear foot. $ 4.50 $ 1.665.00 r -_ 6 3, �►, 59Z, q-0 $ 26.54 Q 11592.5*- �20, 8.08• C C44 $24.48 303 2,750 LF 12" PVC (C -900) waterline including embedment and backfill and two (2) intermediate taps for testing and disj fection, aomplete and in plc?, for the sum of _ dollars and cents per linear foot. $28.35 $ 77,962.50 304 7 EA 6" G te.valy (SD1 co pj tea and in pl , ce, for the sum of dollars and 3 �' cents per each. $523.57 305 6 EA 8" at_e val a (SD1 co te• d in place, for the sum of *{, dollars and cents per each. $580.50 $ 3,483.00 306 2 EA 12" Gate va,ve (SD15), mpletIe,l,�jand in place, for the sum of ,. n,cs� O�Cie& .1cd^-t-doIIarS and /1 si 0 cerits per each. $ 1,088.09 $ 2, 176.18 307 1 EA Connect to existing 8" PVC waterline, all work fully perfor ed, for e s =2Z� dollars and 636.00 636.00 cents per each. $ $ 308 2 EA Connect to existing 12" PVC waterline, all work fully r(or d=fort sum a(� dollars and Do - cents per each. $ 636.00 $1,272.00 309 7 EA Standard fir ydrant 16), comple nd n_plac ,for `2 the sum of d� dollars and cents per each. $1,575.58 i 4126 1-28 Bid Schedule 310 3 EA 2" Combination air and vacuum -air release valve D15), mpl a an in gh� f the s of ,v � -,.�oY ' r/ dollars and ' cents per each. $1,464.39 $ 4,191 . t 7 311 3 EA 6" Blowoff ssemb� yZ� SD15 , co�pI eand in lac�j for um f 177A1Gir� d/' ft�.•�, d��r dollars and 4, 440.0 1 Q(� cents per each. $ 1,546.68 312 2.5 TNS uctile i n fittings, c5�m e e in place, r• sum of 4-2 _ / Ilars and cents per ton. $3,889.37 $9,723.43 313 3,660 LF Trench safety (greater than 5' depth), all work fully pert rmed, for the sum of dollars and S, p5O• �a v cents per linear foot. $1.38 TOTAL WATER IMPROVEMENTS $-- 144�g -$ I�(,�J31. 57 SANITARY SEWER IMPROVEMENTS 401 1 EA Sanitary sewer manhole adjustments as per specifications, *,Work f II peo med or, ti sum of — o-i 4bollars and �— e-e- r,/J` Q cents per each. $ 331.78 $ 331.78 TOTAL SANITARY SEWER IMPROVEMENTS $ 331.78 IRRIGATION IMPROVEMENTS 501 94 LF ' /2' Schedule 40 PVC pipe including embedment and backfill, complete and in place, for the sum of dollars and 2 cents per linear foot. $ 2.18 $ 502 210 LF '/." Schedule 40 PVC pipe including embedment and ba kfill, complete and in place, for the sum of dollars and cents per linear foot. $ 2.90 �� i' ✓J 503 86 LF 1" Schedule 40 PVC pipe including embedment and bac ill, complete and in place, for the sum of dollars and f614 . 04 �r Qp cents per linear foot. $ 7.14 g-444-t- 504 16 LF 1 %" Schedule 40 PVC pipe including embedment and ckfill ompl a and in place, for the sum of ¢ dollars and �� cents per linear foot. $ 25.18 -8fl 4126 1-29 Bid Schedule 4126 505 14 LF 1'/" Schedule 40 PVC pipe including embedment and b fi_II, mplete and in place, for the sum of � .h dollars and '42 3 +9Z _ cents per linear foot. $ 30.28 506 24 EA Hunter PGM 4" pop -up spray rotors including embedment an,d backfill omplete and in place, for the sum of dollars and cents per each. $ 79.50 $ 1,908.00 507 1 EA 2" Rainbird PGIA series zone v ve, c mplete chin lace, f the sum of — dollars6ane DO cents per each. $954.00 $ 954.00 508 3 EA C ncrete valy box, co plete��n�t -ire plc ,fort um of �/ ollars and _ �,--_— cents per each. $282.67 $ 848.01 509 1 EA Irritrol IBOC 100 battery controller with valve adaptor, � �c plete a n pla , f h sum of dollars and �O cents per each. $901.00 $ 901.00 510 66 LF 2" Type "K" service line including embedment and backfill, m to and in place, for the sum of �L,OCX,. dollars and / — cents per linear foot. $ 15.25 $- 511 1 EA 2" Conbraco 40 -100 series double check assembly, mpl ' and in plac for the sum of Z dollars and in© ents per each. $ 1,007.00 $ 1,907.00 512 50 LF 4" Schedule 40 PVC pipe sleeves including embedment and backfill, complete and in place, for the sum of dollars and — cents per linear foot. $ 16.96 $ 848.00 513 1 EA 2" Tap o 12" wa er lin , complete nd in p1p9e, for the m f dollars and cents per each. $ 848.00 $ 848.00 1-30 Bid Schedule 514 1 LS Replace all damaged irrigation at entrance to Wagon ,Vyheel P all work fully pe rn , fort lump sum of (� dollars and Q© cents. $1,060.00 $ 1,060.00 TOTAL IRRIGATION IMPROVEMENTS 4-1r, o "i 1), 6 35. Z'� LIGHTING IMPROVEMENTS 601 -i.zl l' t pole foun =�X= in plac e, for the sum of it FA dollars and O cents per linear foot. $550.00 $ 6.050.00 602 4,755 LF 2" Schedule 40 PVC conduit including embedment and ba Ic#il complete and in place, for the sum of dollars and cents per linear foot. $6.36 $ 30, 241.80 603 9 EA ngle ar 31 inair, complete a d in-place, fflhe ufn of dollars and r each. 604 2 EA lAJAl arm lumtDc V, complete apEl in piaae, for/toe sum g BID SUMMARY () dollars and CC ents per each. TOTAL LIGHTING IMPROVEMENTS PAVING AND MISCELLANEOUS DRAINAGE IMPROVEMENTS WATER IMPROVEMENTS SANITARY SEWER IMPROVEMENTS IRRIGATION IMPROVEMENTS LIGHTING IMPROVEMENTS GRAND TOTAL a�/' ,850.00 $25,650.00 3,500.00 t 7,000.00 $ 68,941.80 •�- �7-� --g7g :-o� �7� 9 , 851.5 C 6-3,614.6-2 b3,61`f,55 f $ 331.78 li,635,2' $ 68,941.80 04 S11.d0 4- 4126 1-31 Bid Schedule TOTAL BID ITEMS BASE BID In Words: &a BID SUMMARY TOTAL PRICE I , CALENDAR DAYS isn se-l" Ow� 6. BIDDER agrees that all Work awarded will be completed within Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 9. The terms used in this Bid, which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents, have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project, as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED ON AQa �2s - 21,200) Signature: 1 -32 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 / e lm COUNTY OF I-,4n n i /l BEFORE ME, the undersigned authority, Notary Public in and for the State of Z_Xr4,S , on this day personally appeared AA A.Q-V � r o wN E who after being by me Name duly sworn, did depose and say: MA r k fro W N e- am a duly authorized office /agent for Name T,a -rr p.s-t r c cfiv r c 5er v s Les , T2 4 c-. and have been duly authorized to execute the Name of Firm foregoing on behalf of the said T,., -G'r As+rvc+ g rc ry f ce S c Name of Firm I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon. " Name and Address of Bidder: T►a -CrA s-trucl g re Scry iccs , -T >y.c -, 52(22 lotindhrrn C +. GAr)ANJ ,� TX %5043 Telephone: ( 9 12 ) 2,10 - g664 by: MA r k R r o w: N e Title: Ch; e4 F-s +; rn A 4 o r Signature: zte � ':'ems/ SUBSCRIBED AND SWORN to before me b the above amed��� �CJYBZJYl..:2_ on this the day of }�} 00 r� Notary blic in and for the State of TINA R. CLARK MY COMMISSION EXPIRES May 13,2004 1 -33 Bidding Documents If BIDDER IS: An Individual By doing business as Business A Partnership M. Business address A Corporation M. (Individual's Name) (Firm Name) (General Partner) (Corporation Name) Phone No. Phone No. (State of Incorporation) By arK �t`Owtae (Name of person authorized to sign) (Title) (Corporate Seal) (Seal) address (Seal) 1-34 Bidding Documents Attest Business address A Joint Venture By By (Secretary) ►11 7?4"4 (Name) W,->4-ow , TexwS '71073 Phone No. (29) ) 233 - SCOO (Address) (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1 -35 Bidding Documents ADDENDUM NO.: ONE PROJECT NAME: LOCATION: ISSUED BY: BID PROPOSAL ADDENDA CREEKVIEW DRIVE/ FREEPORT PARKWAY PROJECT COPPELL, TEXAS ISSUE DATE:August 15, 2001 BID DATE: August 21, 2001 Schrickel Rollins and Associates, Inc. 1. This addendum modifies and extends the requirements of the plans and project manual for the above referenced project, dated August 2001. 2. Staple these addenda to the inside of the rear cover of the project manual or bind it into the project manual at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the outside cover of the envelope containing the Bid documents. PROJECT MANUAL Item No. 1— Bid Schedule Page 1 -25, Item 111 Revise, "1,000 Square Yards" to "6,000 Square Yards ". Item No. 2 — Bid Schedule Page 1 -25, Item 114 Revise, "47 Cubic Yards" to "420 Cubic Yards ". Item No. 3 — Bid Schedule Page 1 -27 Add Bid Item No. 128 7,600 SY Hydro mulch seeding, complete and in place, for the sum of dollars and cents per square yard. $ $ Item No. 4 — Supplementary Conditions Page 3 -7, Item 1.42 Delete this item in its entirety. Item No. 5 — Description of Pay Items Page 5 -2, Item 2.1 The following is a clarification for the relocation of the existing dirt stockpile located within the Creekview Drive right -of -way: Only the portion of the stockpile that is located within the Creekview Drive project limits will need to be relocated. The exact quantity of dirt that will need to be moved is not known. The Contractor will not be required to relocate any dirt to a different location within the Wagon Wheel site. Item No. 6 — Description of Pay Items Page 5 -2, Item 2.2 The following is a clarification: Excess material will need to be disposed of off -site unless otherwise specified by the Owner. Item No. 7 — Description of Pay Items Page 5 -3, Item 2.4 It is NOT required that the lime sluny be prepared within the city limits of Coppell. Item No. 8 — Description of Pay Items Page 5 -4, Item 2.4.C.4 Revise the following sentence: "Final compaction shall be accomplished in two (2) four (4 ") inch lifts and compacted to 95% of Standard Proctor Density as defined by the Standard Proctor Density as defined by the Texas Department of Transportation. Final compaction can also be done in one (1) eight (8 ") inch lift if the desired compaction can be accomplished." Item No. 9 — Description of Pay Items Page 5 -5, Item 2.9.A Add the following: Solid Sod shall be placed five (5) feet behind all curbed areas and two (2) feet on both sides of all proposed sidewalk. The entire median area from Sta. 32-x-60 to Sta. 34 +60 along Freeport Parkway shall be solid sod. The Owner reserves the right to adjust these limits during construction. Item No. 10 — Description of Pay Items Page 5 -17 Add Item No. 2.20 — Pay Item #128 Hydro mulch Seeding: A. DESCRIPTION: This item shall consist of preparing ground, providing, and planting seed, or a mixture of seeds, of the kind specified along and across such areas as are designated by the Project Engineer. Hydro mulch seeding shall be placed in all disturbed areas within the project limits, but not covered within the limits of "Solid Sod ". B. MATERIALS: The type seed used shall be in accordance with COG Specification, Section 3. 10, and approved by the Engineer. All seed must carry a Texas Seed Label showing purity and germination, name and type of seed and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within 9 months of the time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. Grass seed shall equal or exceed 95% purity and 90% germination. C. PLANTING SEASON: Planting of hulled Bermuda grass seed shall be done between the months of April thru September. The density of seeds planted shall be 80 pounds per acre. A blend of 30 pounds Rye grass and 40 pounds unhulled Bermuda may be used between the months of February thru April, if approved by the Project Engineer. Seeding to be used between September and February will be 50 pounds per acre of rye grass if approved by the Project Engineer. D. CONSTRUCTION METHODS: The designated areas shall be raked, leveled and fine graded as necessary to provide a smooth uniform grade, free of ruts, depressions, humps and objectionable soil clods, prior to seeding. The area shall also be free of weeds, rubbish, and building materials. Any low areas shall also be filled to prevent ponding. All particles in the seedbed shall be reduced to less than one inch (1 ") in diameter or they shall be removed. The area to be seeded shall be loosened or disked prior to placement of seed in areas that appear to be overly compacted or to destroy existing vegetation, at the direction of the Project Engineer or authorized representative. The cost of any chemical treatment to the soil in order to establish a uniform stand of grass will be subsidiary to "Hydro -mulch Seeding ". Seeding of the type specified shall be performed in accordance with the requirements in COG Specification 3.10 except as hereinafter described: 1. Watering: The seeded areas shall be watered as necessary to establish grass as described in Establishment and Acceptance of Seeding. 2. Hydro -Mulch Seeding: In accordance with COG Specification 3.10.7. Alternate methods for placement of seed may be used if approved by the Engineer. E. MEASUREMENT: Work and acceptable material for "Seeding" will be measured by the unit bid, complete in place. F. PAYMENT: The work performed and materials furnished and measured as provided under "Measurement" will be paid for at the unit price bid for "Hydro mulch Seeding" which price shall be full compensation for furnishing all materials and for performing all operations necessary to complete the work, including fertilizer. Once a "uniform stand of grass" is provided, the City will provide payment for the seeding. See definition of "uniform stand of grass" below. G. ESTABLISHMENT AND ACCEPTANCE OF SEEDING: Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the grass, it shall be the sole responsibility of the Contractor to establish a uniform stand of grass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of the work until conditions change to favor the establishment of grass. Uniform Stand of Grass: A uniform stand with complete coverage of the specified grass shall be defined as not less than one hundred fifty (150) growing plants per square foot seeded. Growing plants shall be defined as healthy grass plants of two blades or more at least 2 inches tall. POST - PLANTING MAINTENANCE: Maintenance shall begin immediately after each portion of grass area is planted. It will be the contractor's responsibility to maintain the existing grades and leave them in a true and even condition after planting. All planted areas will be protected and maintained by watering, weed control, mowing, and replanting as necessary for at least thirty (30) days after initial planting and for as much longer as necessary to establish a UNIFORM STAND WITH COMPLETE COVERAGE OF THE SPECIFIED GRASS. FERTILIZER: (Subsidiary to Seeding Item) A. DESCRIPTION: This item shall consist of providing and distributing fertilizer over the seeded areas. B. MATERIALS: Shall be in accordance with COG Specification 3.11.1. C. CONSTRUCTION METHODS: The fertilizer shall be pelleted or granular fertilizer and shall be applied uniformly over the entire area specified to be fertilized and in the manner directed for the particular item of work. The fertilizer shall be dry and in good physical condition. Fertilizer that is powdered or caked will be rejected. Distribution of fertilizer for the particular item of work shall meet the approval of the engineer. Unless otherwise indicated on the plans, fertilizer shall be applied uniformly at the average rate of 400 pounds per acre for all types of seeding. ADDENDUM NO.: TWO PROJECT NAME: LOCATION: ISSUED BY: BID PROPOSAL ADDENDA CREEKVIEW DRIVE/ FREEPORT PARKWAY PROJECT COPPELL, TEXAS ISSUE DATE:August 17, 2001 BID DATE: August 21, 2001 Schrickel Rollins and Associates, Inc. 1. This addendum modifies and extends the requirements of the plans and project manual for the above referenced project, dated August 2001. 2. Staple these addenda to the inside of the rear cover of the project manual or bind it into the project manual at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the outside cover of the envelope containing the Bid documents. PROJECT MANUAL Item No. 1— Bid Schedule Page 1 -24, Item 108 Revise as follows: "6" HMAC pavement for street transition, including 8" lime treated subgrade, complete........" Item No. 2 — Bid Schedule Page 1 -31, Item 601 Replace with the following: 11 EA 24" Diameter concrete light pole foundation, complete and in place, for the sum of dollars and cents per each. Item No. 3 — Description of Pay Items $ $ Revise Item 2.16 Pay Item 9301 - #303 Poly -Vinyl Chloride (PVC) Water Pipe: Mains 10" and smaller shall be Class 200, DR -14. Larger than 10" shall be Class 150, DR -18 with integral bell. Item No. 4 — Description of Pay Items Add Item 2.20 Pay Item #603 Single Arm Luminair and Item #604 Double Arm Luminair• A. Street lighting shall conform to the latest edition of the Illuminating Engineering Society Handbook. B. Street lights shall be as manufactured by Kim Standards, or approved equal. C. The amount bid for luminairs shall include all wiring required to render the street lights functional. CONSTRUCTION PLANS Item No. 5 — Sheet 1, Key Map Delete the last sentence from General Note No. 5. PREVAILING WAGE RATES Date: March 2, 2001 General Decision Number TX010045 Superseded General Decision No. TX000045 SUTX2043A 03/26/1998 1 -36 Bidding Documents Rates AIR TOOL OPERATOR $ 9.00 ASPHALT RAKER 9.55 ASPHALT SHOVELER 8.80 BATCHING PLANT WEIGHER 11.51 CARPENTER 10.30 CONCRETE FINISHER - PAVING 10.50 CONCRETE FINISHER - STRUCTURES 9.83 CONCRETE RUBBER 8.84 ELECTRICIAN 15.37 FLAGGER 7.55 FORM BUILDER - STRUCTURES 9.82 FORM LINER - PAVING & CURB 9.00 FORM SETTER - PAVING & CURB 9.24 FORM SETTER - STRUCTURES 9.09 LABORER- COMMON 7.32 LABORER- UTILITY 8.94 MECHANIC 12.68 OILER 10.17 SERVICER 9.41 PAINTER - STRUCTURES 11.00 PIPE LAYER 8.98 BLASTER 11.50 ASPHALT DISTRIBUTOR OPERATOR 10.29 ASPHALT PAVING MACHINE 10.30 BROOM OR SWEEPER OPERATOR 8.72 BULLDOZER 10.74 CONCRETE CURING MACHINE 9.25 CONCRETE FINISHING MACHINE 11.13 CONCRETE PAVING JOINT MACHINE 10.42 CONCRETE PAVING JOINT SEALER 9.00 CONCRETE PAVING SAW 10.39 CONCRETE PAVING SPREADER 10.50 SLIPFORM MACHINE OPERATOR 9.92 1 -36 Bidding Documents CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL FOUNDATION DRILL OPERATOR CRAWLER MOUNTED FOUNDATION DRILL OPERATOR TRUCK MOUNTED FRONT END LOADER MILLING MACHINE OPERATOR MIXER MOTOR GRADER OPERATOR FINE GRADE MOTOR GRADE OPERATOR PAVEMENT MARKING MACHINE ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING ROLLER, PNEUMATIC, SELF - PROPELLED SCRAPER TRACTOR - CRAWLER TYPE TRACTOR- PNEUMATIC TRAVELING MIXER WAGON- DRILL, BORING MACHINE REINFORCING STEEL SETTER PAVING REINFORCING STEEL SETTER STRUCTURES STEEL WORKER - STRUCTURAL SPREADER BOX OPERATOR WORK ZONE BARRICADE TRUCK DRIVER- SINGLE AXLE LIGHT TRUCK DRIVER- SINGLE AXLE HEAVY TRUCK DRIVER- TANDEM AXLE SEMI TRAILER TRUCK DRIVER- LOWBOY /FLOAT TRUCK DRIVER - TRANSIT MIX TRUCK DRIVER -WINCH VIBRATOR OPERATOR -HAND TYPE WELDER 11.04 10.00 11.83 9.96 8.62 10.30 11.97 10.96 7.32 9.06 8.59 8.48 9.63 10.58 9.15 8.83 12.00 13.21 13.31 14.80 10.00 7.32 8.965 9.02 8.77 10.44 9.47 9.00 7.32 11.57 1-37 Bidding Documents Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS l.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) Ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator 1 -38 Bidding Documents (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 -39 Bidding Documents SECTION 2 CONTRACT DOCUMENTS T H E C I T Y O F 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 2001 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and INFRASTRUCTURE SERVICES 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 work shall consist of the installation of the construction of Creekview Drive east of Royal Lane to State Road and Freeport Parkway from Ruby Road north to the entrance to Wagon Wheel Park. Construction includes all paving, excavation, utilities, storm drainage and wall construction necessary to complete the work. Work shall include all components necessary for the "turn key" construction of the roadway and wall as shown in the plans for ST 00 -01. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of the Creekview Drive and Freeport Parkway Project No. ST 00 -01 Bid No. Q- 0601 -01 Article 2. ENGINEER. The Project has been designed by the Schrickel, Rollins and Associates, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2-2 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 150 calendar days from the date when the Contract time commences to run as provided in Item 1.13 of the General Provisions, and completed and ready for final payment in accordance with Item 1.51 of the General Provisions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER Five hundred and no /100 dollars ($500.00) 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 $ 1,040,811.47. The total tangible personal property cost included in the contract sum is Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 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 Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive). 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part l: General Provisions of the Standard Specifications for Public Works Construction, NCTCOG, latest edition. 8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3 -2 thru 3 -10). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the Creekview Drive and Freeport Parkway Project No. ST 00 -01 for the City of Coppell ". 2 -5 Contract Documents 8.8. Drawings entitled: "Creekview Drive and Freeport Parkway Project No. ST 00-01". 8.9. The following listed and numbered addenda: Addendum No. One issued August 15, 2001 Addendum No. Two issued August 17, 2001 8. 10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 1.37 and 1.38 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). The Contract Documents may only be amended, modified, or supplemented as provided in Items 1.37 and 1.38 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No 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 parry 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 �,,,, �� �� �( , 2001. OWNER: City of Coppell CONTRACTOR: Infrastructure Services, Inc. 255 Parkway Boulevard 5202 Wyndham Ct. Coppell, TX 750 TI Garland, TX 75043 _ n BY: TITLE: ATT ST: Address for giving n tices: P.O. Box 478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering/Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) BY: TITLE: ATTEST: Address for giving notices: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2"7 Contract Documents Client #: 3572 ISIOPERATI TM CERTIFICATE OF LIABILITY INSURANCE DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 10 /04 /01 PRODUCER A GENERAL LIABILITY �XNCOMMERCA THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bowen, Miclette & Britt, Inc. CLAIMS MADE X 1, OCCUR ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1111 North Loop West, #400 $2 , 0 0 0, 0 0 0 GENERAL AGGREGATE -- - - - - - -- HOLDER. ALTER THIS CERTIFICATE DOES THE COVERAGE AFFORDED NOT AMEND, EXTEND OR BY THE POLICIES BELOW. Houston, TX 77008 713 880 -7100 INSURED Infrastructure Services, Inc. P.O. Box 73487 711 Rankin Road Houston, 77073 Houston, TX 77273 COVERAGES INSURERS AFFORDING COVERAGE INSURER A: Caliber One Indemnity CO INSURER B: Continental Casualty Co. INSURERc: Royal Insurance Company INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION% LIMITS LTR DATE MM/DD/YY DATE MM/DD/YY A GENERAL LIABILITY �XNCOMMERCA 02/28/01 1 02/28/02 EACH OCCURRENCE $1,000,000 GENERAL LIABILITY I!CG000001360 FIRE DAMAGE (Any one fire) $ 5 0 , O O O CLAIMS MADE X 1, OCCUR MED EXP (Any one person) $ X ! PERSONAL & ADV INJURY _$1 , 0 0 0 ,__O O O - - - - - $2 , 0 0 0, 0 0 0 GENERAL AGGREGATE -- - - - - - -- ' GEN'L AGGREGATE LIM ITAPPLIES PER: 'I PRODUCTS - COMP /OP AGG $2 , O 0 0, 0 0 0 - ^, POLICY X JECPROT LOC ! - - B AUTOMOBILE LIABILITY BUA13 8 1 9 9 2 2 4 02/28/01 0 2/ 2 8/ 0 2 X ANY AUTO BUA 13 819 9 3 0 5 �I- COMBINED SINGLE LIMIT $1,000, 000 0 2 / 2 8 / O 1 0 2/ 2 8/ 0 2 (Ea accident) - ! ALL OWNED AUTOS -- !i BODILY INJURY, $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS', , (Per accident) !, PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT !! $ ANY AUTO OTHER THAN EA ACC $ - -- -- -- AUTO ONLY: AGG' $ C EXCESS LIABILITY PHN0 1 5 4 8 7 02/28/01 0 2/ 2 8/ 0 2 '� EACH OCCURRENCE $10, 0 0 0, 0 0 X OCCUR j� J CLAIMS MADE AGGREGATE. $10, 000,00C DEDUCTIBLE $ X 1 RETENTION $10000 I B WORKERS COMPENSATION AND WC138199157 02/28/01 1 02/28/02 ! X'i ORYLA ITS ... :� ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $1 , 000,000 E.L. DISEASE - EA EMPLOYEE! $1 , 000,000 _ E.L. DISEASE -POLICY LIMIT $1 , 000,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Job Name - Creekview Drive and Freeport Parkway Improvements - Concrete Paving with water,sanitary and lighting improvements. City of Coppell PO Box 9478 Coppell, TX 75019 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIESBE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 -_ DAYS W RITTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TH E INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE M.-Unucav(iroi/l OL 2 {{5yb..3yy /IVI/ /tilt' 2 .ib kv At Umu%Uml- UMAIIVIV lyaa IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ernon 9G_Q .1 1 _ 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 A. The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner. B. The name, and residence of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. G. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2 -9 Contract Documents rime: 3:2-6 PM To: e 8,19723043570,,,33108 Page: 001 -003 BOWEN, MICLETTE & BRITT, INC. P.O. BOX 922022 HOUSTON, TEXAS 77292 -2022 (713) 880 -7100 (713) 880 -7149 Bonds (713) 880 -7188 Commll Lines (713) 880 -7199 Marketing (713) 880 -7197 Personal Lines To: Suzan Taylor of City of Coppell Fax 4: 19723043570,,,33108 From Lori Saldivar Subject: Pages: 3 (713) 867 -5308 Claims (713) 880 -7166 Producers (713) 880 -7180 Accounting (713) 802 -6067 Benefits Note: Please see attached Certificate of Insurance. Date: 3-2 5-02 If there are any problems with this transmission please call: Phone rd: �J/lb /02 Time: 3:26 PM To: e 8,19723043570,,,33108 Page: 002 -003 ACORD., CERTIFICATE OF LIABILITY INSURANCE 03/2502D °'}}' PRODUCER THIS CERTIFICATE IS ISSUED AS A NCATTER OF INFORMATION Bowen, Miclette & Britt, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1 t 11 North Loop West, #400 HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR Houston, TX 77008 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. '713 880 -7100 INSURERS AFFORDING COVERAGE ^INSl RED INSURER A: Caliber One Indemnity Co Infrastructure Services, Inc. P.O. Box 73487 INSURER B: Colonial County Mutual Ins. Co. NSURER c: Royal Insurance Company 711 Rankin Road Houston, 77073 Houston, TX 77273 INSURER D: Continental Casualty Co. INSURER E: Scottsdale Ins Co. ("YIV FRA!_Fc City of Coppell Attn: Suzan Taylor PO BOX 9478 Coppeli, TX 75019 ACORD 25 -S (7;'97) 1 of 2 #S108759/M107343 SHOULD AN Y OF TH E AB OVE DESCRIBED POLICIE S BE C'ANC'ELLED B EFORE TH E EXPIRATION DATE THEREOF, THE ISSUING INSURER 4VILLENDEAVOR TONIAILJD_DAYSWRIPI'EN NO ICE TOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT. BUT FAILURE. TODOSO SHALL IMPOSE NO OBLIGATION OR LLAB ILITYOF ANY BIND UPON THE INSPRERITS AGENTS OR AUTHORIZED REPRESENTATIVE 236 o ACORD CORPORATION 1988 THE POLICIES OF INSURANCE LISTED BELOW HAVT BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN NY REQUIREMENT, TERM OR CONDITION OF .ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED O NLkY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCI POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR 1TR TYPE OF INSURANCE POLICY NUMBER POLI C'Y EFFEC'TIVE POLICY EXPIRATION AT MM. D'YY DATE b MTDD,YY LIMITS A GENERAL LIABILITti CG00001360 02/28/02 02/28/03 EA, -H 0-7�_'IJRRENaF $1 000 000 i X ,'- 'MN[ERCUAL GENERAL LIABILITY a FIRE DAN -0.A'.E iAr,y cne F"', 150 000 P CLAINIS MADE Ex-1 OCCUR HIED EXP -.'A,qN or,F $ X BI/PD Ueda OOOO 4 PERSONAL &�ADV INJURY $1 000 000 GENERAL AG�3RFGATE $2 000 000 GEN'L A� �GREC.ATE L[NIIT AFF LIES PEK: FROpLr_Tg _C�,Iv1 FiGF.AG�� _ $'2 OOO OOO P LICY X PRO- LOC B AUTONIOBILE LIABILITY CAGOO12352 02/28/02 02/28/03 B ANY.ALIT _ CAS00674043 O/S 02/28/02 02/28/03 .OMBINED S7N _lLE LIMIT 3 - -I r, $1,000,005 X s AL'_ ' WN'ED AUTOS B��GILY 7N]LIRY m Y'HEDI ILED AI-ITr S e er pervon, X HIRED AUTS�S X � J NCN1- lNNBD AI!TOS BODILY INJURY (Per aoaiiFrt) $ PROPERTY L AMA��;E $ Y iPee acci�oti GARAGE LIABILITY AUTO -NL1' - EA A�- -IDENT } ANY AUTOS I C4'HERTHAN EAAte' y ALIT _; ;_NLY: FXCESS C S LIABILITY PHN015487 02/28/02 02/28/03 EaeH oscuRRENSE $10 000 000 7X - _T rR ❑ ,L A'.NIS NIADE a 3REGATE $1 O 000 000 $ __E _7iPLE X RETENTI,_N E10000 $ _ D 'WORKERS CONIPENSATION AND WC138199157 02/28/02 02/28/03 $ X ENIPLOYER3' LIABILITY x E.L. EACH ACCIDENT $1 OOO 000 P E.L.DIS "EASE - EAENIPLOYEE $1,000,000 A OTHER Package -Comm 93366 E.L. DISEASE - FOL,'C' }' LIMIT $ 1 000 000 02/28/02 02/28/03 Leased/Rented quipment $250,000. Max Per Item r DESCRIPTION OF OPERATIONS;LOC'AT IONSjVEHICL ES, EXCILUSIONS ADDED BY ENDORSEMENT) SPECIAL PROVISIONS 3 p i i City of Coppell Attn: Suzan Taylor PO BOX 9478 Coppeli, TX 75019 ACORD 25 -S (7;'97) 1 of 2 #S108759/M107343 SHOULD AN Y OF TH E AB OVE DESCRIBED POLICIE S BE C'ANC'ELLED B EFORE TH E EXPIRATION DATE THEREOF, THE ISSUING INSURER 4VILLENDEAVOR TONIAILJD_DAYSWRIPI'EN NO ICE TOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT. BUT FAILURE. TODOSO SHALL IMPOSE NO OBLIGATION OR LLAB ILITYOF ANY BIND UPON THE INSPRERITS AGENTS OR AUTHORIZED REPRESENTATIVE 236 o ACORD CORPORATION 1988 3/25/02 Time: 3:26 PM To: e 8,19723043570,,,33108 Page: 003 -003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy6es) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement) s). If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25- S(7/97)2 of 2 OS108759IM107343 PERFORMANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } Bond No. 103342079 KNOW ALL MEN BY THESE PRESENTS: That Infrastructure Services, Inc. whose address is P.O. Box 73487 Houston, Texas 77273 , hereinafter called Principal, and Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of Connecticut 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 one Million, Forty Thousand, Eight Hundred Eleven and .47/ loo---------------------------------------------- - - - - -- DOLLARS ($ 1,040,811.47---- - - - - -- ) 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 18th of September , A.D. 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: Creekview Drive and Freeport Parkway Project No. ST 00 -01 Bid No. Q- 0601 -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 2 -10 Contract Documents Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 5 -(Five) copies, each one of which shall be deemed an original, this the istn day of September 92001. PRINCIPAL SURETY Inc. Travelers Casualty and Surety C any of America Infrastructure Services, , B Title: f r= r,, . ,fir Title: Margie Lange - Attorney -In -Fact s ATTES AT Resident Agent of the Surety in Dallas or Denton County, T Cxas, delivery of notice and service of the process is: NAME: Darrell Bateman Dodson — Bateman ance Agency ADDRESS: 8350 Meadow Road Dallas, Texas 75231 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 } Bond No. 103342079 KNOW ALL MEN BY THESE PRESENTS: That Infrastructure Services, Inc. whose address is P.O. Box 73487 Houston, Texas 77273 hereinafter called Principal, and Travelers Casualty and Surety Company of America , a corporation organized and existing under the laws of the State of Connecticut 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 One Million, Forty Thousand, Eight Hundred Eleven and .47/ 100---------------------------------------------- - - -- -- DOLLARS ($ 1,,040,811.47 --------- ) 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 18th of September , A.D. 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: Creekview Drive and Freeport Parkway Project No. ST 00 -01 Bid No. Q- 0601 -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., 2 -12 Contract Documents accompanying the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 5 (Five) each one of which shall be deemed an original, this the 18th day of September 2001. PRINCIPAL Infrastructure Services, Inc. Title: ATTEST: The Resident Agent of the Surety in Dallas service of the process is: SURETY copies, Travelers Casualty and Surety Company of America ("1 By:� Title: Margie Lange - Attorney -In -Fact NAME: Darrell Bateman Dodson — Bateman Unsurane Agency ADDRESS: 8350 Meadow Road Dallas, Texas 75231 and NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name. 2 -13 Contract Documents MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } Bond No. 103342079 KNOW ALL MEN BY THESE PRESENTS: THAT Infrastructure Services, Inc. as Principal, and Travelers Casualty and Surety Company of America a corporation organized under the laws of Connecticut , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell , a Municipal Corporation, Texas, the sum of One Million, Forty Thousand, Eight Hundred Eleven and 47/100------ --- -- - - - - -- Dollars and ------------------- - - - - -- Cents ($ 1,040,811.47 ---------- ) , for the payment of which sum will and truly be made unto said City of Coppell , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said Infrastructure Services Inc. has this day entered into a written contract with the said City of Coppell to build and construct Creekview Drive and Freeport Parkway, Project No. ST 00-01, which contract and the plans and specifications therein mentioned, adopted by the city of Coppell are hereby expressly made a part thereof as through the same were written and embodied herein. a WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and /or reconstruction in whole or in part of said improvements that should '~ be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance { period of two (2) years, as provided, then these presents shall be null and void, and have 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 force and effect, and said city of Coppell shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive 2 -14 Contract Documents I J recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said City of Coppell has caused these presents to be executed by Infrastructure Services, Inc. and the said Travelers Casualty and Surety Company of America has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Margie Lange , has hereunto set his hand, the 18th day of September 2001. PRINCIPAL Infrastructure Services, Inc. y - Title: c WITNESS: NOTE: Date of Maintenance Bond must not be prior SURETY Travelers Casualty and Surety pany of America a By:� Title: Margie Lange Attorney-In—Fact 2 -15 Contract Documents IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 18th day of June 2001. STATE OF CONNECTICUT ) SS. Hartford COUNTY OF HARTFORD " ',TY ANO � J iy yJ �c : • r� a o HARTFORD, < V' 1 9 8 2 I H0, CONN. Y ,D ,��� �`b1 Faya 'td`y • A� TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY � PF", � �4wx J� George W. Thompson Senior Vice President On this 18th day of June, 2001 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF the AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, that seals corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; ha affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. NOTARY = It *s pUSU G 1 My commission expires December 31, 2002 Notary Public Carol A. Thompson CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked: and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. day of Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this �SeLP�--e Fr. IL. , 206`. 400%% '`TY AANO c1's U44 ��L9SWftly • 1 ' liARf FORD, t'� W CONN. Z • >t Yc mm. I R "y� By Kori M. Johanson Assistant Secretary, Bond Travelers" l ' IMPORTANT NOTICE TO OBTAIN INFOR)VIATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company. Travelers Indemnity Company, Standard Fire Insurance Company and /or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3130 (267) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is Given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H E C I T Y - O F 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 478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Calendar Day: Add the following sentence to the end of the working days definitions: Hours worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost 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): 3 -2 Standard Specifications Supplementary Condstions "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." 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 3 -3 Standard Specifications Supplementary Conditions CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that 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 furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 3 -4 Standard Specifications Supplementary Conditions 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor. ITEM 1.26 - 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 WORKMANSHIP• 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 AREA; COORDINATION WITH OTHER CONTRACTORS; FINAL CLEANUP SC- 1.32.1 Delete Item 1.32.1 in its entirety and insert the following in lieu thereof: "Construction stakes /surveying shall be provided by the 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 3 -5 Standard Specifications Supplementary Conditions 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. " ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -1.33 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract price shall be due the Contractor." Insert the following sentence at the end of the second paragraph of Item 1.33: "The ENGINEER shall coordinate such other work with the 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: 3 -6 Standard Specifications Supplementary Conditions ITEM 1.42 - INSPECTION AND TEST SC -1.42 1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the following "direction of the Owner and expense of the Contractor". Amend the last paragraph, first sentence by changing "Contractor" to "Owner" ITEM 1.49 - OWNER'S, EMPLOYEES OR AGENTS SC- 1.49 -2 Replace Item 1.49.2 with the following new paragraph: 1.49.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 %) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. 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 thereof: 1.58 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City -owned realty. It is still possible, however, for a contractor to make tax -free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the 3 -7 Standard Specifications Supplementary Conditions contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 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". 3 -8 Standard Specifications Supplementary Conditions (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 admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. 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 3 -9 Standard Specifications Supplementary Conditions (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". (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 percent and 100 percent Standard Proctor Density as determined by ASTM D -698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer. " 3 -10 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS SPECIFIC PROJECT REQUIREMENTS The construction specifications which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas prepared through the North Central Texas Council of Governments (C.O.G.). The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the C.O.G. Standard Specifications are contained in Section 3 - 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 Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G. JS. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas 4 -2 Specific Project Requirements 1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O. Box 478, Coppell, Texas 57019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. 1.3 CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be done in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the Standard Specifications for Construction for the City of Coppell, Texas shall apply. 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right -of -way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.5 PROJECT DESCRIPTION: This Contract consists of the construction of improvements on Creekview Drive and Freeport Parkway. 1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis of the definition set out in the General Conditions of Agreement. The calendar day count shall be suspended upon receipt by the Engineer of a written request for final inspection. The calendar day count shall resume upon receipt by the Contractor of a written list of items necessary to satisfactorily complete the project. This process shall continue until such time as the project is accepted by the Engineer, and the Owner. The calendar day count will not be suspended or otherwise affected by use of completed portions or "substantial completion" of any of the project. 1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared for this project. A geotechnical report was prepared for Wagon Wheel Park which lies to the north of Creekview Drive. This information is available, from the Engineer, upon request. The boring logs from this report can be found in Section 1 - Geotechnical Data. The Contractor shall visit the site and acquaint himself with the site conditions. 1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and 4 -3 Specific Project Requirements staking of all grades and lines for construction. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re- establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross - sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. 1.11 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 be 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. 1.12 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 qnly for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees on the property that obstruct the installation of the improvements as outlined in this project. Penalty for destruction of a tree without permission shall be $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. 1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. 4 -4 Specific Project Requirements The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required bylaw to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. No separate compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property. The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right - of -way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor 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. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been accepted. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental and shall not be separate pay item. 4 -5 Specific Project Requirements 1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. b. After commencing the work, use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. C. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items which may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The Contractor shall repair or 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. e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction with the appropriate utility company. 1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.19 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. 4 -6 Specific Project Requirements 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction shall be removed from the property. Any required burning and disposal permits shall be the sole responsibility of the Contractor. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner. 1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.23 GUARANTEE: All work shall be guaranteed against 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. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 4 -8 Specific Project Requirements 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work which requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies which the contractor requires, plus four which will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier C. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on 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: 1. 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. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. 4 -10 Specific Project Requirements SECTION 5 DESCRIPTION OF PAY ITEMS T H E C I T Y - O F 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. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any signs, (b) removal of existing trees contained within right -of -way, (c) doweling into existing paving, and (d) traffic control. 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. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs 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 Items #101 Right -of -way preparation: This work shall include the removal and satisfactory disposal of all existing structures, fences, trees, necessary clearing and grubbing, materials and vegetation within the limits of the right -of -way so as to ready the site for earthwork excavation and embankment. This work shall also include the relocation of approximately 2200 cubic yards of soil currently being stockpiled within the Creekview Drive right -of -way. The soil will be relocated onto the adjacent Wagon Wheel Park site, outside of the right -of -way. The exact location will be determined by the City of Coppell Parks Department. Measurement and Payment shall be lump sum and shall be the total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.2 Pay Item #102 Unclassified Roadway Excavation: This item shall include all work necessary to remove existing material within the right -of- way of Creekview Drive and Freeport Parkway to obtain proper grades for the construction of the roadway Measurement and payment shall be made on the basis of the contract price bid per cubic yard (CY) and shall be total compensation for furnishing all labor, materials, equipment and disposal necessary to complete the work. No separate payment shall be made for disposal of excess or unsuitable material. 5 -2 Description of Pay Items 2.3 Pay Item #103 Compacted Roadway Fill: All compacted roadway fill and embankments constructed on this project shall be in accordance with the C.O.G. SPECIFICATIONS, Section III, 3.7, "Embankment ", except as amended herein or as shown on the plans. All fill material shall be compacted in lifts of loose depth not exceeding eight (8 ") inches and compacted to 95 % of Standard Proctor Density at optimum moisture content, ± two percent (2 %), as determined by ASTM D698. Measurement for compacted roadway fill and embankment shall be for in -place embankment after compaction to the density specified on the plans. Measurement shall be in cubic yards as determined on the basis of the natural ground cross - section and the finished lines and grades as shown in the plans and computed by the method of average end areas from the project cross - section. The price bid per cubic yard for "Compacted Roadway Fill and Embankment" shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the embankment, including cost of water, sprinkling, wetting, rolling, etc., in accordance with the plans and specifications. 2.4 Pay Item #104 Lime Treated Subgrade and #105 Hydrated Lime @ 35 LBS /SY: A. Prior to beginning any lime modification, the subgrade shall be brought to the required line, grades, and cross - section in accordance with specifications requirements. B. After the subgrade has been shaped, the roadway will be scarified to full depth and width of modification. Full depth will be eight (8 ") inches below finished grade and full width will be that distance from one (F) foot behind the back of curb on each side of the roadway. C. Lime will be applied to that area defined in Part B of this section so that the initial mixing operation can be completed during the same working day. Lime will be applied by the "slurry method". 1. Lime and water shall be combined to form a mixture for the lime application. Past experience has proven that approximately 3200 pounds of lime to 500 -600 gallons of water will produce the satisfactory mixture. The slurry mix must be made within the city limits of the City of Coppell. 2. The slurry will be applied with an approved distributor or water truck by making multiple passes, if necessary, to apply the correct amount of lime. The correct amount shall be six percent (8 %) (35 pounds per square yard) by dry weight of the base material. The distributor or water truck will be equipped with an agitator to keep the slurry in a consistent mixture. 5-3 Description of Pay Items 3. Mixing with a pulvimixer will immediately follow the lime application until 100% of all material will pass a two (2 ") inch sieve. The base material shall then be lightly rolled to seal the lift, and left to cure from 72 hours to seven (7) days or at the direction of the engineer. During the curing period of fourteen (14) days, the subgrade shall be kept at optimum moisture content for a stabilized soil. 4. If the subgrade does not exhibit heave, it shall then be re- scarified to a depth of eight (8 ") inches and pulverized until all material conforms to the following: Passing 1" Sieve 100 % Passing #4 Sieve 60% Final compaction shall be accomplished in two (2) three (Y) inch lifts and compacted to 95% of Standard Proctor Density as defined by the Standard Proctor Density as defined by the Texas Department of Transportation, Tex. Method, Tex - 113 -E. The allowable field moisture content at 95% Standard Proctor Density shall be one (1 %) percent below and three (3 %) percent above the optimum moisture content. Measurement and Payment shall be made on the basis of the contract price per square yard (SY) for subgrade preparation and per ton for the lime, and will be total compensation for furnishing all labor, materials and equipment necessary to complete the work. 2.5 Pay Item # 106 7" concrete paving with integral curb: All concrete used for this project shall have minimal cement content of 5 sacks per cubic yard and minimal compressive strength of 3,000 psi at 28 days. No fly ash will be permitted. The 7" concrete is to be used on Creekview Drive. Measurement and Payment shall be made on the basis of the bid price per square yard (SY) for the concrete paving shall be inclusive of all reinforcing joints and sawcutting of joints. All joints placed shall be sealed with silicone joint sealing prior to opening the road to traffic. The 6" curb associated with the paving shall be considered subsidiary to the square yards paving and no separate payment will be made for the concrete curb. 2.6 Pay Item #107 8" concrete paving with integral curb: All concrete used for this project shall have minimal cement content of 5 sacks per cubic yard and minimal compressive strength of 3,000 psi at 28 days. No fly ash will be permitted. The 8" concrete is to be used on Freeport Parkway. Measurement and Payment shall be made on the basis of the bid price per square yard (SY) for the concrete paving shall be inclusive of all reinforcing joints and sawcutting of joints. All joints placed shall be sealed with silicone joint sealing prior to opening the road to 5 -4 Description of Pay Items traffic. The 6" curb associated with the paving shall be considered subsidiary to the square yards paving and no separate payment will be made for the concrete curb. 2.7 Pay Item #109 5" concrete sidewalk including barrier free ramps: This work shall include the construction of a 6' wide concrete sidewalk along the north side of Creekview Drive, approximately 2,730 linear feet, and a 5' wide concrete sidewalk along the west side of Freeport Parkway approximately 800 linear feet. The sidewalk system shall be constructed barrier free and fully accessible to wheelchairs. Wheelchair ramps (curb ramps) are required at all intersections between sidewalks and streets and at all driveways. Wheelchair ramps are considered to be part of the sidewalk system and shall be paid on the unit price bid for sidewalk. Wheelchair ramps shall be constructed in accordance with the City of Coppell Standard Details. Wheelchair ramp slopes shall not exceed one inch (1 ") rise in twelve inches (12 "). Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for all reinforcing joints, joint material, sand, excavation and furnishing all labor, materials and equipment necessary to complete the work. No separate payment will be made for the barrier free ramp. 2.8 Pay Item #112 Pavestone Modular Block Retaining Wall: This work shall include the construction of approximately 550 linear feet of 3' retaining wall along the south side of Creekview Drive. The price shall be inclusive of the taper down at both ends of the retaining wall. It is anticipated that with the referenced material that there will be approximately 4 stone layers for the retaining wall. The retaining wall will be placed on footer consisting of a minimum of 6" thick by 12" wide flexbase. The price of the retaining wall shall be inclusive of all necessary grading both on top of and at the base of the retaining wall to provide positive drainage. If an alternate wall material is to be substituted, please be advised that per the specifications no substitution will be considered or allowed until after the opening of the bids. Therefore your price per linear foot for this item should be made on the basis of the pavestone modular black material. Color shall be Tan. Measurement and Payment shall be made on the basis of the price bid per square yards (SY) and shall be total compensation for furnishing all labor, grading, materials and equipment necessary to complete the work. 2.9 Pay Item #111 Solid Sod: A. DESCRIPTION: This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, watering and other requirements regarding turfgrass planting areas shown on the plans. Bermudagrass sod shall be the typical turfgrass to be used. Payment for all types of sod shall be based on the unit price bid for Solid Sod. B. MATERIALS: 5 -5 Description of Pay Items 1. Sod: Turfgrass sod shall be "Buchloe dactyloides" Prairie (Prairie Buffalograss), "Cynodon dactylon" (Common Bermudagrass), or "Stenotaphrum secundatum" (Raleigh St. Augustine). Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three- quarters (3 /a ") inch. Sod shall be alive, healthy, vigorous, free of insects, disease, stones, and undesirable foreign materials and grasses. The grass shall have been mowed prior to sod cutting so that the height of the grass shall not exceed two (2") inches. Sod shall have been produced on growing beds of clay -loam topsoil. Sod shall be grown in a field, which has been certified by the Department of Agriculture. Sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. All sod is to be harvested, delivered, and planted within a twenty -four (24) hour period of time. Sod shall be protected from exposure to wind, sun, and freezing. If sod is stacked, it shall be kept moist and shall be stacked roots -to -roots and grass -to- grass. a. Dimensions: All sod shall have been machine cut to uniform soil thickness of one (1 ") inch plus or minus one - quarter (1 /a ") inch. All sod shall be of the same thickness. Rectangular sections of sod may vary in length, but all shall be of equal width and of a size that permits the sod to be lifted, handled, and rolled without breaking. Broken pads and torn, uneven ends will be unacceptable. b. Architect /Engineer must approve sod at the source prior to shipment. 2. Fertilizer: a. General: Fertilizer shall be a commercial product, uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer, which has been exposed to high humidity and moisture, has become caked or otherwise damaged making it unsuitable for use, will not be acceptable. b. Initial Planting Application: Fertilizer for the initial planting application shall be of a chemical base containing by weight the following (or other approved) ratio of nutrients: 1 -2 -1 (N -P -K), also containing 10-15% sulphur in sulphate form and traces of iron and zinc as required and approved by the Owner. 5 -6 Description of Pay Items (1)Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. C. Post Planting Application: Fertilizer for the post planting application will be a chemical base fertilizer containing by weight the following ratio of nutrients: 3 -1 -2 (N -P -K). d. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. C. SCHEDULE: Any sod installed after September 15 must be over seeded with annual ryegrass at the turf farm. Over seeded sod must be observed at the source and approved by the Owner prior to delivery. D. SOIL PREPARATION: 1. Tillage: Tillage shall be accomplished to loosen the soil, destroy existing vegetation, and prepare an acceptable sod bed. All areas shall be tilled with a heavy -duty disc or a chisel -type breaking plow, chisels set not more than ten (10 ") inches apart. Initial tillage shall be done in a crossing pattern for double coverage, and then followed by a disc harrow. Depth of tillage shall be five (5 ") inches. 2. Cleaning: Soil shall be further prepared by the removal of debris, building materials, rubbish, weeds, and stones larger than three- quarter (3 /a ") inch in diameter. 3. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. E. FERTILIZING: 1. Initial Planting Application: The specified fertilizer shall be applied at the rate of one (1) pound of nitrogen per one thousand (1,000) square feet (45 pounds per acre). a. Timing: The initial planting application of fertilizer shall be applied over sodded areas after planting, but not more than two (2) days later. 5.7 Description of Pay Items 2. Post Planting Application: Thirty (30) days after planting, turfgrass areas shall receive the specified fertilizer at the rate of one (1) pound of nitrogen per one thousand (1,000) square feet (45 pounds per acre). a. Timing: The Owner or his representative will determine if it is too late in the growing season for the post planting application. In the event that it is, the application shall be made in the spring of the next year, or the cost of the application may become a credit due to the Owner. b. Post Planting Maintenance: See Paragraph 3.07. Areas without complete coverage that must be maintained more than thirty (30) days after the initial planting shall receive subsequent applications of fertilizer, as described above, every thirty (30) days until complete coverage is achieved. F. PLANTING: Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four (4 ") inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into contact with the sod bed by rolling or by hand tamping with an approved tamper so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, fine- screened soil of good quality shall be used to fill all cracks between sod sections. Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass. G. PROTECTION: No heavy equipment shall be moved over the planted turf area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of this Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to the Owner. This Contractor will also locate and stake all irrigation heads, valve risers, etc., prior to beginning any soil preparation work. H. ESTABLISHMENT AND ACCEPTANCE:. Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish uniform coverage of turfgrass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of the work until conditions change to favor the establishment of turfgrass. 5 -8 Description of Pay Items 1. Uniform Coverage: Uniform coverage is defined as no visible joints showing or felt between individual sections of sod and all sections of sod being firmly rooted to the prepared subgrade. I. POST - PLANTING MAINTENANCE: Maintenance shall begin immediately after each portion of grass is planted. All planted areas will be protected and maintained by watering, weed control, mowing, fertilizing, edging, and replanting as necessary for at least thirty (30) days after initial planting and for as much longer as necessary to establish a UNIFORM COVERAGE OF THE SPECIFIED GRASS or until all construction work has been completed and accepted by the Owner. It is anticipated that a minimum of one (1) mowing will occur before the grass areas are accepted by the Owner. Only those areas, which are not completely covered with the specified grass at the end of thirty (30) days, will continue to be replanted and maintained by the Contractor until complete coverage and acceptance are achieved. 1. Watering: Use the automatic irrigation system to apply at least one -half (1/2") inch of water over the entire planted area every three days. Contractor shall water thoroughly and infrequently once grass is established to encourage deep root growth. All areas not covered by irrigation must be watered temporarily at the same rate by the Contractor in a method approved by the Owner until the grass is established and accepted by the Owner. 2. Mowing: Once grass is established, the planted areas shall be mowed when the grass height exceeds one and one -half (1 -1/2 ") inch. 3. Weed Control: No sooner than 45 days after grass has germinated any weed growth shall be arrested by applying MSMA broadcasted over the entire planted area. Additional applications of MSMA will be required to eliminate weed growth that continues to grow after the initial application. MSMA will only be used during the growing season. 4. Replanting: Any sod that has died prior to acceptance shall be replaced. 5. Edging: All turf areas adjacent to paved areas shall be edged at least every 4 weeks to maintain a neat appearance. J. WARRANTY: Warrant all lawns for a period of one year from the date of Final Acceptance to be at least the quality and condition as at Final Acceptance. Promptly re -sod unacceptable areas during the warranty period as directed by the Owner. K. EROSION CONTROL: Throughout the project, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and 5 -9 Description of Pay Items turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved. 2.10 Pay Item #114 Gabion Retaining Wall: The construction of all gabions and gabion walls, on this project, shall be performed by a Contractor that specializes in gabion and gabion wall design and construction. The Contractor may submit alterations, to the design shown on the plans, for the ENGINEER's approval. See Instructions to Bidders -Item 11.3. Measurement and Payment shall be made on the basis of the contract price bid per cubic yard (CY) and shall be total compensation for furnishing all labor, materials, equipment and disposal necessary to complete the work shown on the plans. 2.11 Pay Item #115 Stormwater Pollution Prevention Plan: This project will be subject to the Environmental Protection Agency's (EPA) General Permit requirements for construction projects, through the National Pollutant Discharges Elimination System ( NPDES) Program. The Contractor shall be required to submit a "Notice of Intent" to the appropriate EPA office 48 hours prior to the start of any construction activity. The information contained in the "Notice of Intent" shall be in accordance with the NPDES General Permit Regulations. The Contractor shall be required to provide a site specific "Storm Water Pollution Prevention Plan" ( SWPPP), in accordance with the NPDES General Permit Regulations, prior to submitting the "Notice of Intent" to EPA. The SWPPP shall be prepared and certified by a registered professional Civil Engineer who is familiar with the EPA NPDES General Permit requirements. The SWPPP shall be subject to approval by the City and /or EPA. The SWPPP shall contain information as required by the NPDES General Permit Regulations, including, but not limited to: A. Site Description - including a site map, description of construction activity, estimate of disturbed area, runoff coefficient, and name of receiving waters. B. Description of Controls - including plans for controlling erosion and sedimentation caused by construction activity by utilizing hay bales, silt fences, detention/retention structures, check dams, sand bag barriers, etc. C. Construction Implementation - including phasing of construction activities and corresponding sequencing of erosion/pollution control measures. The Contractor shall perform his construction operations in accordance with best management practices to control erosion/pollutants in storm water discharges during construction. The Contractor shall have a copy of the "Notice of Intent" and SWPPP available on the project site at all times throughout the duration of the construction contract. Payment for the preparation and submittal of the "Notice of Intent" and the SWPPP, including any revisions necessary throughout the duration of the construction contract, shall be considered subsidiary to other items bid. 5 -10 Description of Pay Items Measurement and Payment shall be made on the basis of the contract lump sum price bid to pay the Contractor for providing the physical erosion/pollution control measures throughout the duration of the construction contract, as delineated in the approved SWPPP. In case of failure on the part of the Contractor to control soil erosion, pollution and /or siltation, the Engineer reserves the right to employ outside assistance or to use City forces to provide the necessary corrective measures. Such incurred direct costs plus project engineering costs will be deducted from any money due or to become due to the Contractor. 2.12 Pay Item #117 Concrete Flatwork Removal & #118 HMAC Removal: On this project, the removal of existing concrete curb and gutters, concrete valley utters, and concrete drive approaches shall be at the locations indicated by the engineer and shall be paid for at the unit price bid for Concrete Flatwork Removal. All concrete curb and gutter and drive approaches removed will be broken out at existing construction expansion joints if possible. Where existing concrete is removed at a location other than a joint, the slab will be sawed in a neat straight line the full depth of the slab. The cost for sawing and breaking shall be considered subsidiary to the unit price bid for concrete removal. The contractor shall make every effort to protect all concrete surfaces that will remain. Any remaining surfaces damaged during removal operations by the contractor will be replaced by him at his own expense. Where existing curb and gutter is to be removed, the limits of excavation shall extend to a point twelve (12 ") inches back of the existing curb and to the same depth as the existing curb and gutter. The excavation will terminate at a neat smooth section parallel to the removed concrete structure and no construction debris shall be placed beyond these limits of excavation. The cost for this excavation shall be considered subsidiary to the unit prices bid for concrete flatwork removal. At no place shall the contractor pile materials of any kind on the job site outside the road bed itself. The responsibility of locating suitable disposal sites for removal items on this project will be solely a function of the contractor. The owner will in no way be responsible for the actions of the contractor if he disposes of excess material in locations that are not approved. No dumping or disposal of excess material will be allowed in floodplains or below the 100 -year flood elevation of drainage ways. 2.13 Pay Items #121 - #126 Pavement Markings: The Contractor shall be responsible for providing and installing all pavement markings necessary to complete the project. Typical details of permanent pavement markings can be found in the City of Coppell Standard Details. Pavement markings will be paid for separately at the unit prices bid for the various pavement marking items. 5-I1 Description of Pay Items I. GENERAL: A. Description: 1. Definition: The term "paint" as used herein, includes emulsions, enamels, paints, stains, varnishes, sealers, cement - emulsion filler, and other coatings, whether used as prime, intermediate, or finish coats. 2. Furnish labor, materials, equipment, transportation and shop services required for the painting as specified herein or indicated on the drawings. 3. Where not specifically mentioned, work shall be painted or finished the same as specified for similar items. 4. Field prime coats will not be required on items delivered with prime or shop coat already on, except for touch up, or insufficient mil thickness. B. Quality Assurance: All paints shall be in strict accordance with the specifications of the manufacturer and with all other applicable codes and standards. A qualified representative of the paint manufacturer shall be available for consultation at the site, as necessary, to ensure that surface preparation and application of their product is being done in accordance with their specifications. C. Product Delivery, Storage and Handling: Paints shall be in sealed containers that legibly show the designated name, formula or specification number, batch number, color, quantity, date of manufacture, manufacturer's formulation number, manufacturer's directions including any warnings and special precautions and name of manufacturer. Pigmented paints shall be furnished in containers not larger than 5 gallons. Emulsion paints shall be stored to prevent freezing. Provisions will be made for a secure space for the storage of all paint materials and equipment for the exclusive use of the painter who will, in turn, maintain and leave it free from hazards due to improperly stored rags or thinners. D. Alternatives: Paint materials shall be manufactured by: Koppers Company, Tnemec Company, Inc., Sonneborn Company, Ford Paint Company, Permite Company, or approved equal. II. PRODUCTS 5 -12 Description of Pay Items A. General: All materials shall be applied in strict accordance with manufacturer's directions as printed on container, and any thinning required shall be done in the manner prescribed and exclusively with the type of reducer recommended by the manufacturer. B. Fungicide: Except for traffic line paint, material specified for all coats shall contain a fungicide that will not adversely affect the color, texture or durability of the coating. The manufacturer shall incorporate the fungicide into the paint. C. Thermoplastic Paint: The thermoplastic traffic line paint shall conform to the following requirements. 1. Thermoplastic traffic line in paint shall be a reflectorized thermoplastic pavement striping material applied to the road surface in a molten state by mechanical means. It shall have a surface application of glass beads, which, upon cooling to normal pavement temperature, shall produce an adherent reflectorized strip of the specified thickness and width and shall be resistant to deformation by traffic. The material shall contain at least 20 percent by weight of glass beads in the white and yellow paints and at least 12 percent titanium dioxide in the white paint. The material, when applied at a temperature range of 400 degrees Fahrenheit to 425 degrees Fahrenheit and a thickness of 125 mils (_" ) (3.175mm) to 188 mils (3/16 ") (4.762mm) shall set to bear traffic in not more than two minutes when the air temperature is 50 degrees Fahrenheit and not more than 10 minutes when the air temperature is 90 degrees Fahrenheit. 2. Reflective material shall consist of glass beads added to the surface of the final coat of paint prior to setting, so that the beads shall have proper adhesion. Special care shall be taken with rapid dry paint and thermoplastic materials. Glass beads shall be mechanically applied to a rate of six to eight pounds of beads per gallon (0.72 to 0.96 kg per liter) of paint. Glass beads shall be applied to pavement markings, curbs and crosswalks by use of a dispensing device developed for this purpose or other methods approved by the Owner. Glass beads shall be added directly to the combined pigment, filler and resin. However, prior to setting all thermoplastic paint surfaces shall receive an additional application of at least one pound (0.12 kg per liter) of glass beads per gallon of paint. 5 -13 Description of Pay Items D. Lane reflectors shall be equal to Stimsonite white /red dual reflectors for a glued installation after stripping is complete. III. EXECUTION A. General: 1. Detailed mixing, thinning and application instructions, minimum and maximum application temperature, and curing time and drying time between coats shall be furnished by the manufacturer and strictly followed by the Contractor. 2. Pavement markings shall consist of lane striping, stop bars and turn lane markings. Pavement markings shall be as shown on the plans. B. Preparation of Surfaces: 1. General: The Contractor shall be held responsible for the finished appearance and satisfactory completion of his work. And, therefore, he shall not commence any painting until surfaces to be painted are in proper condition in every respect. Drop cloths shall be provided to prevent paint material from falling on or marring any adjacent surface not being painted. Any damage resulting from the neglect of this provision will be corrected at the expense of the Contractor. All surfaces shall be clean, free of dirt, grease and any foreign matter that would adversely affect the finished appearance or protective properties of the paint applied. If for any reason the surface cannot be properly prepared by customary cleaning, the condition shall be promptly reported to the Engineer, or the Contractor shall assume the responsibility for rectifying any unsatisfactory finish resulting. 2. Special Surface Preparation: a. Ferrous Metal Surfaces: Rust and mill scale shall be removed by power tool cleaning, as specified by the Steel Structures Painting Council. (1)All weld fluxes shall be power tool cleaned as specified by the Steel Structures Painting Council and washed thoroughly with water to remove all weld flush spatters and alkali contaminants. (2)Shop primer coats that have been ruptured or marred shall be wire brushed to bare metal and reprimed with primer specified. (3)Surface preparation for submerged ferrous metal surfaces shall be a near white metal blast in accordance with 5 -14 Description of Pay Items Steel Structures Painting Council SSPC -10- 63T. Metal surfaces in critical areas (non- submerged) shall be given an SSPC- 8 -6 -63 commercial blast cleaning. b. Concrete and Masonry Surfaces: Surfaces shall be allowed to dry at least 30 days before painting. Glaze, efflorescence, laitance, dirt, grease, oil, asphalt, surface deposits of free iron and other foreign matter shall be removed prior to painting. C. Application: 1. All material shall be applied neatly so as to dry uniformly to the color and sheen specified, free from runs, sags, wrinkles, shiners, streaks, and brush marks. 2. No exterior painting shall be undertaken at temperatures under 45 degrees F. or immediately following rain, frost, or dew. Paints other than those specified follow manufacturer's temperature recommendations. 3. Any work, which does not meet the approval of the Engineer, shall be immediately corrected. 4. All coats of paint shall be thoroughly dry before applying succeeding coats. All primer and intermediate coats of paint shall be sanded lightly and dusted before succeeding coats of paint are applied. Manufacturer's recommendations must be strictly adhered to. D. Clean -Up: Upon completion of the work, all misplaced paint and varnish spots or spills shall be removed and work left in a condition acceptable to the Engineer. The painter shall remove from premises all empty containers and all other rubbish and debris resulting from his work and shall leave the entire premises in a neat and clean manner. 2.14 Pay Item #127 Traffic Control: The Contractor shall submit to the Owner two (2) copies of a Traffic Control Plan two (2) weeks prior to closing any street or causing any obstruction to traffic on any street. The Contractor shall not proceed with the implementation of the Traffic Control Plan until notified by the Owner that the plans have been accepted. Unless otherwise approved by the Owner, two -way traffic shall be maintained on all roadways under construction at all times. 5 -15 Description of Pay Items No special, extra, unit or otherwise separate payment shall be made for this purpose regardless of the number, duration or other variations for the Contractor's barricades and sequencing unless the contract scope is changed following receipt of bids. Payment for signage, special lane markings, barricades, flagmen, automobile and pedestrian detours, and other appurtenances related to the safe maintenance of two -way traffic during construction will be made on a lump sum basis under this item 2.15 Pay Items #203 - #205 Reinforced Concrete Pipe: Pipe for storm sewers and culverts shall conform to the latest specifications for "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ", A.S.T.M. Designations. All pipe shall be machine made by a process, which will provide for uniform placement of zero slump concrete in the form of compaction by mechanical devices, which will assure a dense concrete in the finished product. All excavation, bedding, jointing, and backfilling will be included in the price bid for the various sizes of pipe, and shall be done in accordance with the specifications outlined in Section 2.12.3 of the COG Specifications. The cost of constructing concrete collars shall be considered subsidiary to the unit prices bid for reinforced concrete pipe. Payment for all Class III Reinforced Concrete Pipe shall be based on the contract unit price bid per linear foot of pipe measured along the centerline of the pipe in the trench and shall be full compensation for all labor and materials necessary to make the complete installation, including embedment and backfill. The pipe shall in all cases be bedded in a properly prepared foundation of stable earth material carefully and accurately shaped to fit the lower part of the pipe per the City of Coppell Standard Details. 2.16 Pay Items #301 - #303 Poly -Vinyl Chloride (PVC) Water Pipe: Unless specified otherwise, all water mains shall be PVC water pipe and shall in all respects comply with the latest revision of A.W.W.A. Standard C900 for DR 18 (Class 150) PVC Water Pipe. Installation shall be in accordance with City of Coppell Standard Details and the construction plans. The unit price bid for 12" PVC water line shall include the necessary taps required for chlorinating the water line along with two (2) intermediate taps for testing and disinfection. Spacing for intermediate taps shall not exceed 1000 feet. Intermediate taps shall be capped once line has been tested and accepted. 2.17 Pay Item #309 Standard Fire Hydrant: All hydrants will be factory painted with two coats of aluminum paint over one (1) shop coated lead. If it is necessary that any fire hydrant have a depth of bury exceeding four feet (4') due to excessive depth of main, it shall be the Contractor's responsibility to provide the necessary extensions to adjust for the depth of bury. No additional payment will be made for this extra depth and it shall be considered subsidiary to the unit price bid for fire 5 -16 Description of Pay Items hydrants, complete in place. No more than two feet (2') of extension can be added. For depths of six feet (6') or greater, Contractor shall use offsets, bends and fittings as required to reduce the hydrant depth of bury to less than six (6') feet. All fittings shall be poly wrapped with 8mm Polyethylene. A blue Stimsonite, Fire -Lite reflector, or approved equal, shall be placed in the center of streets opposite fire hydrants upon completion of paving operations. All portions of the hydrants above ground shall be painted with Rust -Oleum #1510 chrome paint or approved equal. Whenever possible, all fire hydrants shall be placed three (3') feet off of the proposed back of curb with the pumper nozzle facing the street. 2.18 Pay Item #312 Ductile Iron Fittings: A. Fittings shall be available in 4" through 12" sizes and shall be cast from ductile iron in accordance with ANSI /AWWA C153/A21.53. The working pressure rating shall be 350 psi. Fittings shall be short-body, push -on joint or mechanical joint in accordance with all applicable requirements of ANSI /AWWA C153/A21.53. Fittings shall have an asphaltic outside coating in accordance with ANSI /AWWA C153/A21.53. Fittings shall be cement lined and seal coated with an asphaltic material in accordance with ANSI /AWWA C104/A21.4. B. All pay weights for Ductile Iron Fittings on this project shall be the exact weight of the specified fittings. Pay weights for Mechanical Joint Fittings do not include bolts, gaskets, or any other joint accessory; these items are subsidiary to the specified fitting weights. All fittings shall be poly wrapped with 8mm Polyethylene. 2.19 Pay Item #401 Adjust Existing Sanitary Sewer Manhole: This item shall include all work necessary to adjust the existing sanitary sewer manhole located at the west end of Creekview Drive up to proposed grade. The price bid should be inclusive of all materials necessary to adjust the manhole to the proper elevation of the sidewalk. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 5 -17 Description of Pay Items SECTION 6 SPECIAL SPECIFICATION IRRIGA TION SYSTEM T H E- C I T Y- O F COPPELL SPECIAL SPECIFICATION - IRRIGATION SYSTEM PART 1 - GENERAL 1.01 SCOPE: Furnish and install an operating irrigation system, complete and in place, including controls, supply lines, sprinkler heads, control valves and accessories as shown on the plans and as specified herein. A. All work included in the installation of the irrigation system shall be performed in accordance with the plans, specifications and the City of Coppell Standards. B. The installation of the irrigation system will be made or supervised by an individual duly licensed as an irrigator by the State of Texas. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Where possible, portions of the irrigation system shall be installed prior to the construction of those paved surfaces shown on the plans. Particular attention is directed to sleeves and conduit. B. The tap and water meter will be provided and installed by the Owner /the Contractor and are /are not a part of the installation and cost of the irrigation system. Coordinate tap requirements directly with the City. 1.03 CODES AND STANDARDS: A. Municipal Codes: All work shall be installed according to all applicable City and National plumbing codes and ordinances. (The work is on State property; therefore, no inspection fee will be required or paid by the Contractor.) B. Guarantee: The Contractor shall guarantee all workmanship, materials, fixtures, and equipment covered by the plans and specifications to be free of defects for a period of one (1) year from the date of acceptance of the project and shall replace any parts found to be defective within the period of guarantee at no cost to the Owner. 1.04 EXISTING UTILITIES AND STRUCTURES: There may be certain existing underground utilities and structures which are not indicated on the plans. Contractor shall determine the exact location of all existing underground utilities and structures which are not indicated on the plans. The Contractor shall determine the exact location of all existing utilities and conduct his work in such a manner as to prevent interruption of service or damage to them. In the event of damage to existing utilities or structures, Contractor shall be responsible for their repair or replacement. Minor adjustments in the system will be permitted to clear existing fixed obstructions subject to Owner's approval. 1.05 SUBMITTALS A. Submit six (6) sets of complete shop drawings and manufacturer's product data sheets in a one -time submittal for the complete irrigation system. All proposed materials and products are subject to approval by the Architect/Engineer or Owner. B. Provide "Record of Installation" drawings, per this section. 1.06 COORDINATION AND TIMING: Coordinate installation of the irrigation system with related trades as necessary to prevent cutting, patching, and re- routing. 4126 1 Irrigation System ura;sdS u01jn81ad1 9ZLY 'anl;e;uasaada�I s,aaumo ay; Aq panoadde se aq o; saxoq lenpinlpul ay; ;o suol;e;ualao pus suol;eooI -slenba panoadde ao '�a;wy 's;onpoad s�ooae aae saaan;oelnuew alge;daooy -aaunn0 ay; Aq pa;oalas se � oelq ao u99a6 paaoloo aq pet's pue 'suaslueyoaua 6uI�001 aney ao unnop;loq lleys saanoo pII Ily -6uldld ;o y ;dap ay; o; a;eudoadde se papinoad aq IIInn suol;oas uolsua;xa Pus '(s)anlen ay; jo;uaw;snfpe pus 41I1lgeaado ay; aol uogeanbluoo pus azis ul alge;lns aq Illnn saxo8 -sasodind uoge6ual }an; aol a;aaouoo ;o apew aq Ileys saxoq amen -sanlen Ile Jo; papinoad aq lleus xoq;seo -aid y :S3X08 2G13W ONV 3AIVA U Z '!sd 056 dMO 'u6lsep uado Allewaou ;o sanlen w6eaydelp adA} 9gol6 aq Ileys pue 'saanoo Pus salpoq (ol;seld) ezuoaq aney Ileys sanlen -swa ;s;uaw;snfpe moll y ;Inn paddlnbe aq lleys pus 'sueld ay; uo pa;eool pus 'pal ;loads 'pazls aq lleys Aayl -pa;eaado ploualos ou;oala OVA t7Z aq o; aae sanlen Ioa;uoo leuol;oas II`d :S3A-IVA g02UNOO N01103S MUO313 60'Z -alpuey pa;eaado AaN y ;Inn uoal;seo aq Keys pue 'lenbe panoadde us ao 'aallaniN Aq aq lleys sayoul (,Z) ON uey; a96ael sanlen II`d 'lenba panoadde ao 'sseaq oly0 aq Aew sanlen aallews Pus youl ( „Z) ON IIy 'aanoo pus xoq alge;snfpe;seoaad pal ;loads y;lnn palle;sul 's6ulnneap ay; uo unnoys se pazls aq o; aae sanlen -aanssaad bul�aonn Isd og I, ao; pa ;ea aq Ileys sanlen 9;e0 :S3AIVA 3140 90-Z • sueld ay; uo pazls se 'lenba panoadde ao '006 -Ob ooeaquoO a aq Ileys Algwasse ples'sN000;sa; pue .4o -;nys y;I nnanlenNoayo:4I 1papeolbulads' azuoaq; seoaglleyS: AISVV3SSV3A- 1VA31`d0)103H3-3-i8f10a LO'Z -lenba panoadde us ao ' sueld ay; uo pa;eolpul sauas pus salbue aloalo 's ;as alzzou ay; uI 'aaan;oe;nuew paweu ay; ;o aae speay uol;e6laal IIV :S0`d3H NOLLVOI2I& 90'Z -lenba panoadde us ao sala;snpul saay;oa8 6u1){ Aq paan;oe;nuew se ,,Noj -peaH 18 1„ asa .;alul peat' uol;e6laal se azls awes ay; aq 01 19AIMS -s6ulnneap ay; uo unnoys se;ulof 6ulnns /aasu ay; uo palle;sul aq lleys 19AIMS peat' uol;e6ual;ue;slsaa -:49y; y :g3nIMS atf3H 90 Z -Ienbe panoadde us ao '-oO anglleO -x3 Aq paan;oeinuew se aq o; aasu xeld -peat' aalluuds ;o azls;alul se azls awes aq o; aasld -pua yoea ;e 6ul:RI; Ond y ;Inn asoy aaggna of;ay;uAs 219S aq Ileys saasu xa13 :SHEISI2j X3g3 bO'Z 'peaay; alewal y ;Inn aa;depe Ond asn'salaossaooe le;aw ao adld le;aw o; uol;oauuoo ao; papeaay; aq o; sl adld Ond oN ,aaan;oe;nuew adld ay; Aq papuawwooaa E)64 ay; ;o Pus '0v alnpayoS 'ads(; p19M ;uanlos aq lleys (aan;oe;nuew 6ulanp adld ay; ;o :ped se Allea6a;ul paplow s;ulof hula pus Ilaq ;o uol;deoxe ay; y ;Inn) s6ul}}I; adld Ond IIy :SJNlllld Ond EOZ - sueld ay; uo unnoys se ao 's6uigg Ob alnpayoS pus selddlu Og alnpayoS Ond ;o pa;eolage; aq lleys s;ulof 6ulnnS :s;ulor 6ulMS .0 leas /o6ol 3SN pus 'sselo ao alnpayos 'aa;awelp 'uol;eu6isap leua;ew '�aewapea; pus aweu s,aaan;oe;nuew :uoaaay; paplow ao 'pedwe ;s ;oy '� ui W. Algllepul pa;uud uol;ewao;ul 6ulnnolio; ay; aney Keys s6uI; ;I; pus adld IIy :s6ul�aelN .O -;oedwl lewaou 'OL-ZZ Sd 'Ob alnpayoS Ond aq Heys adld :saul-j leuol;oeS ao aanssaad -uoN .8 0� alnpayoS Ond aq Ileys adld aull aanssaad ulew IIy :auil aanssaad uleW V '3dld (Ond) 301b0 -11-10 IJ,NI/\.l]Od ZO'Z suol ;eol ;loads asay; ul aouaaa;aa ao; pasn aae saagwnu 6ole;eo;uewdlnba uol;e6ual lenba ao loal!aal 'pa!8 ule�l 'aa;unH 'pa;ou aslnruay ;o ssalun -pasnun pus mau aq Ileys sleua;ew Ile'sueld ay; uo pa;ou aslNuay ;o ssalun :aNV218 OMd.11l ivno 60-Z S1Of100�ld - Z i2lVd A. Boxes for Gate Valves: Provide one box per valve, rectangular in cross - section, adequately sized for operation of a handwheel mounted on the valve stem. Provide a minimum of three (3 ") inches clearance between box walls and the valve body. B. Boxes for Globe Valves: Boxes for individual globe valves may be circular in cross section, with adequate room to manually operate a handwheel mounted on the valve stem. C. Boxes for Electric Section Control Valves: Provide boxes of rectangular cross - section to hold control valves. Size boxes to hold valves with a minimum of three (3") inches between valve body, box walls and lid. Arrangement of valve(s) inside box to be approved by Owner's Representative. D. Enclosure for Water Meter: Brooks Products' No. 700 series vault with single -piece (two - piece) bolt -down cover, complete with rectangular reading lid positioned above meter or as specified by City of Coppell. Size vault wall plates for twelve (12 ") inches clear working space on all sides of meter or as directed by Owner. Set box as detailed for double check valve assembly on plans. E. Enclosure for Double -Check Gate Valve Assembly: Size with a minimum of 6" clearance on either side of assembly or as directed by Owner. 2.13 AUTOMATIC LAWN SPRINKLER CONTROLLER: The controller shall be Irritrol IBOC 100 battery operated controller with appropriate valve adapter for zone valve specified, and installed per manufacturer's recommendation. 2.14 "APPROVED EQUAL" SUBSTITUTIONS: Several items in this section and on the plans are specified by a manufacturer's brand name and catalog number, followed by the phrase "or approved equal." This is not intended to unduly restrict competitive procurements or bidding, but it is done to assure a minimum standard of quality which the Architect/Engineer and Owner believe to be best for the item specified. If a bidder wishes for a substitute item to receive consideration as an "approved equal," the bidder and each item must meet all of the following requirements without exception: A. An item, to be considered a substitute, must meet same specifications of materials, fabrication or construction, dimension or size, shape, finish, performance standards, warranty or guarantee, and any other pertinent and salient features of quality, as indicated in manufacturer's specifications for original specified item. B. A sample of the item, along with a written request for consideration, shop drawings, and written specifications, must have been received by the Owner a minimum of fourteen (14) days before the bid opening date. The item will then be examined, and the bidder will be notified in writing, seven (7) days later whether or not the item is an "approved equal." The Owner shall be the final judge of whether or not an item submitted for consideration qualifies as being an acceptable substitute. C. Under no circumstance will an item be given consideration as an "approved equal" substitute later than fourteen (14) days before the bid opening. After that date, all items will be bid upon per the original specifications. Likewise, unless certified as an "approved equal" per the time frame and the requirements above, the successful bidder (known as the Contractor after signing the contract) will install all items per the original plans and specifications. No substitutes will be considered in the later phases of the project. 4126 3 Irrigation System PART 3 - EXECUTION 3.01 DESIGN PRESSURE: This irrigation system has been designed to operate with the existing main water line static pressure of 50 psi. The Contractor will take a pressure reading prior to ordering and installing the system. If the pressure reading is different than that indicated, the Contractor will notify the Owner so that the system may be re -sized if necessary. If a difference in material cost is shown because a larger system is necessary, the Owner shall reimburse the Contractor for the difference in material costs only. 3.02 TRENCHING: Trenching shall be done in coordination with other contractors. The width of the trench shall be only wide enough to adequately connect and install piping. Generally, all closed system (pressure line) piping shall have a minimum eighteen (18 ") inches, and all open end (head sections) piping shall have a minimum cover of twelve (12 ") inches. Minimum cover is measured from the top of the pipe to the surface of the ground or as directed by Owner. 3.03 BACKFILLING: After installation of the pipe, the trenches shall be properly backfilled. Backfill around the pipe shall be rock free, and care shall be taken that no rocks or other obstructions rest against the pipe. The backfill shall be jetted or mechanically tamped so as to leave no depressions; and should depressions develop after completion of the work, the Contractor shall be responsible for additional topsoil or other work to correct these depressions. Where trenches are under paved areas, backfill trenches in six (6 ") inch layers and mechanically tamp each layer. 3.04 PIPE LAYING: Polyvinyl chloride pipe sections and fittings shall be connected with approved PVC welding solvent, conforming to and in accordance with the manufacturer's recommendations and the following procedures. All PVC pipe will have cleaner and heavy duty solvent used for installations. Pipe shall be "snaked' in trench. 3.05 PIPE JOINT: Pipe shall be square cut with no burr ends. Wipe all dirt and moisture from fittings; then apply solvent to both. Stab pipe into socket of the fitting and rotate about one -half turn to spread solvent uniformly. Hold joint in place about fifteen (15) seconds for it to set. Do not disturb for fifteen (15) minutes or until the chemical weld is made. Clean excessive solvent off joints. No PVC pipe is to be threaded for connection to metal pipe or accessories; use only a PVC solvent joint to thread adapter. All threaded joints to be teflon paste coated and allowed to set for a minimum of thirty (30) minutes, or per manufacturer's recommendations. 3.06 THRUST BLOCKS: Concrete thrust blocks shall be installed at plugs, caps, bends, tees, crosses, elbows, and other fittings as necessary to prevent water surge damage to the pipe system for all pipe other than solvent welded. Concrete shall be formed and placed so that fittings, joints, valves, etc., are not contained within the thrust blocking, and they are accessible for repair. Blocking shall be placed between solid ground and the fitting to be anchored. Unless otherwise indicated or directed, the base and thrust bearing sides of thrust blocks shall be poured directly against undisturbed earth. The sides of thrust blocks not subject to thrust may be poured against forms. The area of bearing shall be as shown or directed. 3.07 EMBEDMENT AND ENCASEMENT: Provide only where called for on the plan sheets. After pipe joints are completed, the voids at the joint in the embedment section shall be filled with concrete, and the embedment shall be brought up to proper grade. Where concrete is placed over or along the pipe, it shall be placed in such manner so as not to damage or injure the joints or displace the pipe. A cleavage line between the base concrete and the side embedment concrete will not be allowed. Backfilling shall be done in a careful manner and at such time after concrete embedment or encasement has been placed so as not to damage the concrete in any way. 3.08 VALVE AND VALVE BOX PLACEMENT: All gate valves, manual control valves, and automatic section control valves shall be set at the depth of pressure piping. If valves are specified to be in pre- cast boxes, they shall be set with a minimum of three (3 ") inches of space between their top surface and the bottom of the valve box lid. Valve box shall have a minimum of one (1 ") inch clearance at the 4126 4 Irrigation System top of piping. No valve box shall rest on the pipe. Valves after delivery shall be drained to prevent freezing and shall have the interiors cleaned of all foreign matter before installation. Stuffing boxes shall be tightened and valves shall be fully opened and fully closed to ensure that all parts are in working conditions. A. Valve boxes shall be set plumb, vertical and concentric with the valve stem. Any valve box which has so moved from its original position as to prevent the application of the valve key or operating wheel shall be satisfactorily reset by the Contractor at his own expense. 3.09 HEAD PLACEMENT: All lawn heads shall be set one -half (1/ ") inch above finish grade to bottom flange of head. Locate all rotary and lawn spray heads six (6 ") inches from edges of pavements, back of curbs, outside tree rootball, if indicated. 3.10 HYDROSTATIC TESTS: A. General: Where any section of pressure line is provided with concrete thrust blocking for fittings, the hydrostatic tests shall not be made until at least five days after installation of the concrete thrust blocking unless otherwise approved. The methods proposed for disposal of waste water from hydrostatic tests shall be submitted to the Owner for approval prior to performing hydrostatic tests. B. Pressure Test: After the pipe is laid, the joints completed, and the trench partially backfilled leaving the joints exposed for examination, the newly laid piping or any valved section of main pressure line piping shall, unless otherwise specified, be subjected for four hours to a hydrostatic pressure test of 150 pounds per square inch. Each valve shall be opened and closed several times during the test. Exposed pipe, joints, fittings, and valves shall be carefully examined during the partially open trench test. Joints showing visible leakage shall be replaced or remade as necessary. Cracked or defective pipe, joints, fittings, or valves discovered in consequence of this pressure test shall be removed and replaced with sound material, and the test shall be repeated until the test results are satisfactory. All replacement and repair shall be without additional expense to the Owner. 3.11 OPERATIONAL TESTS: Upon completion of the installation, the entire system shall be tested and adjusted for proper operation and distribution of the system. It shall be the Contractor's responsibility to obtain complete cover with wind velocity not more than six (6) mph. The Contractor shall instruct the Owner's Representative on operation and maintenance of the system. 3.12 CLEAN UP: Upon completion of the work covered in this project, all debris, rock and surplus material resulting from the work shall be removed from the site of the project. 3.13 GUARANTEE: The Contractor shall guarantee all workmanship, materials, fixtures, and equipment covered by the plans and specifications to be free of defects for a period of one (1) year from date of acceptance of the project and shall replace any parts found to be defective within the period of guarantee at no cost to the Owner. 3.14 "RECORD OF INSTALLATION" DRAWING: The Contractor shall provide to the Owner and the Architect/Engineer a neatly marked Irrigation Plan showing triangulated locations of all valves and showing any modifications of the original irrigation system as found in the contract documents. END OF SECTION 4126 5 Irrigation System SECTION 7 SPECIAL SPECIFICATION STREET LIGHTING AND CONDUIT T H E C I T Y - O F SECTION NO. 7 SPECIAL PROVISIONS - STREETLIGHTING AND CONDUIT 7 -1 PURPOSE: The Special Provisions are included herein for the purpose of adapting the latest revisions of the City of Coppell's Standard Specifications for Street lighting and the latest revision of the North Central Texas Council of Government's Standard Specifications for Public Works Construction with all of its adopted amendments to the project which is the subject of this agreement and of adding thereto such further provisions as may be necessary to state the agreement in its entirety. 7 -2 GOVERNING DOCUMENTS: All materials and work shall conform to the requirements set forth in the city of Coppell's Standard Specifications for Street lighting and the latest revision of the North Central Texas Council of Government's Standard Specifications for Public Works Construction with all of its adopted amendments. All of these documents are specifically incorporated herein and are made a part of these contract documents and this agreement. 7 -3 FOUNDATION FOR STEEL DAVIT TYPE POLES: A. Materials: Class A concrete, per Item 7.4 "Concrete for Structures," Standard Specifications for Public Works Construction, North Central Texas Council of Governments, 1983, including the latest revisions (herein referred to as NCTCOG Specifications), shall be used in the construction of the drilled shaft foundations. Reinforcing steel required in the construction of the foundations shall be per Item 2.2.6, "Steel Reinforcement," NCTCOG Specifications. Conduit required shall be gray electrical PVC Schedule 40 pipe and be of the size as indicated on the plans. B. Excavation/Construction: Excavations for drilled shaft foundations shall be done in accordance with lines and depths indicated on the plans. The foundations shall be placed in accordance with requirements of Item 7.2 "Drilled Shaft Foundations," NCTCOG Specifications. Open excavations shall be barricaded for protection of the public during construction. The Contractor must conform to Section VI.M. and is solely responsible for safety at the job site(s). Foundations shall be constructed to dimensions shown on the plans. Casing of drilled shafts may be required at the direction of the City. Care shall be used to ensure that the top surface of the finished foundation is at the specified height and is level. Anchor bolts and conduits shall be held rigidly in place until the concrete is set. After concrete is placed and the top struck off, it shall be covered with wet cotton or burlap mats for not less than ninety -six (96) hours. All bracing for anchor bolts shall remain in place during this time, and conduit Street Lights and Conduit Page 2 and anchor bolts shall not be subjected to any applied strain during the curing process. 7 -4 FIBERGLASS POLES: A. All fiberglass streetlight poles shall be designed to meet or exceed the following requirements: 1. The shaft shall be constructed of a commercial grade of "E" glass or better. 2. The surface of the shaft shall consist of a saturated surfacing veil of 20- 25 mil minimum thickness and 10 -mil resin layer. The surfacing layer shall be rich in resin. The surfacing veil and reinforcing fiber shall be saturated in a singular process with the same resin thereby ensuring molecular bonding between structural layers and the protective surfacing layer. 3. The resin shall be unsaturated polyester type containing UV inhibitor and pigment throughout. 4. The shaft shall be centrifugally cast to ensure a dense void free wall throughout and a smooth surface. As an option, the shaft can be constructed by the filament wound process. 5. The pole and hand hole cover shall be Shakespeare Dark Bronze or equivalent, or silver in color, as determined by the Streetlight Division. 6. The pole shall be designed for direct burial in earth and shall be 41 feet long. 7. Direct burial poles shall have two 2_" diameter wire entry holes located 18" below ground line 180 degrees apart. Either of these holes shall be 90 degrees from the side intended for mounting of the arm(s) where arm(s) are applicable. 8. A 2_" diameter through -hole shall be furnished 12" from butt of shaft for direct burial poles. This through -hole shall accept an anti - rotational PVC pipe. This shall also prevent uplift of shaft. 9. The pole surface shall be smooth and have a uniform taper of .216" per foot. Street Lights and Conduit Page 3 10. The fiberglass pole shall be supplied with a 2' /z "x5" hand hole or with a hand hole 4 "x12" nominal size. The hand hole cover shall be constructed of fiberglass and shall have the same glass configuration as the shaft, and the cover shall be equipped with a vandal- resistant fastener such as a slotted hex -head or tri -head brass bolt. 11. Mast arm poles shall be drilled at factory to accept applicable arm. 12. Cast aluminum pole cap with stainless steel screws shall be supplied with mast arm. 13. The pole and arm shall be able to withstand AASHTO Standards of 25- year mean recurrence interval wind velocities for the area where the pole will be used. 14. The luminaire pole shall be designed to support a weight of 40 pounds and an estimated projected area of 2.0 square feet. 7. Pole shall be capable of supporting either a single or double 8' aluminum arm plus a 200 -watt HPS fixture, lamp and all related hardware. Arm weight shall not exceed 7 pounds and shall not have an estimated projected area greater than 3.5 square feet. 16. Static deflection shall not exceed 1.0 -1.2% of above ground height. 17. Under maximum wind conditions (loadings), the pole tip deflection should not exceed 7 % of above ground height. 18. If an overhead conductor is required, its weight shall not exceed 36 pounds per 200 -foot span. A maximum 50 pounds tension shall be used on conductor span. The overhead conductor shall be attached no closer than 18 inches from top of pole. 19. The pole shall be resistant to long -term flexural fatigue failure. There shall be no significant change in visual appearance or mechanical properties after one million cycles of alternating force applications, which force produces a deflection amplitude equal to or greater than the deflection produced by peak wind speed of 100 mph plus 30% gust. 20. The pole shall be wrapped with cardboard and covered with a suitable plastic wrapping envelope for shipping via commercial carriers. Poles shipped by flatbed do not require cardboard wrapping. Street Lights and Conduit Page 4 21. Manufacturer shall provide a minimum three -year warranty providing 100% replacement cost plus shipping if defects occur including color changes, ultraviolet damage, bonding, structural failure, or surface smoothness changes. 22. Each shipment must be certified meeting all the above requirements. City reserves the right to test any or all streetlight poles. If any pole fails test, manufacturer shall replace all poles and provide all transportation costs until correction of the problem has occurred. 23. All fiberglass poles shall meet the requirements of AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals per the 1985 revision. 7 -5 CONDUITS: A. Cables: Cables, when placed under any pavement, concrete median, sidewalks, driveways, or where required by the City, shall be required to be pulled through conduits. All underground cable placed on an arterial street shall be placed in conduit. The Streetlight Division may require the placement of "spare" conduit in the event conduit damage is anticipated. B. Materials: Conduit for the light system shall normally be the electrical gray 2" PVC pipe conforming to Schedule 40 pipe specifications, installed with a minimum cover of 30 inches from the top -of -curb or hard weather surface. All conduit under any road surface or crossing driveways shall be 2" or 3" galvanized rigid metal conduit. A minimum cover of 18" shall be required over the top of the galvanized conduit measured to the top of pavement. C. Construction: 1. All conduit shall be placed in accordance with lines and grade, details, and dimensions as shown on the plans, or as directed by the City Streetlight Inspector. All PVC conduits shall be joined with PVC cement. When joining PVC conduit to metal conduit, threaded adapters shall be used. Conduit shall extend five feet (5') behind back of curb and provided with an EMS marker and capped at the end, unless otherwise called for in the Plans. Conduit in medians shall be placed in the center of the median at a minimum depth of thirty (30 ") inches. All conduit installed in trench shall be bedded on three inches (3") of loose soil and shall be backfilled to the bottom of the pavement base with pulverized soil and properly compacted. If rock is encountered, rock shall be removed and pulverized soil shall be placed in trench. Street Lights and Conduit Page 5 2. A nylon pull string shall be placed in all empty conduits and prior to the placement of paving. The nylon string shall be moved back and forth to ensure that the conduit is free from obstruction. Before final acceptance of the conduit work, this method of checking shall again be performed to ensure that the paving operations have not rendered the conduit useless. 3. Sod, shrubbery, gravel, trees, sprinklers, pavement or other items removed or damaged during construction shall be preserved and /or replaced to original state and position. Damaged sod, shrubbery, etc., shall be replaced at the Contractor's expense. The Contractor shall secure approval of the City Streetlight Inspector before cutting into or removing any walks, concrete or gravel drives, or curbs not shown on the plans. When construction is completed, walks, drives or curbs which have been removed or damaged shall be restored to their original condition, in compliance with applicable City Construction Standards, and to the satisfaction of the City Streetlight Inspector. D. Measurement and Payment: 1. Conduit of the type and size specified on the Plans will be measured by the linear foot along the main line of the conduit run. Fittings, elbows and other materials used in the installation will not be measured directly, but will be considered subsidiary to the main item. 2. Conduit, installed in place, will be paid for at the unit price bid for respective types and sizes specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described conduit, for fittings, elbows, trenching, boring, and for all labor, materials, tools and incidentals necessary to complete the work. 7 -6 STREETLIGHT LAMPING: As part of the work of installing luminaires, the Contractor shall furnish and install lamps in the luminaires. The lamps shall be General Electric 70 -watt high pressure sodium, Model 44043, or approved equivalent. The lamps and their installation shall be included in the cost of the bid item for the luminaire. 7 -7 POLE TOUCH -UP PAINTING SPECIFICATIONS: For davit -type streetlight poles damaged during the Contractor's handling of the poles, touch -up painting of the poles shall be performed by the Contractor according to the following specifications: Field Touch -Up of Shop Applied Tnemec Coatings Street Lights and Conduit Page 6 I. A. Follow all manufacturer's printed instructions for surface preparation, paint application and cure times, and safety and cleanup instructions. B. Contractor shall have five years experience in working with high performance industrial coatings. C. Material to be products of the Tnemec Company, Inc., as distributed by Barry & Company, Inc. (214/881- 1188). II. A. Surface Preparation: SSPC -SP2, hand tool clean to remove any flaking areas. Final preparation of SSPC -SPJ, solvent wipe prior to painting. B. First coat shall be Tnemec Series 50 -330 Poly -Ura -Prime at 2.5 dry mils minimum. C. Finish coat shall be Tnemec Series 73 Endura- Shield III at 4.0 dry mils minimum. Color shall be 73- DO254. The cost for pole touch -up painting shall be considered subsidiary to the items for which unit prices are requested in the Proposal. Street Lights and Conduit Page 7