ST0301A-CS100225Page 1 of 1
Keith Marvin - Bethel Road II - Contract Documents
From:
Caleb Thornhill <bct @ free se. com>
To:
Keith Marvin <KMARVIN @ci.coppelLtx.us>
Date:
2/25/2010 4:31 PM
Subject:
Bethel Road II - Contract Documents
CC:
CPL03243 <CPL03243 @freese.com>
Attachments:
Bethel Road II - Section4.pdf; Bethel Road II - Section l.pdf
Keith,
Here is section 1 and 4. Give me a call tomorrow with any questions.
B. Caleb Thornhill, P.E.
Freese and Nichols, Inc.
1701 N. Market St., Suite 500
Dallas, Texas 75202
w Main - 214- 217 -2200
s Direct - 214- 217 -2282
s Fax - 214- 920 -2565
® Email: bct - _freese.com
This electronic mail message is intended exclusively for the individual or entity to which it is addressed. This message, together with any attachment,
may contain the sender's organization's confidential and privileged information. The recipient is hereby notified to treat the information as confidential
and privileged and to not disclose or use the information except as authorized by sender's organization. Any unauthorized review, printing, retention,
copying, disclosure, distribution, retransmission, dissemination or other use of, or taking of any action in reliance upon, this information by persons or
entities other than the intended recipient is prohibited. If you received this message in error, please immediately contact the sender by reply email and
delete all copies of the material from any computer. Thank you for your cooperation.
file: HC: \Documents and Settings \radloo \Local Settings\ Temp \XPgrpwise \4B86A5DECity_... 1/20/2011
T H E G 1 T Y O F
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Bethel Road Il
Project No. ST 03 -OIA
Bid No.
Q- 0310 -02
FOR
THE CITY OF COPPELL
Febmanj
2010
1 -1 Bidding Documents
TABLE OF CONTENTS
Page #
Section 1 - Bidding Documents
Notice to Bidders
1 -4
Instructions to Bidders
1 -5
Proposal/Bid Schedule
1 -20
Prevailing Wage Rates
1 -38
Section 2 - Contract Documents
Standard Form of Agreement (Contract)
2 -2
Certificate of Insurance
2 -8
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 Council of
Governments Fourth Edition, the City of Coppell
Standard Construction Details (Ord.#2006- 1129), and
Appendix `C' Design Criteria and Standards in the
City of Coppell Subdivision Ordinance (Ord.494 -643)
shall govern all work to be done, together with any
additional Supplementary Conditions, Specific Project
Requirements, General Notes, Description of Pay
Items and/or Technical Specifications included herein.
Section 3 - City of Coppell's Supplementary Conditions 3 -1
To the NCTCOG General Provisions
Section 4 - Specific Project Requirements 4 -1
Section 5 - Description of Pay Items 5 -1
Section 6 - Technical Specifications 6 -1
Project Sign
USACE Nationwide Permit 14 — Linear Transportation Project
02231 Tree Protection and Trimming
02402 Care of Water During Construction
Bethel Road Closure - Memo
I -2 Bidding Documents
SECTION l
BIDDING
DOCUMENTS
1 -3 Bidding Documents
NOTICE TO BIDDERS
The City of CoppelI is accepting bids for the construction of Bethel Road H (Bethel Road from
Denton Tap Rd. to Penfolds Lane) — Project No. ST 03 -01A. The work shall consist of the
installation of 7,406 S.Y. of 8" concrete pavement and 552 S.Y. of 10" concrete pavement, related
drainage and utility improvements, bridge construction, the removal of existing pavement, and all
appurtenant work necessary to complete construction of the project.
Bidding documents, including Construction Plans, Construction Specifications and Contract
Documents, may be obtained for a non - refundable cost of $90.00 from the office of Freese and
Nichols, Inc., 1701 North Market Street, Suite 500, Dallas, Texas, 75202; or telephone (214) 217-
2282 for additional information. Scaled bids addressed to the Purchasing Agent, City of Coppell,
Texas, for the construction of Bethel Road H - Project No. ST 03 -01A will be received in the
Purchasing Office at the City of Coppell Town. Center, 255 Parkway Boulevard, until 2:00 p.m.,
March 30 th , 2010, and then publicly opened and read aloud. Each Bidder shall submit two identical
copies of this bid with the City of Coppell Bid No. 0- 0310 -02 designated clearly on the exterior of
the bid envelope.
A Pre -Bid Conference has been scheduled for this project at the Coppell City Fall in the
Engineering Department (255 Parkway Boulevard) at 2:00 p.m. on March 23 2010 The
conference is not mandatory; however, all interested bidders are strongly encouraged to attend.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID
TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A
PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal
property to be incorporated into the project. (Note: This procedure may not be used, however, for materials
which do not become a part of the finished product, such as, equipment rental or purchase, form materials,
etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate
and provide separate charges for materials to be incorporated into the project from charges for labor. The
City will provide the Contractor with an exemption certificate for the materials. The contractor is expected
to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the
cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's
bid form will be used to develop a separated contract and determine the extent of the tax exemption.
1 -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 Council of Governments Fourth
Edition and the Supplementary Conditions of Agreement have the meanings assigned to
them in these General Conditions. The term "Bidder" means one that submits a Bid directly
to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term
"Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after
review of calendar days, overall price, and qualifications, to whom the Owner (on the basis
of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding
Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the
Construction Plans and Specifications, and the proposed Contract Documents (including all
Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" 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.
Consulting Engineer: Wherever the word "Design Engineer" is used in the Specifications
and Contract Documents, it shall be understood as referring to the Design Engineer or his
authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St ##500, Dallas,
TX 75202.
Inspector: The authorized representative of the City of CoppeIl assigned to observe and
inspect any or all pants of the work and the materials to be used therein.
2. Scope of Work.
This work shall consist of the reconstruction of Bethel Road from Penfolds Lane to Denton
Tap road (approximately 1,800 feet). This road is currently a 2 -lane asphalt roadway and
will be reconstructed as a two -lane concrete roadway. Assorted sidewalks will be
constructed now and at a later date as indicated on plans. The construction includes a bridge
over Grapevine Creek with a nominal span of 128 feet. Traffic signals at Bethel Rd/ Denton
Tap Rd will be improved to match the reconstructed intersection. Various waterline
improvements and relocations will be required within the project limits. A general
construction phasing plan has been provided with the construction plans to illustrate the
extent of road closures and detours that will be allowed. The contractor shall have 120 to
150 days to construct the Grapevine Creek Bridge. The contractor will be allowed to close
Bethel Road from STA 37 +10 to STA 46 +00 (Approximately Penfolds Lane to Armstrong
1 -5 Bidding Documents
Blvd) as indicated in the phasing plan. It will also be necessary to maintain access to the
adjacent properties at all times. Work shall include all components necessary for the "turn
key" construction of the project as shown in the plans for the Bethel Road II, Project # ST
03-OIA
3. Copies of Bidding Documents.
3.1 Complete sets of the Bidding Documents may be obtained from the office of Freese and
Nichols, Inc., 1701 N. Market Street, Suite 500, Dallas, Texas, telephone (214) 217 -2200 for
a nonrefundable cost of $90.00. The following general requirements pertain to the Bidding
Documents:
A) No bidding documents will be issued later than two (2) days prior to the bid opening
date.
B) After award of the Contract, the successful Bidder will be furnished 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. Submissions will be made to City Engineer, City of CoppelI, 255
Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist
of, but shall not necessarily be limited to, the following:
A. Current Project Experience (within five [5] days if requested).
A list of all projects presently under construction by the bidder including approximate
cost and completion date shall be submitted upon request.
B. Past Project Experience (required to be submitted within five [5] days if requested).
I -6 Bidding Documents
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment (within five [5] days if requested).
The Bidder shall provide a list of equipment, which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if any,
that he must rent/lease as may be required to complete this project.
D. Financial (within five [5] days if requested).
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 Iast 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 1 /o) 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. By submitting a
bid, the Contractor represents that no employee or officer of the City has an interest in the
Contractor.
6. Examination of Contract Documents and Site.
6.1 Access to the site shall be from Bethel Road, Denton Tap, and Coppell Road. It shall be the
Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents
thoroughly, (b) visit the site to become familiar with local conditions that may affect cost,
1 -7 Bidding Documents
progress, performance or furnishing of the Work, (c) consider federal, state and local Laws
and Regulations that may affect cost, progress, performance or furnishing of the Work, (d)
study and carefully correlate Bidder's observations with the Contract Documents, and (e)
notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to
make these examinations shall in no way relieve any Bidder from the responsibility of
fulfilling all of the terms of the contract, without additional cost to the OWNER.
6.2 Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might othet wise occur due to construction operations. Where construction
comes in close proximity to existing structures or utilities, or if it becomes necessary to move
services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's
responsibility to notify and cooperate with the utility or structure owner. The utility lines and
other existing structures shown on the plans are for information only and are not guaranteed
by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's
responsibility to verify locations and depths sufficiently in advance of construction such that
necessary adjustments may be made to allow for the proper installation of proposed
improvements as indicated in the plans. The Contractor shall be liable for damage to any
utilities resulting from the construction of this project.
6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface, subsurface
and underground facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance or furnishing of the Work and which Bidder deems necessary to
determine its Bid for performing and furnishing the Work in accordance with the time, price
and other terms and conditions of the Contract Documents.
6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall
fill all holes, clean up and restore the site to its former conditions, according to the City
standards, upon completion of such explorations.
6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access
thereto and other lands designated for use by Contractor in performing the Work, are
identified in the Contract documents.
6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the Bid
is premised upon performing and furnishing the work required by the Contract Documents
and such means, methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract Documents are
sufficient in scope and detail to indicate and convey understanding of all terms and
conditions for performance and furnishing of the Work.
1 -8 Bidding Documents
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 Tithe.
8.1 The time of completion of the project is set at 270 calendar days. A more detailed explanation of
the completion time is given in Item 1.6 of the Specific Project Requirements.
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 103.7 of the General Provisions.
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific
Project Requirements.
10. Substitute or "Or- Equal' Items.
The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or
"or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications
that a substitute or "or- equal" item of material or equipment may be fiunished or used by
Contractor if acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the Effective Date of the Agreement. No substitutions should be
considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
1 -9 Bidding Documents
Subcontractors, Suppliers and other persons and organizations proposed for those portions of
the Work for which such identification is requested. Such list shall be accompanied by an
experience statement with pertinent information regarding similar projects and other
evidence of qualification for each such Subcontractor, supplier, person or organization if
requested by the Owner. If the Owner, after due investigation, has reasonable objection to
any proposed Subcontractor, Supplier, other person or organization, Owner may, before the
Notice of Award is given, request the apparent Successful Bidder to submit an acceptable
substitute in which case the apparent Successful Bidder shall submit an acceptable substitute.
Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by
such substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against whom Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. 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.
1 -10 Bidding Documents
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this project,
may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used for
the comparison of bids, unless stated otherwise in the description of pay items. Payments
will be made to the Contractor only for the actual quantities of work performed or materials
furnished in accordance with the contract. The quantity of work to be done and the materials
may be increased or decreased as provided for in the Contract Documents. if an item is
noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule
will be paid.
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478,
Coppell, Texas 75019 until, 2:00 p.m.. March 30, 2010 and then publicly opened and read
aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked
with the Project tide, City of Coppell Bid No. (Q- 0310 -02 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 : Bethel Road A (Bethel Road from Penfolds Lane to
Denton Tap Rd.) -- Project No. ST 03 -OIA on the face of it and addressed to the Purchasing
Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid
Bond and Conflict of Interest Form. Electronic bids will not be accepted.
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
1 -11 Bidding Documents
association, under the same or different names, will not be considered. Reasonable grounds
for believing that a Bidder is interested in more than one such bid may cause the rejection of
all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced
may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of
the Standard Specifications for Public works will be rejected.
18. Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the
Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
19. Award of Contract.
19.1 For the purpose of award, each bid submitted shall consist of
Base Bid (A) = The correct summation of the products of the estimated quantities shown in
the proposal, multiplied by their bid unit prices.
The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of
the Base Bid (A).
Total Bid = Base Bid (A)
All payments will be based on actual quantities and bid unit prices.
19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non - responsive, unbalanced or conditional Bids. AIso, the Owner reserves the right to reject
the Bid of any Bidder if the Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent
standard or criteria established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the
indicated sum of any column of figures and the correct sum thereof will be resolved in favor
of the correct sum.
19.3 In evaluating Bids, the Owner will consider the qualifications of the Bidders, whether or not
the Bids comply with the prescribed requirements, and such alternates, unit prices, and other
data, as may be requested in the Bid form or prior to the Notice of Award.
19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers,
or other persons or organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted
as requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
1 -12 Bidding Documents
proposed for incorporation in the Work when such data is required to be submitted prior to
the Notice of Award.
19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
perform and furnish the Work in accordance with the Contract Documents to the Owner's
satisfaction within the prescribed time.
19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose
evaluation by the Owner indicates to the Owner that the award will be in the best interests of
the Project.
19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) calendar days after the date of the Bid opening.
20. Incentive/ Disincentive.
The Owner desires to expedite construction on this contract to minimize the inconvenience
to the traveling public and to reduce the time of construction. In order to achieve this, an
incentive /disincentive provision is established for this contract.
Original Contract Time:
Original Contract Time will be defined as 270 Calendar Days.
(CD x Daily Value) = the product of the number of calendar days (CD) provided by the
Contractor and the Daily Value established by the Owner.
For the purposes of this Contract, the Daily Value is $1,000.00.
In the event the contract takes longer than 270 calendar days, there will be damages assessed
of $1,000 per day.
The total incentive payment for Contract Time shall not exceed $120,000.00.
Bridge Construction Time:
Once bridge closure begins, contractor will have 150 days to re- establish two -way traffic
across bridge. If contractor is able to open the roadway to two -way traffic in less than 120
days, a bonus will be awarded as follows:
Bethel Road Bridge Substantially Complete, safely open to two -way traffic on or before
September 7 t ', 2010 = $40,000 incentive
If September 7"', 2010 is not achieved, for the purposes of the Bridge Construction, the Daily
Value is $1,000.00.
1 -13 Bidding Documents
In the event this closure takes longer than 150 days, there will be damages assessed of $1,000
per day.
There will be no bonus and no penalty for completion of the bridge between 120 and 150
days
The total incentive payment for Bridge Construction shall not exceed $40,000.00.
21. Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
21. Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project construction
have been paid in full, and that there are no claims pending.
22. Bid Compliance.
Bid must comply with all Federal, State, 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 Calendar day count on the
project shall commence within ten (10) calendar days after the date of the Notice to Proceed
or when the contractor begins work, whichever occurs first.
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.
1 -14 Bidding Documents
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.
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.
30. Testing Requirements.
The Owner shall make arrangements with an independent laboratory acceptable for testing
as required by the construction plans and standard specifications. The Contractor shall
bear all related costs of retests or 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 contractor's responsibility
for his own quality assurance /quality control testing. Contractor shall replace any deficient
construction items at his own expense.
31. Overtime.
"Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to
overtime. Overtime request or scheduled testing must be made in writing and approved by
the City of Coppell. 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."
1-15 Bidding Documents
32. Payment.
CONTRACTOR shall submit Applications for Payment in accordance with Item 190.5 of
the General Provisions. Applications for Payment will be processed by ENGINEER as
provided in the General Provisions.
33. Documentation of existing conditions.
Contractor must video and provide copy to City of existing conditions within entire work
area prior to the start of construction. This is subsidiary to Pay Item #103 Preparing ROW.
34. Bid Security.
Contractor must submit a bid security in the amount of five (5 %) percent of the amount of
the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and
execute a Performance, Payment and Maintenance Bonds on the forms included in the
Contract Documents if awarded the contract.
Acceptable Bid Security are:
Certified or cashier's check made payable to the Owner.
An approved Bidder's Bond underwritten by a surety named in the current list of "Surety
Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit
Staff Bureau of Accounts, U.S. Treasury Department.
35. Bonds
Performance, Payment and Maintenance Bonds are required for this project and shall be
provided in accordance with the General Conditions.
1-16 Bidding Documents
BID FORM
PROJECT IDENTIFICATION:
I
(NAME OF FIRM)
Illi'.ilT. it X M..u_L _M.... _It . i
CITY OF COPPELL BID NO:
Bethel Road lI
ST 03 -OIA in Coppell, Texas
DATE
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. 9478
Coppell, Texas 75019
Q-0310-02
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders
and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days
after the day of Bid opening. BIDDER will sign and submit the Agreement with other
documents required by the Bidding Requirements within fifteen (15) days after the date of
OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a) BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No:
Date:
Recd:
1 -17 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
CONTRACTORs purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
(d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests and
studies (in addition to or to supplement those referred to in (c) above) which pertain
to the subsurface or physical conditions at the site or otherwise may affect the cost,
progress, performance or furnishing of the Work as BIDDER considers necessary for
the performance or furnishing of the Work at the Contract Price, within the Contract
Time and in accordance with the other terms and conditions of the Contract
Documents; and no additional examinations, investigations, explorations, tests
reports or similar information or data are or will be required by BIDDER for such
purposes.
(e) BIDDER has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect of said Underground Facilities
are or will be required by BIDDER in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents.
(f) BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
1 -I8 Bidding Documents
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER,
(h) This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, fnrn 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. Bidder understands that the work will be completed in multiple phases. Phasing will require
move -ins by utility and paving contractors. It is understood and agreed that all work under
this contract will be completed within the bid calendar days. Completion date will be
established in the Notice to Proceed. It is understood that time of completion will be a
consideration in the award of the bid.
5. It is understood and agreed that the contractor's experience in this type of work will be a
strong consideration in the award of the bid.
6. It is strongly recommended that each bidder visit the site prior to submitting a bid.
Construction constraints exist, including traffic that could affect productivity.
7. BIDDER will complete the Work for the following price(s):
1 -19 Bidding Documents
BETHEL ROAD 11, Phase
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # 5T 03 -01 A
Bid No.
UNIT PRICE BID SCHEDULE
BASE BID
Item
No-
Plan
-01—nUty
Unit
Description and Price in Words
Unit
Price
Total
Price
Mobilization (Max. 5% of Contract)
101
1
LS
Dollars
Cents Per Lump Sum
Traffic Control
102
1
LS
Dollars
Cents Per Lump Sum
Prep ROW
103
18
STA
Dollars
Cents Per Station
Prepare and Implement SWPPP
104
1
LS
Dollars
Cents Per Lump Sum
Project Signs
105
2
EA
Dollars
Cents Per Each
Unclassified Excavation (Roadway &
Channel)
106
3,850
CY
Dollars
Cents Per Cubic Yards
Unclassified Compacted Earth Fill
107
1,250
CY
Dollars
Cents Per Cubic Yards
1-20 Bidding Documents
BETHEL ROAD II, Phase
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST D3 -01A
Bid No.
Item
—Up.
Plan
Quantity
Unit
Description and Price in Words
Unit
Mize
Total
Remove and Dispose of Asphalt
Pavement
108
4,445
SY
Dollars
Cents Per Lump Sum
Concrete Removal
109
1,412
SY
Dollars
Cents Per Square Yards
Remove and Reset Existing Mailbox
110
1
EA
Dollars
Cents Per Linear Foot
Remove Existing Concrete Pipe ( <m24"
Diam)
111
151
LF
Dollars
Cents Per Linear Foot
Remove Existing Concrete Pipe (>24"
Diam)
112
160
LF
Dollars
Cents Per Linear Foot
Remove Existing Inlet Box
113
5
EA
Dollars
Cents Per Each
Adjust Existing Sanitary Sewer
Manholes
114
9
EA
Dollars
Cents Per Each
Adjust Existing Valve Box to Grade
116
2
EA
Dollars
Cents Per Lump Sum
1-21 Bidding Documents
BETHEL ROAD 11, Phase I
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST 03 -01A
Bid No.
Item
No.
Plan
Uantity:
Unit
Description and Price in Words
Unit
Total
Remove Existing and Install New Fire
Hydrant and Valve Assembly
116
2
EA
Dollars
Cents Per Each
8" Lime Subgrade Treatment
117
8,353
SY
Dollars
Cents Per Square Yards
Lime
118
175
TON
Dollars
Cents Per Ton
8" Reinforced Concrete Pavement with
6" Integral Curb
119
7,406
SY
Dollars
Cents Per Square Yards
10" Reinforced Concrete Pavement
with 6" Integral Curb
120
552
SY
Dollars
Cents Per Square Yards
10" Reinforced Concrete Stamped
Roadway - Crosswalks
121
237
SY
Dollars
Cents Per Square Yards
8" Reinforced Concrete Stamped
Roadway - Crosswalks
122
282
SY
Dollars
Cents Per Square Yards
6" Reinforced Concrete Stamped
Pavement - Medians
123
132
SY
Dollars
Cents Per Square Yards
1-22 Bidding Documents
BETHEL ROAD 11, Phase
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST 03 -01A
Bid No.
Item
No.
Plan
Uantity:
Unit
Description and Price in Words
Unit
Erice
Total
Price
6" Reinforced Concrete Driveways
124
1,040
SY
Dollars
Cents Per Square Yards
Asphalt Pavement for Pave Transition
(6" HMAC)
125
194
SY
Dollars
Cents Per Square Yards
Monolithic Median Nose
126
4
EA
Dollars
Cents Per Each
Reinforced Concrete Pavement Street
Headers
127
521
LF
Dollars
Cents Per Linear Foot
4" Reinf. Concrete Sidewalks
128
1,200
SY
Dollars
Cents Per Square Yards
Barrier Free Ramps
129
14
EA
Dollars
Cents Per Each
Raised Pavement Marker, Class C, Type
Y
130
620
EA
Dollars
Cents Per Each
Raised Pavement Marker, Class C, Type
W
131
290
EA
Dollars
Cents Per Each
1-23 Bidding Documents
BETHEL ROAD 11, Phase I
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST 03 -0'IA
Bid No.
Item
Plan
Unit
Description and Price in Words
Unit
Total
Raised Pavement Marker, Class C, Type
I -A
132
174
EA
Dollars
Cents Per Each
Raised Pavement Marker, Class C, Type
I -C
133
370
EA
Dollars
Cents Per Each
Pavement Markings
134
1
LS
Dollars
Cents Per Lump Sum
Roadside Sign Assembly (Relocation)
135
5
EA
Dollars
Cents Per Each
Roadside Sign Assembly (New
Installation)
136
1
EA
Dollars
Cents Per Each
Repair, Replace and/ or Modify Existing
Irrigation Systems
137
1
LS
Dollars
Cents Per Lump Sum
Repair, Replace and/ or Modify Existing
Landscape
138
1
LS
Dollars
Cents Per Lump Sum
Tree Protection
139
1,275
LF
Dollars
Cents Per Linear Foot
1-24 Bidding Documents
BETHEL ROAD 11, Phase I
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project ## ST 03 -01A
Bid No.
Item
Plan
Quantltv
Unit
Description and Price in Words
Unit
Total
Block Sodding
140
2,225
SY
Dollars
Cents Per Square Yards
Combination Rail wlwindows (Tx
Classic)(42" Tall)
141
740
LF
Dollars
Cents Per Linear Foot
Safety Guardrail Termination
142
6
EA
Dollars
Cents Per Each
TI-2 Transition
143
6
EA
Dollars
Cents Per Each
Installation of Highway Traffic Signals
144
1
EA
Dollars
Cents Per Each
Remove and Deliver Existing Traffic
Signal Pole and Mast Arm Assembly
145
1
EA
Dollars
Cents Per Each
Traffic Signal Pole Assembly
146
1
EA
Dollars
Cents Per Each
Drill Shaft (30 in)
147
10
LF
Dollars
Cents Per Linear Foot
1-25 Bidding Documents
BETHEL ROAD 11, Phase I
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project# ST 03 -0'IA
Bid Igo.
Item
Plan
Unit
Description and Price in Words
Unit
Total
Ped Pole Assembly (including
foundation)
1
4
EA
Dollars
Cents Per Each
Pedestrian Signal Sections (remove
and relocate)
149
6
EA
Dollars
Cents Per Each
Pedestrian Push Button and Sign
Assemblies (remove and relocate)
15fl
6
EA
Dollars
Cents Per Each
2" PVC Conduit
151
71
LF
Dollars
Cents Per Linear Foot
3" PVC Conduit
152
1,921
LF
Dollars
Cents Per Linear Foot
3" PVC Conduit (BORED)
153
120
LF
Dollars
Cents Per Linear Foot
Ground Boxes
164
8
EA
Dollars
Cents Per Each
Backplate for 3- Section Signal Head
155
2
EA
Dollars
Cents Per Each
1-26 Bidding Documents
BETHEL ROAD 11, Phase I
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST 03 -01A
Bid No.
Item
Plan
Uantitm:
Unit
Description and Price in Words
Unit
Price
Total
Price..-
Backplate for 5- Section (House) Signal
Head
156
4
EA
Dollars
Cents Per Each
VEH SIG SEC (12 IN) LED (GRN ARM
157
4
EA
Dollars
Cents Per Each
VEH SIG SEC (12 IN) LED (GRN)
158
6
EA
Dollars
Cents Per Each
VEH SIG SEC (121N) LED (YEL ARM
159
4
EA
Dollars
Cents Per Each
VEH SIG SEC (12 IN) LED (YEL)
160
6
EA
Dollars
Cents Per Each
VEH SIG SEC (12 IN) LED (RED)
161
6
EA
Dollars
Cents Per Each
1 Conductor #6 Bare Wire
162
288
EA
Dollars
Cents Per Each
1 Conductor #8 XHHW Wire
163
296
LS
Dollars
Cents Per Lump Sum
1-27 Bidding Documents
BETHEL ROAD II, Phase I
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST 03 -01A
Bid No.
Item
NO.
Plan
Quantity
Unit
Description and Price in Words
Unit
EdGe.-
Total
Erice
1 Conductor #8 Bare Wire
164
296
LF
Dollars
Cents Per Linear Foot
Traffic Signal Cable, 10 Conductor (TY
A)(14 AWG)
165
352
LF
Dollars
Cents Per Linear Foot
Traffic Signal Cable, 16 Conductor (TY
A)(14 AWG)
166
252
LF
Dollars
Cents Per Linear Foot
Traffic Signal Cable, 3 Conductor (TY
A)(14 AWG)
167
252
LF
Dollars
Cents Per Linear Foot
Video Imaging Vehicle Detection
System, Camera Assembly
168
4
EA
Dollars
Cents Per Each
Video Imaging Vehicle Detection
System, Processing Unit
169
1
EA
Dollars
Cents Per Each
Video Imaging Vehicle Detection
System, Setup
170
1
EA
Dollars
Cents Per Each
VIVDS Communication Cable
171
610
LF
Dollars
Cents Per Linear Foot
1-28 .Bidding Documents
BETHEL ROAD II, Phase
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project 4 ST 03 -01A
Bid No.
Item
Plan
Unit
Description and Price in Words
Unit
Total
Un €- Directional Opticom Detector
(remove and relocate)
172
1
EA
Dollars
Cents Per Each
Traffic Signal Confirmation Lights
173
4
EA
Dollars
Cents Per Each
Relocate Illuminated Street Name
(ILSN) Sign
174
1
EA
Dollars
Cents Per Each
18" RCP (CL 111)
175
20
LF
Dollars
Cents Per Linear Foot
21" RCP (CL Ill)
176
70
LF
Dollars
Cents Per Linear Foot
24" RCP (CL Ili)
177
100
LF
Dollars
Cents Per Linear Foot
30" RCP (CL 111)
178
288
LF
Dollars
Cents Per Linear Foot
36" RCP (CL 111)
179
320
LF
Dollars
Cents Per Linear Foot
1-29 Bidding Documents
BETHEL ROAD 11, Phase 1
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST 03 -01A
Bid No.
Item
Plan
Unit
Description and Price in Words
Unit
Total
Trench Safety System for Storrs Drains,
Water and Sanitary Sewer Lines
180
1,244
LF
Dollars
Cents Per Linear Foot
Std. 5' Recessed Curb Inlet
181
2
EA
Dollars
Cents Per Each
Std. 10' Recessed Curb Inlet
182
2
EA
Dollars
Cents Per Each
Std. 20' Recessed Curb Inlet
183
2
EA
Dollars
Cents Per Each
Std. 20' Curb Inlet wt Open Back
184
1
EA
Dollars
Cents Per Each
4' x 4' Drop Inlet
185
1
EA
Dollars
Cents Per Each
Type A Storm Drain Manhole
186
1
EA
Dollars
Cents Per Each
16" C905 DR 18 PVC Waterline
187
388
LF
Dollars
Cents Per Linear Foot
1-30 Bidding Documents
BETHEL ROAD II, Phase I
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST 03 -01A
Bid No.
Item
Plan
Uantity,
Unit
Description and Price in Words
Unit
Eric
Total
8" C900 DR 14 PVC Waterline
188
16
LF
Dollars
Cents Per Linear Foot
16" x 6" Tapping Sleeve and Valve
189
1
EA
Dollars
Cents Per Each
8" Gate Valve
190
1
EA
Dollars
Cents Per Each
Air Release Valve (Type 1)
191
1
EA
Dollars
Cents Per Each
12" PVC Wastewater Pipe (SDR -35)
192
42
LF
Dollars
Cents Per Linear Foot
Sanitary Sewer Manhole
193
1
EA
Dollars
Cents Per Each
Remove Old Structure
(Large)(Bridge)(TxDOT Item 104)
194
1
LS
Dollars
Cents Per Lump Sum
Drilled Shaft (18 ")(TxDOT Item 418)
195
111
LF
Dollars
Cents Per Linear Foot
1-31 Bidding Documents
BETHEL ROAD II, Phase 1
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # 5T 03 -01A
Bid No.
Item
Plan
tiantitm,
Unit
Description and Price in Words
Unit
RE
Total
Price
Drilled Shaft (30 ")(TxDOT Item 416)
196
236
LF
Dollars
Cents Per Linear Foot
CL C Cone (Abutments &
Wingwalls)(TxDOT Item (420)
197
58
CY
Dollars
Cents Per Cubic Yards
CL C Conc (Bent)(TxDOT Item 420)
198
46
CY
Dollars
Cents Per Cubic Yards
CL S Concrete (Appr Slab)(TxDOT Item
420)
199
222
CY
Dollars
Cents Per Cubic Yards
Rip Rap (Conc)(CL 13)(5 IN)(TxDOT Item
432)
200
337
CY
Dollars
Cents Per Cubic Yards
Reinforced Concrete Slab
(Bridge)(TxDOT Item 422)
201
7,367
SF
Dollars
Cents Per Square Foot
Prestressed Concrete Beam (Type
C)(TxDOT Item 425)
202
760
LF
Dollars Cents Per
Linear Foot
Armor Joint (With Seal)(TxDOT Item
454)
203
87
LF
Dollars
Cents Per Linear Foot
1- 32 Bidding Documents
BETHEL ROAD 11, Phase
(Bethel Road from Penfolds Lane to Denton Tap Road)
Project # ST 03 -01 A
Bid No.
Item
Plan
Unit
Description and Price in Words
Unit
Total
Cement Treated Base Backfill (TxDOT
Item 5326)
204
520
CY
Dollars Cents Per
Cubic Yard
Decorative Railing at Bridge
205
256
LF
Dollars
Cents Per Linear Foot
Mechanically Stabilized Earth Retaining
Walls
206
1,990
SF
Dollars
Cents Per Square Foot
TOTAL BID ITEMS BASE BID 101 thru 206 $
TANGIBLE PERSONAL PROPERTY COST $
1-33 Bidding Documents
BID SUMMARY
SUBTOTAL BID ITEMS #100 THRU #206 $
TOTAL BID ITEMS BASE BID (A)
270 CALENDAR DAYS
The awarded contract amount will be on the basis of the Base Bid (A) only.
Communications concerning this Bid shall be addressed to the address of BIDDER indicated
on the applicable signature page.
9. BIDDER understands that the Owner is exempt fiom 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).
10. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem necessary
to stay within the City's available funds. Should the City elect to delete any portion, the contract
quantities will be adjusted accordingly.
1 -34 Bidding Documents
PROPOSAL GUARANTY
➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard
Specifications for Public Works Construction — North Central Texas Council of
Governments Fourth Edition.
SUBMITTED ON
Signature:
1 -35 Bidding Documents
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and
are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all
commodities upon which prices are extended at the price offered, and upon the conditions contained
in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90)
calendar days from the date of the bid opening.
STATE OF COUNTY OF BEFORE
ME, the undersigned authority, a Notary Public in and for the State of , on this day
personally appeared who after being by me
Name
duly sworn, did depose and say:
"I
Name
Name of Firm
foregoing on behalf of the said _
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I
certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/
commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
Name and Address of Bidder:
Telephone: ( ) by:
Title:
Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of
20
Notary Public in and for the State of
am a duly authorized office /agent for
and have been duly authorized to execute the
1-36 Bidding Documents
If BIDDER IS:
An Individual
By
doing business as
Business address
(Seal)
(individual's Name)
Phone No.
A Partuershin
By
(Firm Name)
(General Partner)
Business address
Phone No.
A Corporation
By
(Corporation Name)
(State of Incorporation)
By
(Name of person authorized to sign)
(Title)
(Corporate Seal)
Attest
Business address
(Secretary)
Phone No.
A Joint Venture
'J
(Name) (Address)
By
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to
the joint venture should be in the manner indicated above.)
1 -37 Bidding Documents
PREVAILING WAGE RATES
Air Tool Operator . ............................... 9.00
Asphalt Raker ..... ...............................
9.55
Asphalt Shoveler .. ...............................
8.80
Batching Plant Weigher ........................11.51
Crane, Clamshell, Backhoo,
Carpenter .......... ...............................
10.30
Concrete Finisher- Paving ......................
10.50
Concrete Finisher - Structures ...................
9.83
Concrete Rubber .. ...............................
8.84
Electrician .............. ..........................15.37
Milling Machine Operator ...........................
Flagger.................. ........................... 7.55
Form Builder- Structures ........................
9.82
Form Liner - Paving and Curb ..................
9.00
Form Setter- Paving and 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
PipeLayer ......... ...............................
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, I3
Concrete Paving Joint Machine ...............10.42
Truck Driver - Single Axle light .....................
Concrete Paving Joint Sealer ..................
9.00
Truck Driver Lowboy /Float ...................
10.44
Truck Driver - Transit Mix ......................
9.47
Truck Driver- Winch ............................
9.00
Vibrator Operator -Hand Type ..................
7.32
Welder ............ ...............................
11.57
Concrete Paving Saw . ...............................
10.39
Concrete Paving Spreader . ..........................10.50
Slipform Machine Operator ..........................
9.92
Crane, Clamshell, Backhoo,
Derrick, Dragline, Shovel ...........................
11.04
Foundation Drill Operator Crawler Mounted.....
10.00
Foundation Drill Operator Truck Mounted .......
11.83
Front End Loader ...... ...............................
9.96
Milling Machine Operator ...........................
8.62
Mixer.................. ............ ....................
10.30
Motor Grader Operator Fine Grade ...............
11.97
Motor Grade Operator ...............................
10.96
Pavement Marking Machine .........................
7.32
Roller, Steel Wheel Plant -Mix Pavements .........
9.06
Roller, Steel Wheel Other Flatwheel or
Tamping......... ...............................
8.59
Roller, Pneumatic, Self - Propelled ..................
8.48
Scraper................... ...............................
9.63
Tractor - Crawler Type ...............................
10.58
Tractor - Pneumatic ..... ...............................
9.15
Traveling Mixer ........ ...............................
8.83
Wagon - Drill, Boring Machine .....................
12.00
Reinforcing Steel Setter Paving ....................
13.21
Reinforcing Steel Setter Structures ................
13.31
Steel Worker- Structural ............................
14.80
Spreader Box Operator ..............................
10.00
Work Zone Barricade .. ...............................
7.32
Truck Driver - Single Axle light .....................
8.965
Truck Driver - Single Axle Heavy .................... 9.02
Truck Driver - Tandem Axle Semi Trailer .........
8.77
I -38 Bidding Documents
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 Council of Governments Fourth Edition. The
following Specific Project Requirements contain general and specific project requirements
applicable to this project in the City of Coppell. These individual specifications control for this
project. Additional amendments to the NCTCOG Standard Specifications are contained in Section
3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an
item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the
Standard Specifications for the City of Coppell, Texas shall apply.
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.S.A.
American Standards Association
A.S.T.M.
American Society of Testing Materials
A,A.S.H.T.O.
American Association of State Highway
& Transportation Officials
A.C.I.
American Concrete Institute
A.W.S.
American Welding Society
A.W.W.A.
American Water Works Association
S.S.P.C.
Steel Structures Painting Council, Federal
Specifications Treasury Department
U.L.
Underwriters Laboratories
N.E.M.A.
National Electrical Manufacturers Association
W.P.C.F.
Water Pollution Control Federation
TX.DOT
Texas Department of Transportation
C.D.G.S.
City of Dallas General Specifications
S.S.P.W.C.N.C.T.
Standard Specifications for Public Works
Construction North Central Texas
T.M.U.T.C.D.
Texas Manual on Uniform Traffic Control Devices
4 -2 Specific Project Requirements
1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of
Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019.
1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer of the Owner, or such other representatives as may be authorized
by said owner to act in any particular position.
1.2a CONSULTING ENGINEER: Wherever the word 'Design Engineer" is used in the
Specifications and Contract Documents, it shall be understood as referring to the Design
Engineer or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street,
St #500, Dallas, TX 75202.
1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF
COPPELL: All improvements described in this Proposal and Construction Drawings shall
be performed in accordance with the Project Drawings and Specifications. In the event that
an item is not covered in the Project Drawings and Specifications, then the City of Coppell
Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and
Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) shall apply.
1.4 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 work shall consist of the reconstruction of Bethel Road
extending from Penfolds Lane to Denton Tap Road. This project will include the removal
of existing pavement, unclassified excavation, the construction of new pavement, the
construction of a new bridge, the installation of related drainage, water and sanitary sewer
improvements and all appurtenant work as laid out and described in the construction
plans. Work shall include all components necessary for the "turn key" construction of the
roadway and related improvements as shown in the plans for Project No. ST 03 -01 A.
1.6 EXPLANATION OF CONTRACT TIME & BRIDGE CONSTRUCTION TIME:
In the event the Contractor completes the contract prior to the expiration of the Original
Contract Time, the Owner will pay the Contractor an incentive payment of the Daily Value
amount specified in Item 20 of the Instructions to Bidders in the Contract Documents for
each calendar day the actual completion date precedes the Original Contract Time and
subject to the conditions set forth below. In the event the Contractor completes the Bridge
Construction prior to the expiration of the Bridge Construction Time, the Owner will paythe
Contractor an incentive payment specified in Item 20 of the Instructions to Bidders in the
Contract Documents. The term "Original Contract Time" and "Bridge Construction Time"
as used in herein will mean the number of calendar days established by the Owner for
completion of the work of the Contract and/ or Bridge Construction on the date the Contract
was executed and Bridge Construction begins as termed by the Owner. The term "calendar
day" as used in this Article will mean every day shown on the calendar. Calendar days will
be consecutively counted from commencement of Contract Time and/ or Bridge
4 -3 Specific Project Requirements
Construction Time regardless of weather, weekends, holidays, suspensions of Contractor's
operations, delays or other events as described herein. For purposes of the calculation and
the determination of entitlement to the incentive payment stated above, the Original
Contract Time and/ or Bridge Construction Time will not be adjusted for any reason, cause
or circumstance whatsoever, regardless of fault, save and except in the instance of a
catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or
other situations as declared by the Owner). The parties anticipate that delays may be caused
by or arise from any number of events during the course of the Contract and/ or Bridge
Construction, including, but not limited to, work performed, disruptions, permitting issues,
actions of suppliers, subcontractors or other contractors, actions by third parties, weather,
weekends, holidays, or other such events, forces or factors sometimes experienced in
roadway construction work. Such delays or events and their potential impacts on
performance by the Contractor are specifically contemplated and acknowledged by the
parties in entering into this Contract, and shall not extend the Original Contract Time and/ or
Bridge Construction Time for purposes of calculation of the incentive payment set forth
above. Further, any and all costs or impacts whatsoever incurred by the Contractor in
accelerating the Contractor's work to overcome or absorb such delays or events in an effort
to complete the Contract prior to expiration of the Original Contract Time and/ or Bridge
Construction Time, regardless of whether the Contractor successfully does so or not, shall
be the sole responsibility of the Contractor in every instance. In the event the project is
altered by work deleted, change orders, supplemental agreements, utility conflicts, design
changes or defects, extra work, right of way issues, or other situations which are not the fault
of or a direct result of contractor negligence which may impact the critical path of the
project construction schedule, the Owner may choose to negotiate the extension or reduction
of the Original Contract Time and/ or Bridge Construction Time with the Contractor.
In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency,
national strike, or other situations as declared by the Owner) directly and substantially
affecting the Contractor's operations on the Contract, the Contractor and the Owner shall
agree as to the number of calendar days to extend the Original Contract Time and/ or Bridge
Construction Time so that these such extended "Times ", will be used in calculation of any
incentive payment. In the event the Contractor and Owner are unable to agree to the number
of calendar days to extend the Original Contract Time and/ or Bridge Construction Time, the
Owner shall unilaterally determine the number of calendar days to extend the Original
Contract Time and/ or Bridge Construction Time reasonably and necessary and due solely to
such catastrophic event and the Contractor shall have no right whatsoever to contest such
determination, save and except that the Contractor establishes that the number of calendar
days determined by the Owner were arbitrary or without any reasonable basis. The
Contractor shall have no rights under the Contract to make any claim arising out of this
incentive payment provision except as is expressly set forth in this Provision. As conditions
precedent to the Contractor's entitlement to any incentive the Contractor must:
1. Actually complete all Contract requirements, including the completion of all punch list
work, and obtain final acceptance by the Owner prior to expiration of the Original
Contract Time and/ or Bridge Construction Time.
4 -4 Specific Project Requirements
2. The Contractor shall notify the Owner in writing, within 30 days after the final
acceptance of the Contract by the Owner, that the Contractor elects to be paid the
incentive payment which the Contractor is eligible to be paid based on the actual final
acceptance date, and such written notice shall constitute a full and complete waiver,
release and acknowledgement of satisfaction by the Contractor of any and all claims,
causes of action, issues, demands, disputes, matters or controversies, of any nature or
kind whatsoever, known or unknown, against the Owner, its employees, officers, agents,
representatives, consultants, and their respective employees, officers and representatives,
the Contractor has or may have, including, but not limited to, work performed, work
deleted, change orders, supplemental agreements, delays, disruptions, differing site
conditions, utility conflicts, design changes or defects, time extensions, extra work, right
of way issues, permitting issues, actions of suppliers or subcontractors or other
contractors, actions by third parties, shop drawing approval process delays, expansion of
the physical limits of the project to make it functional, weather, weekends, holidays,
suspensions of Contractor's operations, extended or unabsorbed home office or job site
overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark -up on
subcontractor work, acceleration costs, any and all direct and indirect costs, any other
adverse impacts, events, conditions, circumstances or potential damages, on or
pertaining to, or as to or arising out of the Contract. This waiver, release and
acknowledgement of satisfaction shall be all- inclusive and absolute, save and except any
routine Owner final estimating quantity adjustments.
Should the Contractor fail to actually complete the Contract and obtain final acceptance by
the Owner prior to expiration of the Original Contract Time and/ or Bridge Construction
Time, or should the contractor, having timely completed the Contract and obtained final
acceptance by the Owner prior to expiration of the Original Contract Time and/ or Bridge
Construction Time, but having failed to timely request the incentive payment for any reason,
and including but not limited to the Contractor choosing not to fully waive, release and
acknowledge satisfaction as set forth in (2) above, the Contractor shall have no right to any
payment whatsoever under this Article. Notwithstanding the Contractor's election or non-
election of the incentive under this provision, the disincentive provision applies to all
circumstances where the work in the Contract is not finally accepted by the Original
Contract Time and/ or Bridge Construction Time.
As noted in the plans and in Item 20 of the Instructions to Bidders in the Contract
Documents, Bethel Road Bridge may be completely closed to traffic for a maximum of 150
Calendar days. Should the Contractor fail to comply with these requirements, the
Contractor shall have no right to any incentive payment whatsoever under this Article.
Should the Contractor fail to complete the Contract on or before the expiration of the
Original Contract Time and/ or Bridge Construction Time, as adjusted in accordance with
the provisions above, the Owner shall deduct from the moneys due the Contractor the Daily
Value specified in the Contract Documents for each calendar day completion exceeds the
Original Contract Time and/ or Bridge Construction Time. This deduction shall be the
disincentive for the Contractor's failing to timely complete the Contract. This shall be
strietly enforced.
4 -5 Specific Project Requirements
In the event the Contractor elects to exercise this incentive payment provision, should this
provision conflict with any other provision of the Contract; the Contract shall be interpreted
in accordance with this provision. Any reference to "Substantially Complete" shall be
interpreted to be complete with the Contract with no work remaining on the project.
1.7 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 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by
the owner as shown on the plans. The Contractor shall be responsible for layout and staking
of all grades and lines for construction utilizing qualified survey personnel. The Contractor
shall preserve all stakes or markings until authorized by the Engineer to remove same. The
Contractor shall bear the cost of the re- establishing any control or construction stakes
destroyed by either him or a third party and shall assume the entire expense of rectifying
work improperly constructed due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shall be
considered as full compensation for these requirements.
1.9 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.
1.10 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 Owner
does not alleviate the contractors' responsibility for his own quality assurance /quality control
testing. Contractor shall replace any deficient construction items.
1.11 SUSPENSION OF WORK: If the work should be stopped or suspended under any order
of the court, or other public authority, the Owner may at any time during suspension upon
seven days written notice to the Contractor, terminate the Contract. In such an event, the
Owner shall be liable only for payment for all work completed plus a reasonable cost for
4 -6 Specific Project Requirements
any expenses resulting from the termination of the Contract, but such expenses shall not
exceed $5,000.
1.12 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal
of trees that obstruct the installation of the improvements as outlined for this project in these
Contract Documents. The penalty for the removal or destruction of a tree without obtaining
written permission from the Engineer shall be $500.00 per caliper inch payable to the
Owner. If damage is occurring or is likely to continue, tree guards shall be erected when so
directed by the Engineer at the Contractor's expense.
1.13 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent Superintendent capable of reading the plans and
specifications and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
114 WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law to protect
persons and property while said persons or property are approaching, leaving or within the
work site or any area adjacent to said work site. Compensation will be paid to the
Contractor for the installation or maintenance of any warning devices, barricades, lights,
signs or any other precautionary measures required by law for the protection of persons or
property under pay item to Furnish, Install and Maintain Traffic Control Devices.
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site
and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-
way or public place, the Contractor shall at his own cost and expense provide such flagmen
and watchmen and furnish, erect and maintain such warning devices, barricades, lights,
signs and other precautionary measures for the protection of persons or property as are
required by law. The Contractor shall submit a traffic control plan to be reviewed by the
City prior to the beginning of work. In preparing the traffic control plan, the contractor shall
take into account that the project will be constructed in multiple phases. The contractor
shall be responsible for placing notices on private residences prior to the beginning of each
phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or
after 4:00 pm. The Contractor's responsibility for providing and maintaining flagmen,
watchmen, warning devices, barricades, signs, and lights, and other precautionary measures
shall not cease until the project shall have been fully and finally accepted by the Owner.
4 -7 Specific Project Requirements
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 warming devices, barricades, signs, lights, or
other precautionary measures in protecting said property, and whenever evidence is found of
such damage, the Engineer may order the damaged portion immediately removed and
replaced by and at the cost and expense of the Contractor. If the damages are not corrected
in a timely fashion, then the City shall have the right to repair the damage and charge the
cost back to the Contractor. All of this work is considered incidental to pay item I -48 —
Traffic Control.
1.15 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
In regards to existing utilities, structures and other property within, crossing or adjacent to
the site, the Contractor understands and accepts the following conditions:
a. Prior to any excavation, the Contractor shall determine the locations of all existing
water, gas sewer, electric, telephone, telegraph, television, and other underground
utilities and structures. This includes the water and sanitary sewer services.
b. After commencing the work, the Contractor will use every precaution to avoid
interferences with existing underground and surface utilities and structures, and
protect them fiom damage.
C. Where the Iocations of existing underground and surface utilities and structures are
indicated, these locations are generally approximate, and all items that may be
encountered during the work are not necessarily indicated. The Contractor shall
determine the exact locations of all items indicated, and the existence and locations
of all items not indicated.
d. The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private property, whether it is below ground or
above ground, and he shall bear sole responsibility to settle the total cost of all
damage suits which may arise as a result of this operations.
e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction directly with the appropriate utility
company.
1.16 DRAINAGE: The Contractor shall maintain adequate drainage at all times.
4 -8 Specific Project Requirements
1.17 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.
1.18 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 fiom any portion of the
job site when it becomes objectionable or interferes with the progress of the project, and/or
when requested to do so by the Owner.
Final Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new - appearing condition.
1.19 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.
1.20 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings,
brush or other debris removed from the site as a preliminary to the construction of the
various improvements shall be removed from the property by the Contractor. Any required
burning and/or disposal permits shall be the sole responsibility of the Contractor.
All excavated materials in excess of that required for backfilling shall be removed from the
job site and disposed of in a satisfactory manner by the Contractor.
1.21 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement
for securing and transporting all water required in the construction of this project, including
water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The
Contractor shall provide water as required at his own expense.
1.22 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 -9 Speck Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
A. Contractor to submit Shop Drawings, Product Data and Samples as required by the
Contract Documents and as specified in other sections of the specifications.
1.2 SHOP DRAWINGS:
A. As soon as practicable after contract award, submit to the Engineer, for review, the
required number of bound copies of shop drawings of all items as specified in the
various sections of these specifications, accompanied by letters of transmittal.
B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data
for materials and equipment; showing dimensions, performance characteristics, and
capacities and other pertinent information as required to obtain approval of the items
involved,
C. No work requiring shop drawings will be executed until review and acceptance of
such drawings has been obtained,
1,3 PRODUCT DATA:
A. Preparation:
1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
B. Manufacturers standard schematic drawings and diagrams:
1. Modify drawings and diagrams to delete information that is not applicable to
the work.
2. Supplement standard information to provide information specifically
applicable to the work.
1.4 SAMPLES: Provide samples as indicated in other parts of these specifications.
1.5 CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
B. Determine and verify:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar data.
4. Conformance with specifications.
4 -10 Specific Project Requirements
C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work that requires submittals until return of submittals with Engineer's
review.
E. Keep one (1) approved copy of shop drawings or product data at job site at all times.
1.6 SUBMISSION REQUIREMENTS:
A. Make submittals promptly and in such sequence as to cause no delay in the work or
in the work of any other contractor.
B. Number of submittals required:
1. For shop drawings and product data: Submit the number of copies that the
contractor requires, plus two that will be retained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project title.
3. The names of:
a. Contractor
b. Supplier
c. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the work or materials.
7. Applicable standards, such as ASTM or Federal Specification numbers.
S. Identification of deviations from Contract Documents.
9. Identification of revisions on re- submittals.
10. Contractor's stamp, initialed or signed, certifying to review of submittal,
verification of products, field measurements and field construction criteria,
and alcoordination 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.
D. REVIEW:
1. Shop drawing and product data information review will be general. Such
review will not relieve the contractor of any responsibility and work required
by the Contract.
2. Satisfactory shop drawings will be so designated and all sets, except four (4),
returned to the Contractor. Rejected shop drawings will be so designated
4 -11 Specific Project Requirements
and all sets except two (2) will be returned to the Contractor, with indications
of the required corrections and changes.
3. Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
1.7 RESUBMISSION REQUIREMENTS:
A. Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes that have been made other than those requested by the
Engineer.
1.8 ENGINEER'S RESPONSIBILITIES:
A. Review submittals with reasonable promptness.
B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or
acceptance of submittal.
C. Return submittals to Contractor for distribution, or for resubmission.
4 -12 Specific Project Requirements