WA1004-CN140107 T H E • C I T Y O F
COFFELL
it
As I
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
SH 121 Water Line Relocation
(Sandy Lake Road to North Coppell Road)
THE CITY OF COPPELL
Bid No. Q-1013-02
Construction CSJ#: 0364-02-017
Right of Way CSJ#: 0364-02-020
Prepared by
4**A, t
f agua nail 1 parkins
TBPE Registration No.F-230
e CASEY R. Mc8R00M 104!/2a1
to
�o� C`1 U104o `���i
W4
h::o`:
4'~
October
2013
ADDENDUM NO. 1
CONSTRUCTION PLANS
FOR
SH 121 WATER LINE RELOCATION
(SANDY LAKE ROAD TO NORTH COPPELL ROAD)
Addendum No. 1 Issue Date: October 24th, 2013
Original Bid Receipt Date: October 29th, 2013 @ 10:00 a.m.
This addendum forms part of the contract documents referenced above and modifies the
original Contract Documents. Acknowledge receipt of this addendum by signing and
attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid
Proposal and on the outer envelope of your bid.
PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION:
General Items:
• Hydromulch shall be removed from Bid Item No. 30 (Restore Right of Way) and
bid under a separate Bid Item No. 31. Block sodding shall remain under Bid Item
No. 30 and shall only be required where improved areas already containing
sodding were disturbed.
• It is the contractor's responsibility to determine the depth of the vaults needed for
Bid Item No. 22. If assistance is needed for accessing the vaults, please contact
the respective property owners.
Bid Items:
• Bid Item 30–This bid item shall no longer contain the work for Hydromulch.
• Bid Item 31 – This bid item is for Hydromulching disturbed areas associated with
the water line installation in the sum of 6000 square yards (SY).
All other provisions of the plans, specifications and contract document for the project
which are not expressly amended herein shall remain in full force.
Failure to return a signed copy of the addendum with the Proposal shall be grounds for
rendering the bid non-responsive. A signed copy of this addendum shall be placed into
the Proposal at the time of bid submittal.
Rece' t Acknowledged:
By: k-u tA_-' —
Title: ck M ) P' –
1 ADDENDUM NO. 1
TABLE OF CONTENTS
Page #
Section 1 - Bidding Documents 1-3
Notice to Bidders 1-6
Instructions to Bidders 1-8
Bid Form/Proposal/Bid Schedule 1-22
Prevailing Wage Rates 1-27
Bid Affidavit 1-28
Conflict of Interest 1-30
Section 2 - Contract Documents 2-1
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.#94-643) 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
City of Coppell Project Sign 6-2
Planting Irrigation 6-3
Modular Concrete Block Retaining Wall 6-15
SECTION 1
BIDDING
DOCUMENTS
T H E • C I T Y • O F
COPPELL
A s 1 a
1-2 Bidding Documents
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the construction of SH 121 Water Line Relocation,
(Sandy Lake Road to North Coppell Road) (Project No. WA 10-04). The work shall
consist of the installation of approximately 5.900 LF of 12" C900/DR 14 PVC Water Line
along SH 121 from Sandy Lake Road to North Coppell Road 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$50.00 from the office of Teague
Nall and Perkins, 17304 Preston Road, Suite 1340, Dallas, Texas 75252, telephone (214)
461-9867. Digital copies of the bidding documents can be downloaded at
www.BidSync.com. Bidding documents also may be examined free of charge at the offices
of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. To ensure
proper notification of Addendums, make sure that you are a registered plan holder on the
plan holder's list.
Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction
of SH 121 Water Line Relocation (Project No. WA 10-04) will be received in the
Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00
a.m., October 29, 2013, 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-1013-02
designated clearly on the exterior of the bid envelope.
A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the
Engineering Department (255 Parkway Boulevard) at 10:00 a.m. on October 22, 2013.
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.
1-3 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" or "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" or "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 "Consulting Engineer" or "Design
Engineer" is used in the Specifications and Contract Documents, it shall be
understood as referring to the Design Engineer or his authorized representative,
Teague Nall and Perkins, Inc., 17304 Preston Road Suite 1340, Dallas, Texas
75252.
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 installation of 5,900 LF of 12" PVC water line along SH
121 from Sandy Lake Road to North Coppell Road and all appurtenant work
necessary to complete construction of the project.
The overall scope of work shall include all components necessary for the "turnkey"
construction of the project as shown in the plans for the SH 121 WATER LINE
RELOCATION (Sandy Lake Road to North Coppell Road) (Project No. WA 10-
04). The Contractor for this project shall be responsible for coordinating with the
1-5 Bidding Documents
residents regarding driveway access, mail/trash pickup (as applicable) and available
street parking within the project.
3. Copies of Bidding Documents.
3.1 Bidding documents, including Construction Plans, Construction Specifications and
Contract Documents, may be obtained for a non-refundable cost of$50.00 from the
office of Teague Nall and Perkins, 17304 Preston Road, Suite 1340, Dallas, Texas
75252, telephone (214) 461-9867. Digital copies of the bidding documents can be
downloaded at www.BidSvnc.com. Bidding documents also may be examined free
of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard,
Coppell, Texas or Teague Nall and Perkins, Inc., 17304 Preston Road Suite 1340,
Dallas, Texas, 75252.
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$50.00 per set.
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 Coppell, 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 (must be submitted 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.
1-6 Bidding Documents
B. Past Project Experience (must be submitted within five (5) days if
requested): A list of comparable projects completed within the previous five
years including approximate cost(s), quantities, and completion date(s).
C. Equipment (must be submitted within five (5) days if requested): 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 (must be submitted 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 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 (must be submitted within five (5) days if requested):
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 (must be
submitted within five (5) days if requested).
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. 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 the existing SH 121 eastbound frontage road
between Sandy Lake and North 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, 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
1-7 Bidding Documents
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 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 Time.
8.1 The time of completion of the project will be set at 100 calendar days.
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 108.8 of the General Provisions.
9. Liquidated Damages.
Liquid damages in the amount of $240.00 per calendar day beyond 100 calendar
days will be assessed until the project is complete.
10. Substitute or"Or-Equal" Items.
The Contract, if awarded, will be on the basis of materials and equipment described
in the Drawings or specified in the Specifications without consideration of possible
substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified
in the Specifications that a substitute or"or-equal" item of material or equipment may
be furnished or used by Contractor if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the Effective Date of the
Agreement. No substitutions should be considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
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
1-9 Bidding Documents
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 of these Instructions to Bidders. All blank spaces in the form
shall be correctly filled in and the bidder shall state the prices, both in words and
numerals, for which it purposes to do the work contemplated or furnish the
material required. Such prices shall be written in ink distinctly and legibly. In cases
of discrepancy between the price written in words and price written in figures, the
OWNER shall select the one most favorable to the OWNER. 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 (name) - (corporate title) ."
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.
1-10 Bidding Documents
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.
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, 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, 10:00 a.m., October 29. 2013, 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-
1013-02 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: SH 121
Water Line Relocation (Proiect No. WA 10-04) 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.
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.
1-11 Bidding Documents
17. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for,
conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner
reserves the right to waive any irregularities in the bids as received and to reject 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. 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 = The correct summation of the products of the estimated quantities
shown in the proposal, multiplied by their 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. 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.
19.3 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
1-12 Bidding Documents
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.
19.5 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. N/A
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.
22. 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.
23. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not
hire nor work any illegal alien.
24. 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 for 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.
25. 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
1-13 Bidding Documents
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:
a) materials incorporated into the project; and
b) labor, equipment, supervision and materials not incorporated into the project.
26. 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.
27. 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.
28. 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.
29. 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.
30. 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.
31. 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 re-inspections. 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
1-14 Bidding Documents
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.
32. 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 advance-notice is required.
All overtime incurred by the City for inspection services and any overtime incurred
by the testing laboratory shall be paid by the Contractor. If not paid, such cost may
be deducted from partial payments. The pay rate for Inspector overtime charges will
be $54/hr.
33. Payment.
Contractor shall submit Applications for Payment in accordance with Item 109.5 of
the General Provisions. Applications for Payment will be processed by Engineer as
provided in the General Provisions.
34. Documentation of Existing Conditions.
Contractor must prepare a video and provide a copy to City of existing conditions
within entire work area prior to the start of construction. This is subsidiary to the pay
item for Right-of-way Preparation.
35. 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:
a) Certified or cashier's check made payable to the Owner.
b) 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.
36. Bonds
Performance, Payment and Maintenance Bonds are required for this project and
shall be provided in accordance with the General Conditions.
1-15 Bidding Documents
BID FORM
PROJECT IDENTIFICATION: SH 121 Water Line Relocation
(Sandy Lake Road to North Coppell Road)
Project No. WA 10-04
Coppell, Texas
BID OF ' A O UI ( & S (1(2-. DATE 70(2A ( 3
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
do Purchasing Agent
255 Parkway Boulevard
P.O. 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q-1013-02
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: 24 (3
Rec'd:
1-16 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 of exploration and tests 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.
(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.
1-17 Bidding Documents
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to BIDDER.
(h) This bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person,
firm or corporation to refrain from bidding; and BIDDER has not sought by
collusion to obtain for itself any advantage over any other Bidder or over
OWNER.
(i) It is understood and 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 otherwise in the Contract Documents.
4. BIDDER understands that the work will be completed in one phase. Plans for
phasing or move-ins by utility and paving contractors will require approval by the
Engineer. It is understood and agreed that all work under this contract will be
completed within the specified 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 heavy traffic volume along the
roadway and accessibility requirements to & from adjacent streets, neighborhoods
and properties, which could affect productivity.
7. BIDDER will complete the Work for the following price(s):
1-18 Bidding Documents
*tnp
ins
%MaIuI not&
SH 121 Water Line Relocation
Project No.CPL13080
City of Coppell
ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
1 1 LS Mobilization
,complete in place,for the sum of
14(RT( 71-1O1t5A1►-1 r) Dollars
and N a Cents $ O O "30 0 C ' u v`
per lump sum. $
2 2 EA Project Sign
,complete in place,for the sum of
F(VC *LOP) -E'?
/ Dollars
and 7 (o Cents vv t)..)c
per each. $ J V $ (00D . _
3 1 LS Right of Way Preparation
,complete in place,for the sum of
e er c I�„us Dollars
r J ry LO
and l� Cents C
per lump sum. $ I( 1000. $ (J O t -
4 1 LS Furnish, Install and Maintain Temporary Traffic Control Devises&Detours
,complete in place,for the.sum of n��G 1
1 i,i (I/,VuSA& ) FR) 4,,,tpe i Dollars
vJ v,a
and Cents a �Jo.. _ . 5.-V
per lump sum. $ I $ 2
5 1 LS Furnish, Install,Maintain and Remove Erosion Control Devices
,complete in place,for the sum of � `/
11,1,- �'" # 7�
Dollars
') J
and Cents Q 00 q 00p
per lump sum. $ ( $
6 62 SY Remove&Replace 6"Conrete Pavement
,complete in place,for the sum of
_(4: `.( J Dollars
and 1 Cents O (�/ M0
per square yard. $ Q • $ 7 U
* tnp
tw'u.non&parkins
SH 121 Water Line Relocation
Project No.CPL13080
City of Coppell
ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
13 10 EA Fire Hydrant Assembly
,complete in place,for the sum of �-; t {��.}�
1_uUM--Tt—%u-s�6e,� r(ve_"(al•-1P _-` Dollars '�1�,e
and r-'r'v Cents C U
per each. $ ( 0t). $ cirCatia
14 180 LF Dry Bore for 12"Water Line
,complete in place,for the sum
Si `+! i c/ H.VA— Dollars Go
and /413 Cents /_ $
1 t I 7-13c-
per linear foot. $ l�
15 185 LF Bore,Furnish&Install 24"Casing Pipe for 12"PVC Water Line
,complete in place,for the sum of
-rlt�L ttgtk C\I`T 1 Dollars
W Gv
and ° Cents �j(�r �U - �-
per linear foot. $ 7♦ $ ��
i
16 1 EA 3"Gate Valve
,complete in place,for the sum of nn�
�o��` l"0 l�--� Dollars
Gk..? Gv
and a Cents '-. uv. (......6c)
per each. $ lf'/ $
17 10 EA 6"Gate Valve
,complete in place,for the sum of ��f/
E(St t)1Z�� Dollars
p"+ Go
and f ° Cents 4y
per each. $ O $ Ul m`
18 2 EA 8"Gate Valve
complete in place,for the sum of
6 L( —U4)A.1. ft/J /4° Dollars
v- 1/-0
and 0 Cents Ub .t1
—.- O J ✓
per each. $ $ '
A to
Naew nail a ins
SH 121 Water Line Relocation
Project No.CPL 13080
City of Coppell
ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
19 14 EA 12"Gate Valve
,complete in place,for the sum offj /,' / �y
1�p us,.fi f f' z Lu,-(b " Dollars
w
and ° Cents ;(1 U J, b--
per each. $ $
i
20 6 EA Install 2"Water Service,Meter,Meter Can&Setter
,complete in place,for the sum of
�U / " / ) , ,` ra�hhw
9Dollars
and Cents f'`'
per each. $ ? 2-a a' '— $ IS/,2--0. •
i
21 2 EA 8"Double Detector Check Valve
,complete in place,for the�sum of
B T(L-4 /"rt""CI.(A`di 6 Dollars
C,J CO
and W, Cents looD .i /V 60 ■
per each. $ /v $
i
22 2 EA 8'x7'Precast Concrete Vault
,complete in place,for the sum of
cl>• IAA>tsLc c( —
and Cents
per each. $ CU v. $ g oU c7"
23 2 EA Type'1'Air-Release Valve
,complete in lace,for the sum of A - Q/�`-�
\� IA-Pc ` ) Dollars
`Y
and 6 Gv r
Cents V��� —•- t'Zi (>J ,
per each. $ i $
24 2 EA Type'1'Blow Off Assembly for 12"PVC Water Line
,complete in place,for the sum of '/
�-4LC l'"'at`S e �v� (.,ALA he Dollars
and , Cents �.— CA-,
per each. $ 2,S `.D. $ SU tl c) .
tnp
league nen a parkins
SH 121 Water Line Relocation
Project No.CPL13080
City of Coppell
ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
25 1 EA 12"x12"Tapping Sleeve&12"Valve
,complete in place,for the sum.of
CC f
v0 C�•/'�L_gkl( •1-rola 4,0�
A Dollars
G v
and '� Cents J
per each. $ c�Z��' $ ��
26 1 EA Connect to Existing 3"Water Line
,complete in place,for rthe sum of c)(U.� ,0.-o ' Dollars
and 0 Cents L n C....,per each. $ SVJ. ---- $ 500 ."---
27 2 EA Connect to Existing 8"Water Line
ccomplete in pla for the sum of f� �4
eu) - 4� `, l.( l Dollars
and Cents "Z�'V .-- ,se---0,
per each. $ 77 �� $
28 2 EA Connect to Existing 12"Water Line
,complete in place,for the sum of
cCA 4— Li.€11^'`(0 Dollars
CO
and V Cents 00
per each. $ (00b • $ IOC X) •
29 6006 LF Trench Safety for Water Line
,complete inplce,for the sum of
0 Dollars
and 5,42.V0-r^-� � —' Cents g JJJ
per linear foot. $ $ �r� 6�•
30 1 LS Restore Right of Way
comp! to in placefortheesum of
�WU v L"`''� 4 Dollars
0". W
and J Cents / ,i
per lump sum. $ l Z oo $ t;Vp9 '
�to
Nagy*net& ins
SH 121 Water Line Relocation
Project No.CPL13080
City of Coppell
ITEM ESTIMATED UNIT DESCRIPTION OF ITEMS WITH UNIT TOTAL
NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
31 6000 SY Hydromulch
,complete in place,for the sum o�
Dollars
Chu
and Cents `r / .�
per square yard. $ $ lo00C).
BID SUMMARY— BID NO. Q-1013-02
SH 121 WATER LINE RELOCATION
SD
TOTAL BID ITEMS $ bct , 2O
CONSTURCTION TIME 100 CALENDAR DAYS
8. 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 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).
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.
1-19 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 (0(2-9 2-9 ?6'
Signature:
1-20 Bidding Documents
PREVAILING WAGE RATES
Classification Hourly Rate Classification Hourly Rate
CONCRETE FINISHER(Paving&Structures) TRUCK DRIVER
14.12 Lowboy-Float 16.24
Off Road Hauler 12.25
ELECTRICIAN 19.80 Single Axle 12.31
Single or Tandem Axle Dump Truck 12.62
FORM BUILDER/FORM SETTER Tandem Axle Tractor with Semi Trailer 12.86
Paving &Curb 13.16 Transit-Mix 14.14
Structures 13.84
WELDER 14.84
LABORER
Asphalt Raker 12.69
Flagger 10.06
Laborer, Common 10.72
Laborer, Utility 12.32
Pipelayer 13.24
Work Zone Barricade Servicer 11.68
POWER EQUIPMENT OPERATOR
Asphalt Distributor 15.32
Asphalt Paving Machine 13.99
Broom or Sweeper 11.74
Concrete Pavement Finishing Machine 16.05
Concrete Saw 14.48
Crane Operator, Lattice Boom 17.27
80 Tons or Less
Crane Operator, Lattice Boom over 20.52
80 Tons
Crane, Hydraulic 80 Tons or Less 18.12
Crawler Tractor 14.07
Excavator, 50,000 pounds or less 17.19
Excavator, over 50,000 pounds 16.99
Foundation Drill,Truck Mounted 21.07
Foundation Drill, Crawler Mounted 17.99
Front End Loader 3 CY or Less 13.69
Front End Loader, over 3 CY 14.72
Loader/Backhoe 15.18
Mechanic 17.68
Milling Machine 14.32
Motor Grader, Fine Grade 17.19
Motor Grader, Rough 16.02
Pavement Marking Machine 13.63
Reclaimer/Pulverizer 11.01
Roller,Asphalt 13.08
Roller, Other 11.51
Scraper 12.96
Small Slipform Machine 15.96
Spreader Box 14.73
Servicer 14.58
Steel Worker(Reinforcing) 16.18
1-21 Bidding Documents
THE AMERICAN INSTITUTE OF ARCHITECTS
.iilii# ,
•
1-
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
Barson Utilities, Inc.
5326 West Ledbetter, Dallas,TX 75236
as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety)
Washington International Insurance Company
12750 Merit Drive,Suite 500, Dallas,Texas, 75251
a corporation duly organized under the laws of the State of New Hampshire
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Coppell
255 Parkway Blvd., Coppell,TX 75019-2602 (Here insert full name and address or legal title of Owner)
as Obligee, hereinafter called the Obligee, in the sum of
Five Percent of the Greatest Amount Bid Dollars ( 5% GAB )
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for (Here insert full name,address and description of project)
SH 121 Water Line Relocation (Sandy Lake Road to North Coppell Rd)
NOW, THEREFORE, if the Obligee, shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee,
in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the
Principal shall pay to the Obligee, the difference not to exceed the penalty hereof between the amount specified in said bid and such
larger amount for which the Obligee, may in good faith contract with another party to perform the Work covered by said bid, then this
obligation shall be null and void,otherwise to remain in full force and effect.
Signed and sealed this 29th day of October, 2013
Barson Utilities, Inc.
:Art"—' al) (Seal)
(Witness) C/
(Title)
Washington International Insurance (Surety) (Seal)
Company
9t
(Witness)
Debra L. Moon (Title) Attorney-in-Fact
MA DOCUMENT A310-BID BOND-AIA®-FEBRUARY 1970 ED-THE AMERICAN
INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006
Printed on Recycled Paper 9/93
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International
Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg,Illinois,each does hereby make,constitute and appoint:
SAMMY JOE MULLIS,JR.,JOHN WILLIAM NEWBY,PATRICIA LEE BARTLETT,JULIE STORM,CHERI LYNN IRBY,
WILBERT RAYMOND WATSON,CAROLYN J.GOODENOUGH,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA L.MOON,
ANDREA ROSE CRAWFORD,MARY JO ZAKRZEWSKI and TROY RUSSELL KEY JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
otionlostof
gam;y�AVtiigiT.G� �(T GORFOjI�•T�G
YY�T'' F•; $
_` SEAL F•.
�L :1:%1 Steven P.Anderson,Senior Vice President of Washington International Insurance Company g SEAL
`s aye 1973 4r.n M1 &Senior Vice President of North American Specialty Insurance Company of .(,,, tm�
-Onmotioto By ..
David M.Layman,Vice President of Washington International Insurance Company
&Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 21st day of December ,2012 .
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 21st day of December ,2012 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman,
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
N"OFFICIAL SEAL" e iDdYivaa
DONNA D.SKLENS
o Notary Public,State of Illinois I Donna D.Sklens,Notary Public
My CommissiooExpires 10)06/2015
I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 29th day of October ,20 13
Jeffrey Goldberg,Vice President&Assistant Secretary of
Washington International Insurance Company&North American Specialty Insurance Company
North American Specialty Insurance Company
Washington International Insurance Company
TEXAS CLAIMS INFORMATION
IMPQRTANT NOTICE ADVISO IMPORTANTE
In order to obtain information or make a complaint: Para obtener informacion o pare someter un queja:
You may contact Jeffrey Goldberg,Vice President— Puede comunicarse con Jeffrey Goldberg,Vice
Claims at 1-800-338-0753 President— Claims,al 1-800-338-0753
You may call Washington International Insurance Usted puede llamr al numero de telefono gratis de
Company and/or North American Specialty insurance Washington International Insurance Company and/or
Company's toll-free number for information or to North American Specialty Insurance Company's pare
make a complaint at: informacion o para someter una queja al:
1-800-338-0753 1-800-338-0753
You may also write to Washington International listed tambien puede escribir a Washington
Insurance Company and/or North American Specialty International Insurance Company and/or North
insurance Company at the following address: American Specialty Insurance Company al:
475 N. Martingale Road 475 N. Martingale Road
Suite 850 Suite 850
Schaumburg,IL 60173 Schaumburg,IL 60173
You may contact the Texas Department of Insurance Puede escribir al Department°de Seguros de Texas
to obtain information on companies, coverages, pars obtener informacion acerca de companies,
rights or complaints at: coberturas,derechos o quejas al:
1-800-252-3439 1-800-252.3439
You may write the Texas Department of Insurance: Puede escribir al Department°de Seguros de Texas:
P.O. Box 149104 P.O. Box 149104
Austin,TX 78714-9104 Austin,TX 78714-9104
Fax: (512) 475-1771 Fax: (512)475-1771
Web: http:L/www:tdi.state.tx.us Web: http://www,tdi.state.tx.us
Email:ConsumerProtection @tdi,state.tx.us Email: ConsumerPratection @tdf.state,tx.us
PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS:
Should you have a dispute concerning your premium Si tiene una dispute concerniente a su prima o a un
or about a claim you should first contact the reclamo, debe comunicarse con el Washington
Washington International Insurance Company and/or International Insurance Company and/or North
North American Specialty Insurance Company. If the American Specialty Insurance Company primer°. Si
dispute is not resolved, you may contact the Texas no se resuelve la disputa, puede entonces
Department of Insurance. comunicarse con el Department°de Seguros de
Texas.
ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA
This notice is for information only and does not Este aviso es solo pare proposito de infromacion y no
become a part or condition of the attached se converse en parte o condicion del document°
document. adjunto.
Revised 5/12 475 N.Martingale Road,Suite 850.Schaumburg,IL 60173
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 J COUNTY OF )A (1.4-5.
BEFORE ME,the undersigned authority, a Notary Public in and for the State of l E5 , on this
day personally appeared ER..c.- 1Jetcb r who after being by me
Name
duly sworn, did depose and say:
1, et21 C- ('CSo J am a duly authorized office/agent for
-' A&SarSamMe-c LC (A.'-- - and have been duly authorized to execute the
Name of Firm c
foregoing on behalf of the said "7itic.Itco Id `-( - t
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: '}�SO M ��Z`�"" _c lIt C .
c-32. if. (. lice.-4e_r - �4(,La-S, -r q-cz 3'
Telephone: (214 ) °14k-Q11-)0 by: 02-1C- ( -(Q 0,-
Title: 2-C(4\ ` b Signature: (elLcCJAtiON-'
SUBSCRIBED AND SWpRN to before me b the above named
r1,c l
on this the 2 .,,— day of M 20
� y � t3
-■- - -■- - - - - - - Not.- ,Pu• 'c in an• •r the .•tate of ._r
� n
MICHAEL W MILLIGAN 1 i' !l/ ` 4,iffer •_
! My Commission Expires
April 7,2014 1 �0�
tl
1-28 Bidding Documents
If BIDDER IS:
An Individual
By (Seal)
(Individual's Name)
doing business as
Business address
Phone No.
A Partnership
By (Seal)
(Firm Name)
(General Partner)
Business address
Phone No.
A Corporation /
By 'jA ot" (,)�CWF6 J, (n(
(Corporation Name)
Ti KAS
By 4 (St fInco rporation)
a--11L
(Name of person authorized to sign)
(Title)
(Corporate eal)
Attest
(Secre ry) /-
Business address s3z4 (IJ. LEpB�''7e-2 'Zkl rS"Tt 1-C236
Phone No. 2t4-14(-s 00
A Joint Venture
By
(Name) (Address)
By
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is
a partner to the joint venture should be in the manner indicated above.)
1-29 Bidding Documents
CONFLICT OF INTEREST QUESTIONNAIRE
FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE
Government Code by a person doing business with the governmental entity. ONLY
Date
By law this questionnaire must be filed with the records administrator of the Received
local government not later than the 7th busi ness day after the date the
person becomes aware of facts that require the statem ent to be filed. See
Section 176.006, Local Government Code.
A person commits an offense if the person violates Section 176.006, Local
Government Code. An offense under this section is a Class C misdemeanor.
1 Name of person doing business with local governmental entity.
tikkt-C UN(
(1cLtc, (( c .
2 ❑ Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated com pleted questionnaire with the appropriate filing
authority not later than Septem ber 1 of the year for which an activity described in Section
176.006(a), Local Government Code, is pending and not later than the 7th business day after
the date the originally filed questionnaire becomes incomplete or inaccurate.)
3 Name each employee or contractor of the local governmental entity who makes
recommendations to a local government officer of the governmental entity with respect
to expenditures of money AND��deescribe the affiliation or business relationship.
NL
4 Name each local government officer who appoints or employs local government
officers of the governmental entity for which this questionnaire is filed AND describe
the affiliation or business relationship.
1-30 Bidding Documents
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
Page 2
For vendor or other person doing business with local governmental entity
5 Name of local government officer with whom filer has affiliation or business relationship.(Complete
this section only if the answer to A, B,or C is YES.
This section, item 5 including subparts A, B, C&D, must be completed for each officer with whom the filer has
affiliation or other relationship.Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer
of the questionnaire? ❑Yes ❑ No /ks
B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local
overnment officer named in this section AND the taxable income is not from the local governmental entity?
UYes ❑ No {E
A
C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government
officer serves as an officer or director,or holds an ownership of 10 percent or more?❑Yes ❑ No
D. Describe each affiliation or business relationship.
6
1=d1L16°‘ (0(ZC
Signature of person doing business with the governmental entity Date
1-31 Bidding Documents
SECTION 2
CONTRACT
DOCUMENTS
T H E • C I T Y • O F
COPPELL
/
q
A s •� t a
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the 7-1:k day of in the
year 20t(by and between the CITY OF COPPELL, TEXAS, a municipa corporation
(hereinafter called OWNER) and Fiarg4ithelitieS (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:
The work shall consist of the installation of 5,900 LF of 12" C900/DR 14 PVC Water
Line along SH 121 from Sandy Lake Road to North Coppell Road and all
appurtenant work necessary to complete construction of the project. Work shall
include all components necessary for the "turnkey" construction of the water line
and related improvements as shown in the plans for Project No. WA 10-04.
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:
SH 121 Water Line Relocation
(Sandy Lake Road to North Coppell Road)
PROJECT NO. WA 10-04
Bid No. Q-1013-02
Article 2. ENGINEER.
The Project has been designed by Teague Nall and Perkins, 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.
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 100 calendar days. The Contract time
commences to run as provided in Item 103.2 of the General Provisions, and the
2-2 Contract Documents
work shall be completed and ready for final payment in accordance with Item 109.5
of the General Provisions.
3.2. Liquidated Damages. As stated in Item 9 of the Instructions to Bidders, Liquid
damages in the amount of $240.00 per calendar day beyond 100 calendar days
will be assessed until the project 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 the Proposal and Bid Schedule, Section 1 of these contract
documents.
/ � S o
The total contract sum shall be the amount of: $ C?i r, . / 2 Q 2
The total tangible personal property cost �j
included in the contract sum is: $ J"
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 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 109.5 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.
5.1.1. Prior to Completion, progress payments will be made in an amount equal to
the percentage indicated in Item 109.5.2 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
109.4 of the General Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in
accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in
said Item 109.5.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
2-3 Contract Documents
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 102.3 of the General Provisions, and
accepts the determination set forth in Item SC-105.1.3 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 102.3 of the General
Provisions; and no additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data are or will be required by
CONTRACTOR for such purposes.
7.3. 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 all 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 102.3, 103.1 and 104.1 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.
2-4 Contract Documents
Article 8. CONTRACT 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),
including Performance Bond, Payment Bond and Maintenance Bond.
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: Standard Specifications for Public Works Construction — North Central
Texas Council of Governments Fourth Edition.
8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions
(pages 3-2 thru 3-10, inclusive).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the "SH 121 Water Line Relocation (Sandy Lake Road to
North Coppell Road)".
8.8. Drawings (Construction Plans) entitled: "SH 121 Water Line Relocation
(Sandy Lake Road to North Coppell Road)".
8.9. The following listed and numbered addenda: /
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 104.2 and 109.3 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 104.2 and 109.3 of the General Provisions.
2-5 Contract Documents
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 101. of the General
Provisions will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but without
limitation moneys that may become due and moneys that are due may not be
assigned without such consent (except 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,
assignors and legal representatives to the other party hereto, its partners,
successors, assignors 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 A. AL Assi L , 201-3:
OWNER: City of Coppell CONTACTOR: r�
255 Parkway Boulevard
Coppell,TX 75019
BY: BY: /146-14/6/
TITLE: MP A A-6e-k TITLE _ f 1.!.. Aitt• •• d ikre,
ATTEST: -��--1��%�2 L &14,, ATTEST"ilingragiVr1/4--
Address for giving notices: Address for giving notices: f
P.O. Box 9478 �3Z �� L t�e rC e Q.
Attn:Coppell, Texas 75019 k U A`
Attn: Ken Griffin, P.E. () l 1`
Dir. of Engineering/Public Works
(If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach
evidence of authority to sign and evidence of authority to sign.)
resolution or other documents
authorizing execution of Agreement.)
2-7 Contract Documents
Certificate of Insurance
After award of contract, Contractor will provide Owner With Certificate of Insurance, which
will be executed and bound here with final documents.
Please see the Standard Specifications for Public Works Construction— North Central
Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required.
• Contractor's Insurance
o Worker's Compensation—As set forth in the Workers Compensation Act
o Commercial General Liability- $1,000,000 Accident/Occurrence
o Automobiles-$500,000 Combined single limit per occurrence
o Owner's Protective Liability- $600,000 per occurrence; 1,000,000 aggregate
o "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage
o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed
Operations Aggregate
• Additional insured—The Owner shall be named as an additional insured on the
Commercial General Liability (Public), Owner's Protective Liability, and
Excess/Umbrella Liability Insurance Policies furnished by the Contractor.
Please see the Standard Specifications for Public Works Construction— North Central
Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements.
2-8 Contract Documents
Instructions For Bonds
A. The surety on each bond must be a responsible surety company that 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
PERFORMANCE BOND
Bond#S-916 1512
STATE OF TEXAS )
COUNTY OF DALLAS )
•
KNOW ALL MEN BY THESE PRESENTS: That
Barson Utilities, Inc. whose address is
5326 West Ledbetter, Dallas TX 75236 , hereinafter
called Principal, and Washington International Insurance Company , a
corporation organized and existing under the laws of the State of New Hampshire , 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 "BeneficiaryTM, in the penal sum of
Six Hundred Forty-Nine Thousand Two Hundred Two and No Cents
DOLLARS
($649,202.00 ) 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 OBUGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the
19th of December , A.D. 2013, which is made a part hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Construction of:
SH 121 Water Line Relocation
(Sandy Lake Road to North Coppell Road)
PROJECT NO.WA 10-04
Bid No. 0-1013-02
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 two (2) years 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
2-10 Contract Documents
Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse
and repay Beneficiary all outlay and expense which the Beneficiary may incur in making
good any default or deficiency, then this obligation shall be void; otherwise, it shall remain
in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive
Venue shall Ile 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 Chapter 2253 of the Texas
Government Code,and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein
as the Resident Agent in Dallas County or Denton County to whom any requisite notices
may be delivered and on whom service of process may be had in matters arising out of
such suretyship, as provided by Article 7.19-1 of the insurance Code,Vernon's Annotated
Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in Three copies,
each one of which shall be deemed an original, this the 19_.--9th day of
December , 2013.
PRINCIPAL SURETY
Barson Utilities, I c. Washington International Insurance Company
BY BY:i_. ._C'2
Title: Title: Debra L. Moon,Attorney-in-Fact
■
I ' ST: hi I� ATTEST: (Yitc /
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the
process is:
NAME:
Mullis Newby Hurst, LP
ADDRESS:
5057 Keller Springs Rd#400,Addison,TX 75001
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
BOND#S-916 1512
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That Barson Utilities, Inc.
whose address is 5326 West Ledbetter, Dallas TX 75236
hereinafter called Principal, and
Washington International Insurance Company , a corporation organized
and existing under the laws of the State of New Hampshire , 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
Six Hundred Forty-Nine Thousand Two Hundred Two and No Cents
DOLLARS
($649,202.00 ) 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 19th of
December , A.D. 2013, which is made a part hereof by reference, for the construction
of certain public improvements that are generally described as follows:
Construction of:
SH 121 Water Line Relocation
(Sandy Lake Road to North Coppell Road)
PROJECT NO.WA 10-04
Bid No.Q-1013-02
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
2-12 Contract Documents •
•
of the Contract or to the Work to be performed thereunder or the Plans, Specifications,
Drawings, etc., accompanying the same, shalt 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 Chapter 2253 of the Texas
Government Code, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein
as the Resident Agent in Dallas County or Denton County to whom any requisite notices
may be delivered and on whom service of process may be had in matters arising out of
such suretyship, as provided by Article 7.19-1 of the insurance Code, Vemon's Annotated
Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in Three copies,
each one of which shall be deemed an original, this the 19th day of
December , 2013.
PRINCIPAL SURETY
Barson Utilities in;. Washington International Insurance Company
By: By
By: !!i WAIMEA- 1100
Title: :4- Title: Debra L. Moon,Attorney-in-Fact
S : ATT
ill /1A 1 GtAkfCity
The Resident Agent of the Surety in Dallas or Denton County,Texas, for delivery of notice
and service of the process is:
NAME
Mullis Newby Hurst, LP
ADDRESS:
5057 Keller Springs Rd#400,Addison, TX 75001
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
BOND#S-916 1512
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT Barson Utilities, Inc.
as Principal, and
Washington International Ins Co , a corporation organized under the laws of
New Hampshire , 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
Six Hundred Forty-Nine Thousand Two Hundred Two and No Cents Dollars and
Cents ($649,202.00 ), 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
Barson Utilities, Inc.
has this day entered into a written contract • with the said
City of Coppell to build and construct SH 121 Water Line
Relocation — Sandy Lake Road to North Coppell Road (Project No. WA 10-04, Bid
No. Q-1013-02), 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.
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
no 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
2-14 Contract Documents
sureties, hereon, and that successive recoveries may be and had hereon for successive
branches until the full amount shall have been exhausted; and it is further understood that
the obligation herein to maintain said work shall continue throughout said maintenance
period, and the same shall not be changed, diminished or in any manner affected from any
cause during said time.
IN WITNESS WHEREOF, the said Barson Utilities, Inc. has
caused these presents to be executed by
and the said
Washington International Insurance Company has caused these presents to be
executed by its Attorney in fact and the said Attorney in fact
Debra L. Moon , has hereunto set his hand, the 19th day
of December , 2013.
PRINCIPAL SURETY
Barson Utilitie , I . Washington International Insurance Company
By: tAAL
Title: `r,b444.1" Title:Debra L. Moon,Attorney-in-Fact
ITNESS: / ` '� A - T: • n
A 111L AL"IMPF
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
2-15 Contract Documents
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International
Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg,Illinois,each does hereby make,constitute and appoint:
SAMMY JOE MULLIS,JR.,JOHN WILLIAM NEWBY,PATRICIA LEE BARTLETT,JULIE STORM,CHERI LYNN IRBY,
WILBERT RAYMOND WATSON,CAROLYN J.GOODENOUGH,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA L.MOON,
ANDREA ROSE CRAWFORD,MARY JO ZAKRZEWSKI and TROY RUSSELL KEY JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
OnAury
a ti 64j: By RPB •
Tr o
16/ SEAL :C1= Steven P.Anderson,Senior Vice President of Washington International Insurance Company yg ••G SEAL
rF
B W 1973 az:m= &Senior Vice President of North American Specialty Insurance Company O' ;rn„
/// By
•.. ..•t�
Y
David M.Layman,Vice President of Washington International Insurance Company
&Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 21st day of December 2012 .
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 21st day of December ,2012 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman,
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
"OFFICIAL SEAL" = • t AZ
DONNA D.SKLENS I
Notary Public,State of Illinois I Donna D.Sklens,Notary Public
�My Commission Expires 10/06/2015
I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 19th day of December ,20 13 •
Jeffrey Goldberg,Vice President&Assistant Secretary of
Washington International Insurance Company&North American Specialty Insurance Company
North American Specialty Insurance Company
Washington International Insurance Company
TEXAS CLAIMS INFORMATION
IMPORTANT NOTICE ADVISO IMPORTANTE
In order to obtain information or make a complaint: Para obtener informacion o para someter un queja:
You may contact Jeffrey Goldberg.Vice President- Puede comunicarse con Jeffrey Goldberg,Vice
Claims at 1-800-338-0753 President-Claims,al 1-800-338-0753
You may call Washington International Insurance Listed puede liamr al numero de telefono gratis de
Company and/or North American Specialty Insurance Washington International Insurance Company and/or
Company's toll-free number for information or to North American Specialty Insurance Company's part
make a complaint at: informacion o para someter una queja al:
1-800-338.0753 1-800-338-0753
You may also write to Washington International Listed tambien puede escribir a Washington
insurance Company and/or North American Specialty International Insurance Company and/or North
insurance Company at the following address: American Specialty Insurance Company al:
475 N. Martingale Road 475 N. Martingale Road
Suite 850 Suite 850
Schaumburg,IL 80173 Schaumburg,IL 60173
You may contact the Texas Department of Insurance Puede escribir at Departmento de Seguros de Texas
to obtain information on companies, coverages, pare obtener informacion acerca de companias,
rights or complaints at: coberturas,derechos o quejas al:
1-800-252-3439 1-800-252-3439
You may write the Texas Department of Insurance: Puede escribir at Departmento de Seguros de Texas:
P.O. Box 149104 P.O. Box 149104
Austin,TX 78714-9104 Austin,TX 78714-9104
Fax: (512)475-1771 Fax: (512)475-1771
Web: http;//www.tdi.state.tx.us Web: htta://www.tdi,state.tx.ug
Email:ConsumerProtection @tdi.state.tx.us Email:ConsumerProtection @tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS:
Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un
or about a claim you should first contact the reclamo, debe comunicarse con el Washington
Washington International insurance Company and/or International Insurance Company and/or North
North American Specialty Insurance Company. If the American Specialty Insurance Company primero. Si
dispute is not resolved,you may contact the Texas no se resuelve la disputa,puede entonces
Department of Insurance. comunicarse con el Departmento de Seguros de
Texas.
ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA
This notice is for information only and does not Este aviso es solo para proposito de infromacion y no
become a part or condition of the attached se converte en parte o condicion del documento
document. adjunto.
Revised 5/12 475 N.Martingale Road.Suite 850.Schaumburg,IL 60173
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
T H E • C I T Y • O F
COPPELL
, , ,, ,
i,„
F x 8 q
A s 1
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR
THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF
GOVERNMENTS, FOURTH EDITION 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.
DIVISION 100: GENERAL PROVISIONS
ITEM 101.—DEFINITIONS&ABBREVIATIONS
SC-101.1
Engineer: The word "Engineer" or "ENGINEER" in these contract documents and
specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box
9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be
authorized by said Owner to act in any particular position.
Owner: The word "Owner" or "OWNER" in these contract documents and specifications
refers to the CITY OF COPPELL acting through its authorized representatives.
Consulting Engineer: Wherever the word "Consulting Engineer" or "Design Engineer" is
used in the Specifications and Contract Documents, it shall be understood as referring to the
Design Engineer or his authorized representative, Teague Nall and Perkins, Inc., 17304
Preston Road, Suite 1340, Dallas, Texas 75252.
Working Day: Add the following sentence to the end of the "Working Day" definition: "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 advance-notice is required. All overtime incurred by
the City for inspection services and any overtime incurred by the testing laboratory 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.
3-2 Standard Specifications
Supplementary Conditions
ITEM 103.3—SURETY BONDS
SC-103.3.1
Add following sentence to Item 103.3.1:
"Maintenance Bond shall be required in the amount of 50% of the cost of the public
improvements for a 2 year period."
ITEM 103.4-INSURANCE
SC-103.4.6
Add the following new item:
"103.4.6 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-103.4.7
Add the following new item:
"103.4.7 CONTRACTOR intends that any policies provided in response to Item 103.4 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."
SC-103.4.7.1
Add the following new item:
"103.4.7.1 Teague Nall and Perkins, Inc. shall be included as an "Additional Insured" on all
project liability insurance."
ITEM 103.6 - NOTICE TO PROCEED AND COMMENCEMENT OF WORK
SC-103.6
Add following sentence to end of Item 103.6.
3-3 Standard Specifications
Supplementary Conditions
"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 105.3, 108.1 and 109.5.1, 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 104.2 -CHANGE OR MODIFICATION OF CONTRACT
SC-104.2.1
Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following phrase:
"except as provided below."
Add the following sentence to the end of paragraph two in Item 104.2.1:
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment
under the following conditions:"
ITEM 105.1 —CONTRACT DOCUMENTS
SC-105.1.1
Add the following language at the end of the Item 105.1.1: "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."
SC-105.1.3
Amend the first sentence of Item 105.1.3 by changing "such copies"to be "five copies". Add
the following to the end of Item 105.1.3:
"In the preparation of Drawings and Specifications, the Design Engineer has established and
relied upon the following reports of exploration and tests of subgrade conditions at the site of
the work:
N/A
The CONTRACTOR may also take borings at the site to satisfy himself as to subsurface
conditions."
ITEM 105.2 -WORKMANSHIP.WARRANTIES AND GUARANTEES
SC-105.2.2
Amend the first sentence of Item 105.2.2 to change the words "one year"to "two years".
3-4 Standard Specifications
Supplementary Conditions
ITEM 105.4—CONSTRUCTION STAKES
SC-105.4
Delete the first paragraph of Item 105.4 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation
has been provided for establishing vertical and horizontal control. The CONTRACTOR shall
be responsible for establishing all lines and grades, and the precise location of all proposed
facilities. The ENGINEER may make checks as the Work progresses to verify lines and
grades established by the CONTRACTOR to determine the conformance of the completed
Work as it progresses with the requirements of the construction documents. Such checking
by the ENGINEER shall not relieve the CONTRACTOR of his responsibility to perform all
Work in connection with Contract Drawings and Specifications and to the lines and grades
given therein."
ITEM 107.3 -OWNER'S OFFICERS, EMPLOYEES OR AGENTS
SC-107.3.2
Replace Item 107.3.2 with the following new paragraph:
"107.3.2 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 107.14-STATE AND LOCAL SALES AND USE TAXES
SC-107.14
Delete the language in Item 107.14 in its entirety and substitute the following in lieu thereof:
"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.
3-5 Standard Specifications
Supplementary Conditions
It is still possible, however, for a contractor to make tax-free purchase of tangible personal
property, which will be incorporated into and become part of a City construction project
through the use of a "separated contract"with the City. A "separated contract" is one, which
separates charges for materials from charges for labor. Under such a contract, the
contractor becomes a "seller" of those materials, which are incorporated into the project,
such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu
of paying the sales tax at the time such items are purchased. The contractor then receives
an exemption certificate from the city for those materials. (This procedure may not be used,
however, for materials, which do not become a part of the finished product. For example,
equipment rentals, form materials, etc. are not considered as becoming "incorporated" into
the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure in
sales tax for materials, which are to be incorporated into the project. The successful bidder's
bid form will be used to develop the "separated contract" and will determine the extent of the
tax exemption. Upon execution of the construction contract, the CONTRACTOR shall
furnish a breakdown (per item) of:
1) materials incorporated into the project; and
2) labor, equipment, supervision and materials not incorporated into the project."
ITEM 107.19 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-107.19.2.1
Add the following new Item 107.19.2.1 immediately after Item 107.19.2:
"107.19.2.1 Should CONTRACTOR cause damage to the work or property of any
separate contractor at the site, or should any claim arise out of
CONTRACTOR's, OWNER's, ENGINEER's, Consulting Engineer's or any
other person's actions, 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 by 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
3-6 Standard Specifications
Supplementary Conditions
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 108.8. 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 107.23—EXISTING STRUCTURES, FACILITIES AND APPURTENANCES
SC-107.23.2.1
Add the following new Item 107.23.2.1 immediately after Item 107.23.2:
"107.23.2.1 Existing Utilities and Sewer Lines: The CONTRACTOR shall be responsible
for the protection of all existing utilities or service lines crossed or exposed by
the construction operations. Where existing utilities or service lines are cut,
broken or damaged, the CONTRACTOR shall replace the utilities or service
lines with the same type of original construction, or better, at his own cost
and expense. This includes any and all irrigation systems, whether or not
they are identified on the plans.
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 108.1 —PROGRESS SCHEDULE
SC-108.1
Amend the first sentence of Item 108.1 by adding the following at the beginning of the
sentence: "If requested by OWNER or ENGINEER".
3-7 Standard Specifications
Supplementary Conditions
ITEM 108.3 -OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC-108.3
Delete the last sentence of the second paragraph of Item 108.3 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 ENGINEER, as provided in Item 108.8; 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 108.3:
"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 108.8."
ITEM 108.8 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES
SC-108.8
Add the following at the end of the last paragraph in Item 108.8: "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."
DIVISION 200: SITE PROTECTION AND PREPARATION
ITEM 203—SITE PREPARATION:
203.3.2 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 203.7 - EMBANKMENT:
203.7.3. 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."
3-8 Standard Specifications
Supplementary Conditions
DIVISION 300: ROADWAY CONSTRUCTION
ITEM 303.— PORTLAND CEMENT CONCRETE PAVEMENT:
303.2.4 Mineral Admixtures. Delete paragraph 303.2.4 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.
ITEM 303.5-CONSTRUCTION METHODS:
Under Item 303.5.4 Joints:
Replace Item 303.5.4.2— Expansion Joints, 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.
Add the following to the end of the sentence in Item 303.5.4.2.3 Proximity to
Existing Structures:
"or as directed by the ENGINEER".
Delete the first sentence of the first paragraph of Item 303.5.4.3 Contraction Joints,
and insert the following:
"Contraction or dummy joints shall be sawed to T/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."
Under Item 303.5.6 Finishing:
Add the following paragraph at the end of Item 303.5.6.1 Machine:
"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."
Add a new paragraph after the first paragraph of Item 303.5.6.2 Hand, 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."
3-9 Standard Specifications
Supplementary Conditions
DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES
ITEM 504.—OPEN CUT - BACKFILL:
Under Item 504.2.3.3 Type "B" Backfill:
Insert the following paragraph after the first sentence of Item 504.2.3.3.3 Additional
Requirements:
"Additional Requirements for Type "B" backfill when used in streets - 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 504.5 - EMBEDMENT:
Under Item 504.5.3.2 Compaction:
Amend the second sentence of Item 504.5.3.2.1 Densities -Areas Not Subjected to
or Influenced by Vehicular Traffic, 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."
DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS
ITEM 803—SLOPE AND CHANNEL PROTECTION:
Under Item 803.3.3 Riprap Construction Methods:
Add the following sentence to Item 803.3.3.6 Mortar Riprap:
"Mortar or concrete type shall be approved by the ENGINEER and shall conform
to A.S.T.M. C 387-83."
3-10 Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
T H E • C I T Y • O F
COPPELL
, , ,,s i„, * , ,7„,,,t7 ,
, ,,,, , ,,,4-...-.;.P , *
r � r o
F x '' a q
A S 1
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.
1.3 CONSULTING ENGINEER: Wherever the word "Consulting Engineer" or "Design
Engineer" is used in the Specifications and Contract Documents, it shall be
understood as referring to the Design Engineer or his authorized representative,
Teague Nall and Perkins, Inc., 17304 Preston Road, Suite 1340, Dallas, TX 75252.
1.4 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.
1.5 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.
1.6 PROJECT DESCRIPTION: This work shall consist of the installation of 5,900 LF
of 12" PVC water line along SH 121 from Sandy Lake Road to North Coppell
Road and all appurtenant work necessary to complete construction of the project.
The overall scope of work shall include all components necessary for the "turnkey"
construction of the project as shown in the plans for the SH 121 WATER LINE
RELOCATION (Sandy Lake Road to North Coppell Road) (Project No. WA 10-
04). The Contractor for this project shall be responsible for coordinating with the
residents regarding driveway access, mail/trash pickup (as applicable) and available
street parking within the project.
1.7 EXPLANATION OF CONTRACT TIME:
The term "Original Contract Time" as used herein will mean the number of calendar
days established by the OWNER for completion of the work of the Contract on the
date the Contract was executed (100 days). 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 regardless of
weather, weekends, holidays, suspensions of CONTRACTOR's operations, delays
or other events as described herein. The parties anticipate that delays may be
caused by or arise from any number of events during the course of the Contract,
4-3 Specific Project Requirements
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.
1.9 SOIL INVESTIGATION: N/A.
1.10 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.
1.11 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.
1.12 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 re-inspections. 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
CONTRACTOR's responsibility for his own quality assurance/quality control testing.
CONTRACTOR shall replace any deficient construction items.
1.13 SUSPENSION OF WORK: If the work should be stopped or suspended under any
order of the court, or other public authority, the OWNER may at any time during
suspension upon seven days written notice to the CONTRACTOR, terminate the
Contract. In such an event, the OWNER shall be liable only for payment for all work
completed plus a reasonable cost for any expenses resulting from the termination of
the Contract, but such expenses shall not exceed $5,000.
1.14 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
4-5 Specific Project Requirements
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.
1.15 COOPERATION OF CONTRACTOR: The CONTRACTOR shall have on the
project at all times, as his agent, a competent Superintendent capable of reading
the plans and specifications and thoroughly experienced in the type of work being
performed. The Superintendent shall have full authority to execute orders or
directions and to promptly supply such materials, equipment, tools, labor and
incidentals as may be required. Such superintendence shall be furnished
irrespective of the amount of work contracted.
The Superintendent and the CONTRACTOR shall be responsible for supervision of
all work performed by the subcontractor at all times during construction.
1.16 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 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 fully
and finally accepted by the OWNER.
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
4-6 Specific Project Requirements
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 to pay item
entitled, "Furnish, Install and Maintain Traffic Control Devices".
1.17 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 from damage.
c. Where the locations 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.
4-7 Specific Project Requirements
1.18 DRAINAGE: The CONTRACTOR shall maintain adequate drainage along the
project and provide for positive drainage from adjoining properties, at all times.
1.19 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.
1.20 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, 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.
1.21 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.
1.22 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.
1.23 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.
1.24 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.
4-8 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 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.
4-9 Specific Project Requirements
4. Conformance with specifications.
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.
8. 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 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.
4-10 Specific Project Requirements
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 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.
4-11 Specific Project Requirements
SECTION 5
DESCRIPTION OF PAY ITEMS
T H E • C I T Y • O F
COPPELL
A S 1
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 contemplated and required under each of 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 existing signs; (b) removal of spoils; (c) water for construction;
(d) construction staking and/or layout; (e) surveying to re-establish grade; (f)
maintenance of streets during construction; (g) sprinkling for dust control; (h) project
trailer, if needed; and/or (i) any other incidentals necessary to complete the work,
whether directly called out within the plans or implied.
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 in the Standard
Specifications for Public Works Construction - North Central Texas Council of
Governments Fourth Edition, unless modified by these special provisions.
All work for this project shall be governed by 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. #94-643), together with any additional Supplementary Conditions, Specific
Project Requirements, General Notes or Description of Pay Items included herein.
1 Pay Item—Mobilization:
This pay item shall include the mobilization and demobilization efforts required for
the construction of the project. This pay item shall be inclusive of any and all
mobilizations and demobilizations associated with the project. Mobilization shall
be defined as all necessary equipment, field offices, supplies, materials, and
personnel on the job site ready to begin construction. Note: The total amount
bid for Mobilization & Demobilization shall not exceed five percent (5%) of
the Total Bid amount, exclusive of this Day item (Adiusted Contract
Amount).
Measurement and Payment shall be as follows: Ten percent (10%) of the amount
bid shall be paid with the first pay estimate following the initial project
mobilization. On all subsequent pay estimates, payment shall be prorated on the
basis of the value of the adjusted contract amount completed. Prorated payment
shall be as follows: When 1% of the adjusted contract amount has been earned,
50% of lump sum bid for mobilization, less retainage, will be paid. When 5% of
the adjusted contract amount has been earned, 75% of the lump sum bid for
5-2 Description of Pay Items
mobilization, less retainage, will be paid. When 10% of the adjusted contract
amount has been earned, 90% of the lump sum bid for mobilization, less
retainage, will be paid. Payment for the remaining 10% of the lump sum bid for
mobilization, less retainage, will be paid on the next monthly estimate following
the 90% payment. Payment shall be total compensation for furnishing all labor,
materials, tools, and equipment necessary to complete the work.
2 Pay Item— Project Sign:
This pay item shall consist of the installation of project signs in the following
locations: the north east corner of the intersection of Sandy Lake and SH 121
frontage, and the south east corner of the intersection of North Coppell and SH
121 frontage (2 total project signs). Each sign shall be constructed in accordance
with the details found in Section 6 of the Specifications. The City will furnish the
City logo for the sign.
Measurement and payment shall be made on the basis of price bid per each (EA)
and shall be total compensation for furnishing all materials, tools, equipment,
labor, and any other incidentals necessary to complete the work.
3 Pay Item—Right of Way Preparation:
This work includes the clearing & grubbing, and removal &trimming of vegetation in
all areas within the project limits requiring such work, including work within the right-
of-way and any adjacent property that is necessary to complete the work as shown
on the plans, or as determined by the Engineer, in accordance with the appropriate
details and specifications, including NCTCOG Item 203.1, 203.2 & 203.3. All
vegetation within the construction limits shall be removed. Any tree labeled for
removal in the plans shall be confirmed with the Engineer prior to removal. Tree
removal shall include all pruning, felling, stump removal, mulching of leaves and
limbs necessary to safely remove any tree approved for removal. Once work has
commenced on the removal of a tree approved for removal, it shall not cease until
the remnants of the tree are completely mulched and lawfully removed from the
project site. All debris and mulch from the removal of trees shall be disposed of in a
legal manner. This item shall also include the protection of any trees, shrubs,
fences, structures, signs or other items that are to be preserved and/or relocated as
shown on the plans. All trees designated to be preserved shall be protected by
fencing to the limits of the canopy and no parking, driving or moving of equipment in
this area will be permitted. If pruning of protected trees is required, they shall be
trimmed as directed by the Engineer and any cuts of two inches or more in diameter
shall be treated as directed by the Engineer. Disposal of said material will be at the
Contractor's sole expense.
Any existing landscape improvements, including landscape beds and landscape
timbers, shall be removed if deemed necessary for the construction of the
improvements shown within the plans. Any removal of existing landscape
improvements shall be coordinated with the Engineer and homeowner. Removal of
landscape improvements shall be considered subsidiary to this pay item.
This work shall also include (as necessary):
5-3 Description of Pay Items
(a) The removal of existing pavement markings and traffic buttons;
(b) The removal of existing gravel driveway/roadway;
(c) The removal and relocation of any fencing and gates within the
proposed right of way as specified within the construction plans;
(d) The removal of all existing drainage pipe, culverts, inlets, headwalls
and other related drainage structures and/or appurtenances;
(e) The removal of existing rock rip rap;
(f) The removal of landscape edging;
(g) The removal of mailboxes;
(h) Any grading activities (excavation or fill) deemed necessary to
prepare the proposed grades of the subgrade prior to lime and
pavement;
(i) The removal and salvage of any existing regulatory, school or
informational signs;
(j) The removal of all trees, stumps, bushes, vegetation, roots and
shrubs within the limits of work;
(k) Trimming of trees to provide a 7-foot clearance over sidewalks and a
18-foot clearance over roadways.
(I) Video documentation of the existing project conditions prior to
beginning construction.
All types of existing fencing that are in the right-of-way shall be relocated to the
property line, especially within the radii where line of sight is compromised. The
Contractor shall notify each homeowner prior to relocating the fence to explain
what will occur. This work includes the removal and replacement of all types of
fencing and/or gates as shown in the construction plans to the current City fence
requirements or as directed by the Engineer, unless specific pay items are
provided. All materials shall be of like kind, as directed by the Engineer. All new
fence posts shall be placed a minimum of two (2) feet in to the ground and
anchored with concrete. Temporary fencing shall be required for those yards
with animals, pools, children, or as required by the Engineer to maintain public
safety. All labor, materials, cost, etc. to complete the fence relocation are
subsidiary to this pay item.
These items of work will not be paid for directly but shall be considered
subsidiary to this pay item. Any item indicated in the plans to be removed
(directly called out or implied) for which there is no specific pay item shall be
considered subsidiary to this pay item.
Measurement and payment for work performed and materials furnished related to
general site and/or right of way preparation, as provided herein, shall be made on
the basis of the price bid per lump sum (LS) and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary to complete the work. Payment shall be prorated based on
the percentage of the project length completed, as determined by the Engineer.
Up to fifty percent (50%) of the lump sum bid shall be paid upon completion of
one half of the right of way preparation (Sandy Lake to future Freeport North),
5-4 Description of Pay Items
and the remaining 50% paid upon the completion of the second half of the right
of way preparation (future Freeport South to North Coppell).
4 Pay Item — Furnish, Install and Maintain Temporary Traffic Control Devices &
Detours:
This work includes furnishing, installing and maintaining the required temporary
traffic control devices & detours (including temporary traffic buttons and striping,
signage, temporary pavement, temporary special shoring & traffic barriers as
needed) during each phase of construction as shown and/or indicated on the plans
or as determined by the Engineer, in accordance with the appropriate details and
specifications, including the TMUTCD. Inclusive with this pay item is the
requirement for adequate notification and instruction (i.e., printed notices delivered
to individual homes and businesses, electronic message boards, signage, etc.) to
be given to adjacent businesses, property owners and the traveling public regarding
interruptions or changes to established traffic flow patterns to, from and along the
work site. This work also includes the use of flagman, if necessary, to control traffic
in an orderly manner as it enters, exits and/or passes through the construction area,
as well as the installation and removal of all temporary pavement. Additionally, the
Contractor shall maintain the existing roadway and temporary pavement in a safe
driving condition at all times during construction.
The Contractor shall provide, utilize and update two (2) message boards to be
located on the western and eastern ends of the project, or as directed by the City.
Traffic control plans and updates shall be provided to the Engineer for review prior
to construction or modifying any traffic flow (changing lanes, road closures,
changing a street to one way, etc.).
All temporary pavement shall be 2" Type B HMAC on 6" Flex Base.
Measurement and payment for the temporary traffic control devices & detours
furnished, installed and maintained work performed and materials furnished shall be
made on the basis of the price per price bid per lump sum (LS) and shall be total
compensation for furnishing and/or operating all labor, materials, tools, equipment
and other incidentals necessary to complete all phases of the work.
Measurement and payment shall be as follows: Twenty-five percent (25%) of the amount
bid shall be paid with the first pay estimate following the installation of the traffic control
devices & detours for the first phase of construction. On all subsequent pay estimates,
payment shall be prorated on the number of months bid. No additional payment will be
made if the contractor goes over the tim e bid.
5 Pay Item — Furnish, Install, Maintain and Remove Erosion Control Devices:
This pay item shall consist of furnishing, installing, maintaining and removing
erosion controls throughout the duration of the project in accordance with the
Texas Commission on Environmental Quality's (TCEQ) permitting procedures
and requirements for construction projects that disturb one (1) or more acres.
Under the Texas Pollution Discharge Elimination System (TPDES) general
construction permit TXR 150000, the operator with control of construction plans
5-5 Description of Pay Items
and specifications (Owner) and the operator with day-to-day operational control
(Contractor) are required to obtain a permit for the discharge of storm water
runoff. The Contractor shall be required to prepare and implement a single
comprehensive site specific Storm Water Pollution Prevention Plan (SWP3) for
the entire construction site. The Contractor shall: (1) sign the SWP3, (2) submit
an NOI for City & Contractor, and (3) post a site notice as part of the permit. The
SWP3 must describe and insure the implementation of best management
practices that will be used to reduce, to the maximum extent possible, the
pollutants and storm water discharges associated with the construction activity
and insure compliance with the terms and conditions of the permit. The SWP3
must clearly indicate which operator is responsible for satisfying each shared
requirement of the SWP3. The SWP3 shall be subject to approval by the Owner
and must be retained on-site during the term of the construction. Notice must be
posted if the SWP3 is retained off-site.
A Texas Registered Professional Engineer must sign and seal the Erosion
Control Plan (ECP) submitted as part of the SWP3. The Contractor shall submit
a Notice of Termination for City and Contractor upon completion of the project.
This work shall also include the installation and maintenance of:
(a) Silt fence;
(b) Rock berm;
(c) Construction entrance;
(d) Inlet protection;
(e) Scourstop, or approved equivalent;
(f) Any additional erosion control measures required by the SWP3.
Measurement and payment shall be made on the basis of the price bid per lump
sum (LS) for preparation and implementation of the SWP3. This includes any
necessary revisions to the Erosion Control Plan throughout the term of
construction and the installation, sequencing, and maintenance of structural
control measures throughout the duration of construction. Payment shall be total
compensation for furnishing all labor, materials, tools, and equipment necessary
to complete the work. Payment shall be evenly prorated throughout the term of
construction on a monthly basis, based on amount bid and time bid.
6 Pay Item—Remove& Replace Existing 6" Concrete Pavement:
This work includes the removal and replacement of existing concrete pavement at
the locations and limits shown on the construction plans or as determined by the
Engineer, in accordance with the appropriate details and specifications. Concrete to
be removed shall be sawed full-depth through the existing reinforcement along even
straight lines leaving a clean vertical side, as shown on the plans or as established
by the Engineer, in accordance with NCTCOG Item 402.3. Any existing
improvements beyond these limits, which are damaged or destroyed by the
construction shall be re-sawed, removed and replaced at the Contractor's expense.
Once concrete improvements are removed, exposed surfaces that will interface
with new concrete pavement shall be roughened to allow adequate bonding of new
5-6 Description of Pay Items
concrete. Epoxy grout #4x24" dowel bars into end of existing concrete (12" o.c.).
For sidewalks, exposed surfaces that will interface with new concrete pavement
shall be roughened to allow adequate bonding of new concrete. Epoxy grout
#4x24" dowel bars into end of existing sidewalk or driveway concrete (18" o.c.). This
operation shall be inspected and approved by the Engineer prior to placement of
new concrete. The thickness of the existing concrete is unknown. All spoils shall be
removed from the project site at the Contractor's expense.
The removal of concrete curb that is integral to any concrete pavement, which is to
be removed as part of this work, shall not be paid for directly but shall be considered
subsidiary to this pay item. Also, any concrete removal required for the installation
or adjustment of existing utilities is included in this pay item. The removal of
stamped concrete as shown on the construction plans shall be measured and paid
for under the pay item for Remove & Dispose Existing Concrete Pavement(n/a).
Concrete replacement work includes construction of 6" concrete pavement at the
locations shown in the construction plans or as determined by the Engineer, in
accordance with the appropriate details and specifications, including NCTCOG Item
305.2. All concrete used for driveway construction shall be Class "C" concrete with
a minimum cement content of 6 sacks per cubic yard and minimum compressive
strength of 3,600 psi at 28 days. No fly ash will be permitted. 6" monolithic curb is
included and no separate payment will be made for the curb.
Measurement and payment for work performed and materials furnished related to
the removal and replacement of concrete pavement, as provided herein, shall be
made on the basis of the price bid per square yard (SY) and shall be total
compensation for furnishing and/or operating all labor, materials, tools, equipment
and other incidentals necessary to complete the work. This item shall be measured
by Contractor and by Owner's representative prior to removal.
7 Pay Item—Remove& Replace Stone Retaining Wall:
This work includes the removal and replacement of stone retaining wall at the
locations shown in the plans or as established by the Engineer, in accordance with
the appropriate details and specifications.
Contractor shall match existing materials with like materials with a similar color
palette.
Measurement and Payment for segmental retaining wall work performed and
materials furnished completed and in place as provided herein shall be made on the
basis of the price bid per liner foot (LF) of wall actually installed, and shall be total
compensation for furnishing and/or operating all labor, materials, tools, equipment
and other incidentals necessary to complete the work.
8 Pay Item—Remove& Dispose of Existing 9'x9' Concrete Vault:
This work includes the removal and disposal of an existing 9'x9' concrete vault at
the locations shown on the construction plans, in accordance with the appropriate
5-7 Description of Pay Items
details and specifications. Any existing improvements beyond the demolition limits,
which are damaged or destroyed by the construction shall be re-sawed, removed
and replaced at the Contractor's expense. All spoils shall be removed from the
project site at the Contractor's expense.
Prior to concrete vault removal, all existing utilities shall be relocated, or removed
and salvaged as appropriate and shall not be paid for directly but shall be
considered subsidiary to this pay item. Also, any concrete removal required for the
installation or adjustment of existing utilities is included in this pay item.
Measurement and payment for work performed and materials furnished related to
the removal of the concrete vault, as provided herein, shall be made on the basis
of the price bid per lump sum (LS) and shall be total compensation for furnishing
and/or operating all labor, materials, tools, equipment and other incidentals
necessary to complete the work. This item shall be measured by Contractor and
by Owner's representative prior to removal
9 Pay Item —3" PVC Water Line:
10 Pay Item —6" PVC Water Line:
11 Pay Item—8" PVC Water Line:
12 Pay Item— 12" PVC Water Line:
This work includes the furnishing and installation of 3" PVC C-900 DR-14 and 6",
8" and 12" PVC C-900 DR-14 water line at the locations shown in the plans as
per NCTCOG Items 506 & 502.4 and the City of Coppell Standard Construction
Details. Payment shall include furnishing, hauling and laying of pipe shown on
the plans, trench excavation, and backfilling, including embedment material as
specified, ductile iron pipe fittings, protecting or replacing existing structures or
utilities, testing, disposal of surplus materials, and cleaning up and maintenance.
Payment shall include any and all extra precautions or construction requirements
necessary to adequately protect and support existing utilities. Payment for the
pipe lines shall include all costs required to have utility companies repair any
damage inflicted to their lines by the Contractor and any cleanup, property
damages, fines, etc. resulting from damage inflicted to any utility line by the
Contractor. Testing in accordance with specifications is considered subsidiary to
the price bid.
This work shall also include the construction of temporary pavement repair, when
necessary or as determined by the Engineer, consisting of 2" Type B HMAC on 6"
Flex Base. Temporary pavement repair shall be constructed and maintained along
all water lines installed in areas that need to be open to traffic prior to the
construction of the final pavement. Temporary pavement repair, as required by
these specifications, will not be paid for directly but shall be considered subsidiary to
this pay item.
Measurement and payment shall be made on the basis of price bid per linear foot
(LF) measured horizontally and shall be total compensation for furnishing all
materials, tools, equipment, labor, and any other incidentals necessary to
5-8 Description of Pay Items
complete the work, including all excavation, embedment and backfill; any
intermediate taps necessary for testing & disinfecting.
13 Pay Item—Fire Hydrant Assembly:
This pay item shall consist of the installation of new fire hydrant assemblies
including connections and testing of the fire hydrants at locations indicated on the
plans. The 6" PVC water line and the 6" gate valve required for fire hydrant
installation are not included in this pay item, but are under other pay items of this
contract.
Fire hydrant assemblies shall be inclusive of all work necessary to install and
connect the new fire hydrant to the water line. This includes all fittings, megalugs,
blocking, etc. necessary to complete the construction.
Measurement and payment for work performed and materials furnished related to
installing the fire hydrant and valve assembly, as provided herein, shall be made
on the basis of the price bid per each (EA) and shall be total compensation for
furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary to complete the work, including curb identification markings
and any barrel extensions required.
14 Pay Item—Bore for 12" PVC Water Line(Dry):
This work includes the installation of a water service line by other than open cut
excavation. Bores for water line installation shall be performed at the locations
shown on the plans and in accordance with standard details and specifications,
including NCTCOG and the City of Coppell Standard Construction Specifications
and Construction Details.
This work does not include the 12" water line. The 12" water line will be paid for
under the appropriate water service pay item.
Measurement and payment shall be made on the basis of price bid per linear foot
(LF), regardless of depth, measured horizontally from the beginning of the bore to
the end of the bore. The contract price includes the operation of the bore, and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, pressure
grouting, and backfill.
15 Pay Item—Bore, Furnish & Install 24" Casing Pipe for 12" PVC Water Line:
This work includes the placement of 24" steel casing by other than open cut
excavation and the furnishing and placement of 12" PVC carrier pipe. Bores for 24"
steel casing line installation shall be performed at the locations shown on the plans
and in accordance with standard details and specifications, including NCTCOG and
the City of Coppell Standard Construction Specifications and Construction Details.
Steel pipe shall conform to the requirements of NCTCOG Item 501.9. Raci spacers,
or approved equivalent, shall be required for all carrier pipe.
5-9 Description of Pay Items
This work shall include the 12" PVC water line carrier pipe.
Measurement and payment shall be made on the basis of price bid per linear foot
(LF), regardless of depth, measured horizontally from the beginning of the bore to
the end of the bore. The contract price includes the operation of the bore, and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work to City standards, including all
excavation, pressure grouting, and backfill.
16 Pay Item—3" Gate Valve:
17 Pay Item—6" Gate Valve:
18 Pay Item—8" Gate Valve:
19 Pay Item— 12" Gate Valve:
This work includes the furnishing and installation of various sizes of gate valves as
shown on the plans in accordance with NCTCOG Item 502.6 and the City of Coppell
Standard Construction Details and Specifications. This installation and pay item
shall be inclusive of all fittings, megalugs, blocking, retainer glands, etc. necessary
to complete the installation.
Measurement and payment shall be made on the basis of the price per bid each
(EA) and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any other incidentals necessary to complete the work,
including curb identification markings, all excavation, embedment and backfill
necessary to complete the work.
20 Pay Item—Install 2"Water Service, Meter, Meter Can &Setter:
This work includes the removal & relocation of the existing water meter can and
setter of existing water meters (including raising or lowering) in multiple locations
along the project where the proposed finished grade is being raised or lowered, as
shown on the construction plans or as determined by the Engineer. These
relocations shall be in accordance with the appropriate details and specifications,
including those of the materials manufacturer(s). The existing water meter can and
setter shall be replaced with new materials. No separate pay will be allowed for
repairing damage to water meters due to construction on this project, unless
approved otherwise by the Engineer. The cost to repair such damage shall be the
sole responsibility of the Contractor.
The existing water meters shall be reused at all locations if possible. If an
existing meter should be replaced due to its pre-construction condition or due to
the Engineer's discretion, the water meter shall be supplied by the City at no
expense to the Contractor. Any water meter that is damaged during construction
shall be replaced by the Contractor at the Contractor's expense.
Measurement and payment for work performed and materials furnished related to
the removal & relocation of the water meter can and setter, as provided herein, shall
be made on the basis of the price bid per each (EA) and shall be total compensation
5-10 Description of Pay Items
for furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary to complete the work, including curb identification markings
21 Pay Item—8" Double Detector Check Valve:
This work includes the replacement of the existing double detector check valve on
the proposed 8-inch water line as shown on the construction plans. These
replacements shall be in accordance with the appropriate details and specifications,
including those of the materials manufacturer(s) (shall meet the basic requirements
of ASSE 1048; AWWA Std. C510 for Double Check Valves).
If necessary, a new water meter shall be supplied by the City at no expense to the
Contractor. The Contractor will be required to provide the 8" Double detector check
valve assembly. Reconnection to the existing service at the property line shall be
subsidiary to this pay item.
Measurement and payment for work performed and materials furnished related to
the replacement of the existing combination detector check valve and vault, as
provided herein, shall be made on the basis of the price bid per each (EA) and shall
be total compensation for furnishing and/or operating all labor, materials, tools,
equipment and other incidentals necessary to complete the work.
22 Pay Item —8'x7' Precast Concrete Vault:
This work includes the installation of an 8'x7' (inside face dimensions) precast
concrete vault as shown on the construction plans. This work shall be in
accordance with the appropriate details and specifications, including those of the
materials manufacturer(s).
Measurement and payment for work performed and materials furnished related to
this work, as provided herein, shall be made on the basis of the price bid per each
(EA) and shall be total compensation for furnishing and/or operating all labor,
materials, tools, equipment and other incidentals necessary to complete the work.
23 Pay Item —Type '1' Air-Release Valve for 12" PVC Water Line:
The water pipe for this item shall be 1" diameter Type `K' copper pipe. All joints
shall be flange or compression type. Vaults shall be precast or cast-in-place.
Precast vaults shall be tongue-and-groove reinforced concrete pipe meeting the
requirements of A.S.T.M. C-76, Class III Pipe with RAM-NEK plastic joint sealer.
Cast-in-place concrete vaults shall be Class "A" concrete with a 28-day
compressive strength of 3,000 pounds per square inch and reinforced with #4
bars spaced at 6" on centers, both ways. Combination Air Valve installations
shall include a 1" ball valve box with handwheel and 1" Combination Air Release
Valve (Apco, Mod. 143C or approved equal). All materials shall be in
accordance with the "Combination Air Valve Detail".
Measurement shall be per each (EA) Combination Air Valve installed. Payment
for furnishing and installing this item will be at the contract unit price bid which will
be full compensation for furnishing and installing all pipe, fittings, adaptors,
5-11 Description of Pay Items
tapping sleeve, tapped flange, manhole cover, gate valve, valve box, sand,
crushed stone or pea gravel, all preparations, hauling, mobilizing, all tools, labor,
equipment, and incidentals necessary to complete the work in accordance with
the plans and specifications, including boring underneath existing pavement (if
necessary), excavation, backfill, compaction of trench material, yard restoration,
erosion control, fence removal and replacement, temporary fencing, any testing
required, removal of trees/brush, and disposal of surplus material and vegetation.
24 Pay Item—Type `1' Blow Off Assembly for 12" PVC Water Line:
This work includes the labor, equipment, and material required to install a 6" blow-
off assembly, including fittings, gate valve, pipe, and nozzle assembly at the location
shown on the plans.
Measurement and payment for work performed and materials furnished related to
the installation of the proposed 6" blow-off assembly shall be made on the basis of
price per each and shall be total compensation for furnishing and/or operating all
labor, materials, tools, equipment, and other incidentals necessary to complete the
work.
25 Pay Item— 12"x12" Tapping Sleeve with 12" Valve:
This work includes the furnishing and installation of 12" tapping sleeves and
associated valves as shown within the plans and in accordance with NCTCOG Item
502.10.2.3 and City of Coppell specifications. This installation and pay item shall be
inclusive of all fittings, megalugs, blocking, retainer glands, etc. necessary to
complete the installation.
Measurement and payment shall be made on the basis of the price per bid each
(EA) and shall be total compensation for furnishing all materials, tools, equipment,
labor, and any other incidentals necessary to complete the work, including curb
identification markings, all excavation, embedment and backfill necessary to
complete the work.
26 Pay Item —Connect to Existing 3" Water Line:
27 Pay Item —Connect to Existing 8"Water Line:
28 Pay Item —Connect to Existing 12" Water Line:
This work consists of connecting the proposed water lines to the existing water
system by means other than the use of tapping sleeves and valves or cut-in gate
valves. The Contractor shall locate the existing water line, make the connection
with a sleeve, if necessary, and provide other fittings, blocking, labor and incidentals
required.
Measurement and payment shall be made on the basis of the price per bid each
(EA) connection and shall be total compensation for furnishing all materials,
tools, equipment, labor, and any other incidentals necessary to complete the
work, including all excavation, embedment and backfill; any intermediate taps
necessary for testing & disinfecting, and all bends, fittings, blocking, retainer
glands, megalugs, etc. necessary to complete the water line installation.
5-12 Description of Pay Items
29 Pay Item—Trench Safety for Water Line:
This work includes preparing a job specific trench safety plan and installing the
proper shoring and/or bracing to adequately provide a safe trench situation for all
utility construction (i.e., storm drain, water and/or sanitary sewer), in compliance
with current regulations and requirements of the United States Department of Labor
Occupational Safety and Health Administration (OSHA) and in accordance with the
appropriate details and specifications, including NCTCOG Item 107.19.3. The
CONTRACTOR shall have a Trench Safety Plan prepared, signed and sealed by a
professional engineer, and provided to the Engineer prior to the start of construction.
The preparation of the trench safety plan, as required by these specifications, will
not be paid for directly but shall be considered subsidiary to this pay item.
Measurement and Payment for work performed and materials furnished related to
the preparation of a trench safety plan and the installation of a trench safety
systems, as provided herein, shall be made on the basis of the price bid per linear
foot (LF) and shall be total compensation for furnishing and/or operating all labor,
materials, tools, equipment and other incidentals necessary to complete the work.
30 Pay Item—Restore Right of Way:
This work includes all work, materials and incidentals necessary to restore right of
ways or other improved areas that are disturbed to an equal or better condition than
prior to construction, in accordance with the appropriate details and specifications,
including NCTCOG Items 202.2, 202.3, 202.4, 202.5, 202.6 & 202.7. Disturbed
areas along the length of the project shall be fine graded and prepped for sod or
hydromulch as necessary. Topsoil shall be placed in low areas to bring them to
grade.
Any existing landscape improvements, landscape beds, gravel rock beds, and/or
any other existing improvement removed or relocated during the course of
construction shall be replaced with like kind or better as a part of this pay item.
Improved areas containing sodding shall be replaced with sodding of matching type.
No separate pay shall be made for block sodding.
Unimproved areas shall require hydromulch using grass seed matching the species
that existed prior to construction and/or the species adjacent to the disturbed areas.
No separate pay shall be made for hydromulch. The CONTRACTOR will be
required to water, fertilize, mow and otherwise maintain restored areas to establish
healthy growth, even distribution of vegetation and full coverage over the entire
restored area. The CONTRACTOR shall also maintain and protect these areas
from damage and repair any damage that occurs, until completion and final
acceptance of the project by the OWNER.
Measurement and Payment for parkway and yard restoration work performed
and materials furnished complete and in place as provided herein shall be made
on the basis of the price bid per lump sum (LS) and shall be total compensation
for furnishing and/or operating all labor, materials, tools, equipment and other
5-13 Description of Pay Items
incidentals necessary to complete the work, including watering, fertilizing,
mowing and maintenance of the restored areas. No more than 75% of this item
will be paid until 100% turf coverage has been established in all sodded areas, to
the satisfaction of the Engineer.
5-14 Description of Pay Items
SECTION 6
TECHNICAL SPECIFICATIONS
T H E • C 1 T Y • O F
COPPELL
* g.gf,
x " ` a 9
A S 1
incidentals necessary to complete the work, including watering, fertilizing,
mowing and maintenance of the restored areas. No more than 75% of this item
will be paid until 100% turf coverage has been established in all sodded areas, to
the satisfaction of the Engineer.
5-14 Description of Pay Items
SECTION 6
TECHNICAL SPECIFICATIONS
T H E • C 1 T Y • O F
COPPELL
* g.gf,
x " ` a 9
A S 1
CITY OF COPPELL
PROJECT SIGN
1.-cr
3*-1 1'-C 3"--- (-0-
��Inc macarou+o wa anon
CITY OF OPPELI .
COPPELL FOR INFORmATION Comm: 0141RACTOR•S
INSPECTORS NAME,INSPECTOR mi d!
PINE MINOR (012)304-IDOL1
NAME (PROJE CT NUMBER) I .
. , 1,2.
CONTN ACTOR: CONU'El ACTOR'S, NAME -I
CO N T f f'MR'S PHONE NUMBER c.,.,�., ., **
COIN F L MON DATE: SE SON r EAR «a.a., ° --
1 1,24 - «u'd10Ot
* -4* emnwK mum a i * J r r i ^t
NOTES: 1) LETTERING SHOULD BE BOLD TYPE
2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD
PAINTED AS SHOWN ON DETAIL
3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND
SIGN PANEL AT APPROX. 2' CENTERS
4) ALL PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO TO BE PROVIDED BY THE CITY
EXAMPLE:
MY OF COPPED
COPPELL R INFOR' i r TON CO' TACT: ca+mACTOR•S
.444+ M.. ,INSPECTOR
PRONE NUMBER: 972-304-OO,f'Ei
SANDY LAKE ROAD (5109-02)
CONTRACTOR: 10OQ000 f EM
(000) 000-0000 NOmi)
COMPLETION DATE:MIX 2010(
6-2 Technical Specifications