CS150410T H M . C i T Y • 0 F
COPPELL
CONSTRUCTION SPECIFICA IONS
AND
CONTRACT DOCUMENTS
FOR
Whispering Hills Drive Reconstruction
Project No. TAX 2012B,
Biel No.
Q-0115-01
FOR
THE CITY OF COPPELL
Jan ualy
2015
J.. VULK(,---.,,onsuJtJng
8f) Fc sl Campbali Road, SUi,e 120,1 3ir_.bardson TX 75981
972,201.'31101 (pi cd)1972.291.399t) (fax)
T!'FPr No: 11462
I-1 Bidding Documents
TABLE OF CONTENTS
Section 2 - Contract Documents
Standard Form of Agreement (Contract)
Page #
Section 1 - Bidding Documents
2-8
Notice to Bidders 1-4
Instructions to Bidders 1-5
Bid Form/Proposal/Bid Schedule 1-18
Prevailing Wage Rates 1-28
Conflict of Interest 1-33
Section 2 - Contract Documents
Standard Form of Agreement (Contract) 2-2
Certificate of Insurance 2-8
Instructions for Bonds 2-9
Performance Bond 2-10
Payment Bond 2-12
Maintenance Bond 2-14
For this project, the Standard Specifications for Public
Works Construction — North Central Texas Council of
Governments Fourth Edition, the City of Coppell
Standard Construction Details (Ord.#2006-1129), and
Appendix `C' Design Criteria and Standards in the
City of Coppell Subdivision Ordinance (Ord.#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
Pipe Bursting
Project Sign
Geotechnical Boring Logs
Curb Drain Detail
1-2 Bidding Documents
SECTION I
BIDDING
DOCUMENTS
T H E • C 1 T Y O F
1-3 Bidding Documents
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the Whispering Hills Drive Reconstruction - Project No.
TAX 2012B. The work shall consist of the reconstruction of 3,500 LF of road pavement, sidewalk,
water, sanitary sewer, 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 $75.00 from the offices of J. Volk
Consulting, 800 East Campbell Road, Suite 120, Richardson, Texas 75081. Digital copies of all
bidding documents are available for download from www.BidSync.com. Sealed bids addressed to
the Purchasing Agent, City of Coppell, Texas, for the construction of Whispering Hills Drive —
Project No. TAX 2012B will be received in the Purchasing Office of the City of Coppell Town
Center, 255 Parkway Boulevard, until 9:00 a.m., THURSDAY, JANUARY 29, 2015, and then
publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the
City of Coppell Bid No. -0Q115-01 designated clearly on the exterior of the bid envelope.
A Pre -Bid Conference has been scheduled for this project at the Purchasing Office of the City of
Coppell Town Center, 255 Parkway Boulevard at 9:00 a.m. on THURSDAY, JANUARY 22, 2015.
The conference is not mandatory; however, all interested bidders are strongly encouraged to attend.
This project will be awarded on an A+B bid format with an incentive that will vary based on the
contracted time of completion.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID
TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE
A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible
personal property to be incorporated into the project. (Note: This procedure may not be used,
however, for materials which do not become a part of the finished product, such as, equipment rental
or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal
property, the contract shall separate and provide separate charges for materials to be incorporated
into the project from charges for labor. The City will provide the Contractor with an exemption
certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a
sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal
property) in the space provided on the bid form. The successful bidder's bid form will be used to
develop a separated contract and determine the extent of the tax exemption.
1-4 Bidding Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard Specifications
for Public Works Construction - North Central Texas Council of Governments Fourth
Edition and the Supplementary Conditions of Agreement have the meanings assigned to them
in these General Conditions. The term "Bidder" means one that submits a Bid directly to
Owner, as distinct from a sub -bidder, who submits a bid to a Bidder. The term "Successful
Bidder" means the lowest, qualified, responsible Bidder, as determined after review of
calendar days, overall price, and qualifications, to whom the Owner (on the basis of the
Owner's evaluation as hereinafter provided) makes an award. The term "Bidding
Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the
Construction Plans and Specifications, and the proposed Contract Documents (including all
Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "Engineer" is used in the Specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019.
Consulting Engineer: Wherever the word "Design Engineer" is used in the Specifications
and Contract Documents, it shall be understood as referring to the Design Engineer or his
authorized representative: J. Volk Consulting, Inc.
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 reconstruction of Whispering Hills Drive from Magnolia Drive
to West Sandy Lake Road. Currently a 27 -ft wide, 2 -lane concrete residential street with
curb and gutter from Magnolia to River Road and a 38 -ft wide 2 -lane residential collector
street with ditches from River Road to West Sandy Lake Road, Whispering Hills will be
reconstructed in generally the same alignment. From Magnolia Drive to River Road, the road
will be reconstructed as a 28 -ft wide 2 -lane residential street with curb and gutters. From
River Road to West Sandy Lake, Whispering Hills Drive will be constructed as a 34 -ft wide,
2 -lane concrete roadway with curb and gutters and sidewalks in the filled in ditches.
Approximately 3,500 linear feet of existing 8 -inch water line will be replaced and
approximately 4,000 linear feet of existing 8 -inch sanitary sewer will be replaced.
Approximately 1,200 linear feet of 18-24 inch storm drain pipe will be added with various
storm drain structures.
1-5 Bidding Documents
Work shall include all components necessary for the "turn key" construction of the project as
shown in the plans for the Whispering Hills Drive Reconstruction Project No.
TAX2012B. It will also be necessary to maintain access to the adjacent properties at all
times. The project contractor shall be responsible for coordinating with the residents
regarding driveway access and available street parking within the project.
3. Copies of Bidding Documents.
3.1 Complete sets of the Bidding Documents may be obtained from the offices of J. Volk
Consulting, 800 East Campbell Road, Suite 120, Richardson, Texas 75081, for a non-
refundable cost of $75.00. Digital copies of all bidding documents are available for download
from ATww.BidSync.com. 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
75.00 per set.
C) Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas or J. Volk
Consulting, 800 East Campbell Road, Suite 120, Richardson, Texas 75081.
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 (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 (required to be submitted within five [5] days if requested).
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment (within five [5] days if requested).
The Bidder shall provide a list of equipment, which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if any,
that he must rent/lease as may be required to complete this project.
D. Financial (within five [5] days if requested).
Each Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an audited
certified financial statement (current within the last six (6) months of bid date). This
information will be used to confirm that the Bidder has suitable financial status to
meet obligations incidental to performing the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical
experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business.
5. Conflict of Interest.
City Charter states that no officer or employee of the City shall have a financial interest,
direct or indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership amounts to less
than one percent (1%) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. 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 provided as it is an open and public street. It shall be the
Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents
thoroughly, (b) visit the site to become familiar with local conditions that may affect cost,
1-7 Bidding Documents
progress, performance or furnishing of the Work, (c) consider federal, state and local Laws
and Regulations that may affect cost, progress, performance or furnishing of the Work, (d)
study and carefully correlate Bidder's observations with the Contract Documents, and (e)
notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to
make these examinations shall in no way relieve any Bidder from the responsibility of
fulfilling all of the terms of the contract, without additional cost to the OWNER.
6.2 Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might 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 through the bidding technique used in the
Proposal Form. All work shall be complete within the calendar day count required by the
Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after
the date of the Notice to Proceed or when the contractor begins work, whichever comes first.
A more detailed explanation of the bidding technique and completion time is given in Item
1.6 of the Specific Project Requirements.
8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific
Project Requirements.
10. Substitute or "Or -Equal" Items.
The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or
or -equal" items. Whenever it is indicated in the Drawings or specified in the Specifications
that a substitute or "or -equal' item of material or equipment may be furnished or used by
Contractor if acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the Effective Date of the Agreement. No substitutions should be
considered during the bidding process.
1-9 Bidding Documents
11. Subcontractors, Suppliers, and Others.
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
Subcontractors, Suppliers and other persons and organizations proposed for those portions of
the Work for which such identification is requested. Such list shall be accompanied by an
experience statement with pertinent information regarding similar projects and other evidence
of qualification for each such Subcontractor, supplier, person or organization if requested by
the Owner. If the Owner, after due investigation, has reasonable objection to any proposed
Subcontractor, Supplier, other person or organization, Owner may, before the Notice of
Award is given, request the apparent Successful Bidder to submit an acceptable substitute in
which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's
Bid price may be increased (or decreased) by the difference in cost occasioned by such
substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against whom Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item of
work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the organization
is chartered. Bids which are signed for a corporation shall have the correct corporate name
thereof, its post office address, and the signature of the president or other authorized officer
of the corporation, manually written below the corporate name in the following manner: "By
If the bid is made by an individual, his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the managing
member of the firm or partnership shall be given or the bid may be signed by an attorney -in -
1 -10 Bidding Documents
fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney
evidencing authority to sign the bid, executed by the members of the firm or partners.
13. Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this project,
may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used for
the comparison of bids, 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, 9:00 am., THURSDAY. JANUARY29. 2015, and then publicly
opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed
envelope and marked with the Project title, City of Coppell Bid No. 0-0115-01 and the name
and address of the Bidder shall be submitted. If the Bid is sent through the mail or other
delivery system the sealed envelope shall be enclosed in a separate envelope with the
notation 'BID ENCLOSED Construction of. Whispering Hills Drive Reconstruction
Project No. TAX 2012B" on the face of it and addressed to the Purchasing Agent, City of
Coppell, Texas. Bid submission shall include Bid Form, 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 two parts whereby:
Base Bid (A) = Bid Proposal = The correct summation of the products of the estimated
quantities shown in the proposal, multiplied by their bid unit prices for the construction of
Whispering Hills Drive.
Time Bid (B) = Calendar Days x Daily Value = The time for completion in calendar days
written on the Bid Form in the space provided multiplied by $1500.00 for each calendar
day.
The lowest evaluated bid (total Bid) will be determined by the Owner as the lowest sum of
the Base Bid (A) plus Total Calendar Days x $1500.00 (B)
Total Project = A+B
Bid Summary — Total Project = The correct summation of the Bid Proposals for Sections
A,and B.
The City will make an award based on the lowest amount bid for the Total Project (A+B)
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.
1-12 Bidding Documents
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. Time of
completion will be a consideration in the award of the bid.
19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers,
or other persons or organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted
as requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
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. Incentives / Disincentives.
The owner desires to expedite construction on this contract to minimize the inconvenience to
the traveling public and to reduce the time of construction. Additionally, the owner desires to
have the project substantially constructed during the summer months and opened to full
traffic for the beginning of the new school year. In order to achieve this, an
incentive/disincentive provision is established for this contract.
Total Contract Time:
For the Purposes of Whispering Hills Drive the Daily Value is $1500.00.
In the event the Contractor takes less than the total calendar days bid to construct Whispering
Hills Drive, the Owner will pay incentives of $1500.00 per day to a maximum of $97,500.00.
A disincentive of $1500.00 per calendar day shall apply to Whispering Hills Drive for any
work that exceeds the calendar day count as established herein. There shall be no
maximum disincentive. Contract time shall be defined in accordance with Item 1.6 of
Section 4 of these specifications.
1-13 Bidding Documents
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 on the
project shall commence within ten (10) calendar days after the date of the Notice to Proceed
or when the contractor begins work, whichever occurs first.
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 for materials to be
incorporated into the project from charges for labor. The City will provide the Contractor
with an exemption certificate for the materials. The contractor is expected to issue a resale
certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost
of materials to be incorporated into the contract (tangible personal property) in the space
provided on the bid form. The successful bidders bid form will be used to develop a
separated contract and will determine the extent of the tax exemption. Upon execution of the
construction contract, the successful bidder shall provide a per item breakdown of 1)
materials incorporated into the project; and 2) labor, equipment, supervision and materials not
incorporated into the project.
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.
1-14 Bidding Documents
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 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 notice required. All overtime incurred by the City
for inspection services shall be paid by the Contractor at a rate of $54 per hour. If not paid,
such cost may be deducted from partial payments."
33. Payment.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided
in the General Provisions.
1-I5 Bidding Documents
34. Documentation of existing conditions.
Contractor must video and provide copy to City of existing conditions within entire work
area prior to the start of construction. This is subsidiary to Pay Item #103 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:
Certified or cashier's check made payable to the Owner.
An approved Bidder's Bond underwritten by a surety named in the current list of "Surety
Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit
Staff Bureau of Accounts, U.S. Treasury Department.
36. Bonds
Performance, Payment and Maintenance Bonds are required for this project and shall be
provided in accordance with the General Conditions.
37. Bid Notification
City of Coppell utilizes the following procedures for notification of bid opportunities:
www.bidsync.com and the Coppell Citizens Advocate. These are the only forms of notification
authorized by the city. Coppell shall not be responsible for receipt of notification and information
from any source other than those listed. It shall be the vendor's responsibility to verify the validity
of all bid information received by sources other than those listed.
38. Employment Eligibility Verification
The Immigration Reform and Control Act of 1986 (IRCA) makes it illegal for employers to
knowingly hire or recruit immigrants who do not possess lawful work authorization and requires
employers to verify their employees' work eligibility on a U.S. Department of Justice form I-9.
The contractor/vendor warrants that contractor/vendor is in compliance with IRCA and will
maintain compliance with IRCA during the term of the contract with the city. Contractor/vendor
warrants that contractor/vendor has included or will include a similar provision in all written
agreements with any subcontractors engaged to perform services under this contract.
39. Bid Summary Sheet
Bid summary results will be made available forty-eight (48) hours after bid opening. Bidders
desiring a copy of the bid summary sheet may view the results online forty-eight hours (48) hours
after the bid opening at: http://coppelltx.gov/departments/departments-n-z/purchasing/current-and-
past-bids [purchasing website]. A bidder may also request a copy via email at
urchase , oppelltx.gov . No results will be given over the telephone.
1-16 Bidding Documents
40. Environmentally Preferable Products and Services
Bidders are encouraged to offer Energy Star, GreenSeal, EcoLogo and/or EPEAT certified
products. The city also encourages bidders to offer products and services that are produced or
delivered with minimal use of virgin materials and maximum use of recycled materials and reduce
waste, energy usage, water utilization and toxicity in the manufacture and use of products.
41. Electronic Bids
The City of Coppell uses Bidsync to distribute and bids. The bid shall be submitted in paper format
as indicated. Forms downloaded from Bidsync can be submitted.
42. Questions
Any Questions concerning this Invitation To Bid and Specifications should be directed to the
Purchasing Department at 972-304-3643.
1-17 Bidding Documents
BID FORM
PROJECT IDENTIFICATION: Whispering Hills Drive Reconstruction Project No. TAX
2012B
The City of Coppell, Texas
BID OF McMahon Contracting, L.P. DATE
NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q-0115-01
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
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:
Rec'd:
1-18 Bidding Documents
b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations
that in any manner may affect cost, progress, performance or furnishing of the Work.
c) BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of the
contract documents. CONTRACTOR may rely upon the accuracy of the technical
data contained in such reports, but not upon nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
CONTRACTOR shall have full responsibility with respect to subsurface conditions at
site.
d) 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.
e) 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.
f) 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.
g) 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.
1-19 Bidding Documents
h) 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.
i) 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.
j) 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.
k) It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are to
be performed at the unit prices set forth, except as provided for in the Contract
Documents.
4. Bidder understands that the work for this street will be completed utilizing one mobilization.
It is understood and agreed that all work under this contract will be completed within the bid
calendar days. Completion date will be established in the Notice to Proceed. It is understood
that time of completion will be a consideration in the award of the bid.
5. It is understood and agreed that the contractor's experience in this type of work will be a
strong consideration in the award of the bid.
6. It is strongly recommended that each bidder visit the site prior to submitting a bid.
Construction constraints exist, including traffic that could affect productivity.
7. BIDDER will complete the Work for the following price(s):
1-20 Bidding Documents
WHISPERING HILLS DRIVE RECONSTRUCTION (TAX 201213)
UNIT PRICE BID SCHEDULE
BASE BID
Item Plan
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
Mobilization, Complete In Place,
101 1 LS Sixty Four Thousand Eight Hundred Twenty Five
Dollars and Fifty Cents
per LUMP SUM
64,825.50 64,825.50
Project Signs, Complete In Place,
102 2 EA Five Hundred Twenty Nine Dollars
and Eight Cents
per EACH
529.08 1,058.16
Prepare Traffic Control Plan and Implement,
Complete In Place,
103 1 LS Eighteen Thousand Eight Hundred Fifty Three
Dollars and Thirty Six Cents
per LUMP SUM 18,853.36 18,853.36
Prepare and Implement Storm Water Polution
Prevention Plan (SWPPP), Complete In Place,
104 1 LS Thirteen Thousand Five Hundred Dollars
and No Cents
per LUMP SUM 13,500.00 13,500.00
Right -of -Way Preparation, Complete In Place,
105 1 LS Ninety Five Thousand Nine Hundred
Forty Two Dollars and Fifty Cents
per LUMP SUM
95,942.50 95,942.50
Subgrade Preparation, Complete In Place,
106 15300 SY
Four Dollars
and Forty Six Cents
per SQUARE YARD
4.46 68,238.00
Sawcut, Remove & Dispose Ex. Concrete
Pavement, Complete In Place,
107 18600 SY Seven Dollars
and Fifty Two Cents
per SQUARE YARD 7.52 139,872.00
9" Reinforced Pavement with Integral Curb,
Complete In Place,
108 13300 SY Forty Five Dollars
and Thirty One Cents
per SQUARE YARD 45.31 602,623.00
6" Reinforced Concrete Driveway/Alley Pavement,
Complete In Place,
109 2000 SY Thirty Dollars
and No Cents
per SQUARE YARD 30.00 60,000.00
1-21 Bidding Documents
UNIT PRICE BID SCHEDULE
BASE BID
Item Plan
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
4" Concrete Sidewalk, Complete In Place,
110 3250 SY Forty One Dollars
and Twenty Two Cents
per SQUARE YARD
41.22 133,965.00
Concrete Step, Complete In Place,
111 85 EA Eighty Six Dollars
and Twenty Five Cents
per EACH
86.25 7,331.25
Barrier Free Ramp, Complete In Place,
112 20 EA One Thousand Three Hundred Twenty Two
Dollars and Fifty Cents
per EACH
1,322.50 26,450.00
Variable Height Ret. Wall w/Integral Sidewalk,
Complete In Place,
113 130 LF Thirty Two Dollars
and Twenty Two Cents
per LINEAR FOOT 32.20 4,186.00
Pavement Markings, Complete In Place,
114 1 LS Three Thousand Four Hundred Fifty Dollars
and No Cents
per LUMP SUM
3,450.00 3,450.00
Traffic Buttons, Complete In Place,
115 1 LS Five Thousand Eight Hundred Sixty Five Dollars
and No Cents
per LUMP SUM
5,865.00 5,865.00
Restore Parkways & Disturbed Areas,
Complete In Place,
116 1 LS Twenty One Thousand Seven Hundred Twenty
Dollars and Five Cents
per LUMP SUM 21,720.05 21,720.05
Install 10' Curb Inlet,
Complete In Place,
117 13 EA Three Thousand Seven Hundred Ninety Five
Dollars and No Cents
per EACH 3,795.00 49,335.00
Install 14' Curb Inlet,
Complete In Place,
118 2 EA Four Thousand Eight Hundred Thirty Dollars
and No Cents
per EACH 4,830.00 9,660.00
Reconstruct Inlet Top (All Sizes) ,
Complete In Place,
119 2 EA Three Thousand Three Hundred Thirty Three
Dollars and No Cents
per EACH I 3,333.00 6,666.00
1-22 Bidding Documents
UNIT PRICE BID SCHEDULE
BASE BID
Item Plan
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
2'x2' Grate Inlet,
Complete In Place,
120 1 EA One Thousand Six Hundred Ten Dollars
and No Cents
per EACH 1,610.00 1,610.00
2'x2' Drop Inlet,
Complete In Place,
121 4 EA Two Thousand Eight Hundred Seventy Five
Dollars and No Cents
per EACH 2,875.00 11,500.00
4'x4' Drop Inlet,
Complete In Place,
122 1 EA Four Thousand One Hundred Forty Dollars
and No Cents
per EACH 4,140.00 4,140.00
6'x6' Junction Box,
Complete In Place,
123 1 EA Seven Thousand Four Hundred Seventy Five
Dollars and No Cents
per EACH 7,475.00 7,475.00
18" Reinforced Concrete Pipe (CL III),
Complete In Place,
124 500 LF Sixty Eight Dollars
and Thirty Seven Cents
per LINEAR FOOT 68.37 34,185.00
24" Reinforced Concrete Pipe (CL III),
Complete In Place,
125 600 LF Eighty Five Dollars
and Fifty Six Cents
per LINEAR FOOT 85.56 51,336.00
Abandon Existing Storm Sewer,
Complete In Place,
126 1 LS Seven Thousand Three Hundred Twenty Dollars
and Fifteen Cents
per LUMP SUM 7,320.15 7,320.15
8" PVC SDR -35 Sanitary Sewer Pipe,
Complete In Place,
127 4000 LF Thirty Eight Dollars
and Fifty Cents
per LINEAR FOOT 38.50 154,000.00
8" PVC SDR -26 Sanitary Sewer Pipe,
Complete In Place,
128 140 LF Sixty Nine Dollars
and Forty Four Cents
per LINEAR FOOT 69.44 9,721.60
8" HDPE Sanitary Sewer Pipe by Pipe Bursting,
Complete In Place,
129 190 LF Sixtv Dollars
and Forty One Cents
per LINEAR FOOT 60.41 11,477.90
1-23 Bidding Documents
UNIT PRICE BID SCHEDULE
BASE BID
Item Plan
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
4' Sanitary Sewer Manhole (All Depths),
Complete In Place,
130 12 EA Three Thousand Forty Five Dollars
and Fifty Eight Cents
per EACH 3,045.58 36,546.96
Sanitary Sewer Service,
Complete In Place,
131 67 EA Eight Hundred Thirty Eight Dollars
and Seventy Nine Cents
per EACH 838.79 56,198.93
Abandon Existing Sanitary Sewer Line,
Complete In Place,
132 1 LS Two Thousand Nine Hundred Twenty Dollars
and Forty Five Cents
per LUMP SUM 2,920.45 2,920.45
Remove Existing Sanitary Sewer Manhole,
Complete In Place,
133 8 EA Six Hundred Fifty Six Dollars
and Nineteen Cents
per EACH 656.19 5,249.52
Abandon Existing Sanitary Sewer Manhole,
Complete In Place,
134 4 EA One Thousand Five Hundred Ninety Two Dollars
and Sixty One Cents
per EACH 1,592.61 6,370.44
8" PVC C-900 DR -14 Water Line,
Complete In Place,
135 4200 LF Forty Three Dollars
and Ninety Seven Cents
per LINEAR FOOT 43.97 184,674.00
8" Gate Valve,
Complete In Place,
136 37 EA One Thousand Four Hundred Eighty Three
Dollars and Seventy Three Cents
per EACH 1,483.73 54,898.01
Install New Fire Hydrant and Valve Assembly,
Complete In Place,
137 9 EA Three Thousand Six Hundred Ninety Six Dollars
and Twenty Two Cents
per EACH 3,696.22 33,265.98
Adjust Existing Valve Box to Grade,
Complete In Place,
138 10 EA One Hundred Eighty Nine Dollars
and Fifty Six Cents
per EA 189.56 1,895.60
Wet Connection,
Complete In Place,
139 11 EA Two Thousand One Hundred Three Dollars
and Sixty Three Cents
per EA 2,103.631 23,139.93
1-24 Bidding Documents
UNIT PRICE BID SCHEDULE
BASE BID
Item Plan
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
Abandon Existing Water Line,
Complete In Place,
140 1 LS Four Thousand One Hundred Eighty Two Dollars
and Eighty Seven Cents
per LUMP SUM 4,182.87 4,182.87
Connect to Existing Water Service,
Complete In Place,
141 2 EA Eight Hundred Thirty Six Dollars
and Thirty Nine Cents
per EACH 836.39 1,672.78
3/4" Water Service (All Lengths),
Complete In Place,
142 67 EA One Thousand Three Hundred Thirty Seven
Dollars and Seventy One Cents
per EACH 1,337.71 89,626.57
1" Water Service (All Lengths),
Complete In Place,
143 2 EA One Thousand Five Hundred Seventy Dollars
and Eighty Two Cents
per EACH 1,570.82 3,141.64
2" Water Service (All Lengths),
Complete In Place,
144 2 EA Four Thousand Three Hundred Sixty Two Dollars
and Thirty Six Cents
per EACH 4,362.36 8,724.72
Concrete Encasement,
Complete In Place,
145 100 LF Thirty Five Dollars
and Eighty Six Cents
per LINEAR FOOT 35.86 3,586.00
Trench Safety for All Utilities,
Complete In Place,
146 9300 LF No Dollars
and Twenty Six Cents
per LINEAR FOOT 0.26 2,418.00
2" Conduit,
Complete In Place,
147 4650 LF Five Dollars
and Seventy Five Cents
per LINEAR FOOT 5.75 26,737.50
Repair/Replace/Modify Ex. Irrigation Systems,
Complete In Place,
148 1 LS Twenty Eight Thousand Five Hundred Eight
Dollars and Fifty Cents
per LUMP SUM 28,508.50 28,508.50
Install Tree,
Complete In Place,
149 5 EA Three Hundred Forty Two Dollars
and Seventy Cents
er EACH 342.70 1,713.50
1-25 Bidding Documents
UNIT PRICE BID SCHEDULE
BASE BID
Item Plan
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
Install Tree Root Barrier,
Complete In Place,
150 500 LF Thirty One Dollars
and Five Cents
per LINEAR FOOT 31.05 15,525.00
Remove and Reset Landscaping,
Complete In Place,
151 1 LS Fourteen Thousand Seven Hundred Twenty
and No Cents
per LUMP SUM 14,720.00 14,720.00
Remove & Replace Stone Mailbox,
Complete In Place,
152 5 EA One Thousand Ninety Two Dollars
and Fifty Cents
per EACH 1,092.50 5,462.50
Remove & Reset Mailbox,
Complete In Place,
153 4 EA One Hundred Fourty Three Dollars
and Seventy Five Cents
per EACH 143.75 575.00
Remove & Replace Street Signs,
Complete In Place,
154 12 EA Six Hundred Eighty Four Dollars
and Twenty Five Cents
per EACH 684.25 8,211.00
Project Communication,
Complete In Place,
155 1 LS Five Thousand One Hundred Seventy Five
Dollars and No Cents
per LUMP SUM 5,175.00 5,175.00
Enhanced Pavement,
Complete In Place,
156 20 SY Two Hundred Fifty Eight Dollars
and Seventy Five Cents
per SQUARE YARD 258.75 5,175.00
1-26 Bidding Documents
BID SUMMARY — SECTION 1
WHISPERING HILLS DRIVE
SUBTOTAL BID ITEMS #101 THRU #155
Total Tangible Personal Properly:
BID SUMMARY
TOTAL BASE BID (A)
TOTAL TIME BID (B)
TOTAL TIME BID (B) (Days x $1500.00)
2,256,621.87
957 219.00
2,256,621.87
250 CALENDAR DAYS
375.000
BASIS FOR COMPARISON OF BIDS = A+B: $ 2,631,621.87
The bid with the lowest amount for A+B will be considered the low bid. The award of the contract
amount will be on the basis of the base bid (A) only.
NOTE: A TIME BID OF MORE THAN 300 CALENDAR DAYS SHALL BE CONSIDERED
NONRESPONSIVE AND WILL BE REJECTED.
1. Communications concerning this Bid shall be addressed to the address of BIDDER indicated
on the applicable signature page.
2. 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).
3. 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.
PROPOSAL GUARANTY
A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard
Specifications for Public Works Construction — North Central Texas Council of
Governments Fourth Edition.
SUBMITTED ON
Signature:
1-27 Bidding Documents
PREVAILING WAGE RATES
GENERAL DECISION NUMBER: TX140035 01/03/2014 TX35
Date: January 3, 2014
General Decision Number: TX140035 01/03/2014
Superseded General Decision Number: TX20080043
State: Texas
Construction Type: Highway
Counties: Archer, Callahan, Clay, Collin, Dallas, Delta,
Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker,
Rockwall, Tarrant and Wise Counties in Texas.
HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building
structures in rest area projects & railroad construction;
bascule, suspension & spandrel arch bridges designed for
commercial navigation, bridges involving marine construction;
and other major bridges).
Modification Number Publication Date
0 01/03/2014
SUTX2011-007 08/03/2011
Rates Fringes
CONCRETE FINISHER (Paving and
Structures) ......................$ 14.12 0.00
ELECTRICIAN ......................$ 19.80 0.00
FORM BUILDER/FORM SETTER
Paving & Curb ................$ 13.16 0.00
Structures ...................$ 13.84 0.00
LABORER
Asphalt Raker ................$ 12.69 0.00
Flagger ......................$ 10.06 0.00
Laborer, Common ..............$ 10.72 0.00
Laborer, Utility .............$ 12.32 0.00
Pipelayer ....................$ 13.24 0.00
Work Zone Barricade
Servicer .....................$ 11.68 0.00
1-28 Bidding Documents
POWER EQUIPMENT OPERATOR
16.24 0.00
Asphalt Distributer ..........$ 15.32 0.00
Asphalt Paving Machine .......$ 13.99 0.00
Broom or Sweeper .............$ 11.74 0.00
Concrete Pavement
12.62 0.00
Finishing Machine ............$ 16.05 0.00
Concrete Saw .................$ 14.48 0.00
Crane Operator, Lattice
Boom 80 Tons or Less .........$ 17.27 0.00
Crane Operator, Lattice
Boom over 80 Tons ............$ 20.52 0.00
Crane, Hydraulic 80 Tons
or Less ......................$ 18.12 0.00
Crawler, Tractor .............$ 14.07 0.00
Excavator, 50,000 Pounds
or Less ......................$ 17.19 0.00
Excavator, over 50,000
Pounds .......................$ 16.99 0.00
Foundation Drill, Truck
Mounted ......................$ 21.07 0.00
Foundation Drill, Crawler
Mounted ......................$ 17.99 0.00
Frond End Loader 3 CY or
Less .........................$ 13.69 0.00
Front End Loader, over 3 CY ..$ 14.72 0.00
Loader/Backhoe ...............$ 15.18 0.00
Mechanic .....................$ 17.68 0.00
Milling Machine ..............$ 14.32 0.00
Motor Grader, Fine Grade .....$ 17.19 0.00
Motor Grader, Rough ..........$ 16.02 0.00
Pavement Marking Machine .....$ 13.63 0.00
Reclaimer/Pulverizer .........$ 11.01 0.00
Roller, Asphalt ..............$ 13.08 0.00
Roller, Other ................$ 11.51 0.00
Scraper ......................$ 12.96 0.00
Small Slipform Machine .......$ 15.96 0.00
Spreader Box .................$ 14.73 0.00
Servicer .........................$ 14.58 0.00
Steel Worker (Reinforcing) .......$ 16.18 0.00
TRUCK DRIVER
Lowboy -Float .................$ 16.24 0.00
Off Road Hauler ..............$ 12.25 0.00
Single Axle ..................$ 12.31 0.00
Single or Tandem Axle
Dump Truck ...................$ 12.62 0.00
1-29 Bidding Documents
Tandem Axle Tractor with
Semi Trailer .................$ 12.86 0.00
Transit -Mix ..................$ 14.14 0.00
WELDER ...........................$ 14.84 0.00
WELDERS - Receive rate prescribed for craft performing operation
to which welding incidental.
Unlisted classification needed for work not included within the
scope of the classifications listed may be added after award only
as provided in the labor standards contract clauses (29CFR 5.5
a) (1) (ii)).
The body of each wage determination lists the classification and
wage rates that have been found to be prevailing for the cited
type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular rate
is union or non-union.
Union Identifiers
An identifier enclosed in dotted lines beginning with characters
other than "SU" denotes that the union classification and rate
have found to be prevailing for that classification. Example:
PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate
the international union and the four -digit number, 0198, that
follows indicates the local union number or district council
number where applicable , i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number used in
processing the wage determination. The date, 07/01/2011,
following these characters is the effective date of the most
current negotiated rate/collective bargaining agreement which
would be July 1, 2011 in the above example.
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rates.
0000/9999: weighted union wage rates will be published annually
each January.
1-30 Bidding Documents
Non -Union Identifiers
Classifications listed under an "SU" identifier were derived from
survey data by computing average rates and are not union rates;
however, the data used in computing these rates may include both
union and non-union data. Example: SULA2004-007 5/13/2010. SU
indicates the rates are not union majority rates, LA indicates
the State of Louisiana; 2004 is the year of the survey; and 007
is an internal number used in producing the wage determination.
A 1993 or later date, 5/13/2010, indicates the classifications
and rates under that identifier were issued as a General Wage
Determination on that date.
Survey wage rates will remain in effect and will not change until
a new survey is conducted.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be.
an existing published wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the Davis -
Bacon survey program. If the response from this initial contact
is not satisfactory, then the process described in 2.) and 3.)
should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
1-31 Bidding Documents
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
1-32 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
By law this questionnaire must be filed with the records administrator of the local
Date Received
government not later than the 7th business day after the date the person becomes
aware of facts that require the statement 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.
Name of person doing business with local governmental entity.
Check this box if you are filing an update to a previously filed questionnaire.
The law requires that you file an updated completed questionnaire with the appropriate filing authority
not later than September 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.)
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
describe the affiliation or business relationship.
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.
1-33 Bidding Documents
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
Page 2
For vendor or other person doing business with local governmental entity
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
B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local
Llgovernment officer named in this section AND the taxable income is not from the local governmental entity? Yes
No
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.
Signature of person doing business with the governmental entity Date
1-34 Bidding Documents
SECTION 2
CONTRACT
DOCUMENTS
T H E C 1 T Y . U P
COPPELL
sw1*
14
s t 8
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of in the year 2015
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called
OWNER) and McMahon Contracting, L.P. (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
This work shall consist of the Whispering Hills Drive street improvements. This
project will include the removal of existing pavement, unclassified excavation, the
construction of new pavement, the installation and/or adjustment of
water/wastewater utilities, the installation and/or adjustment related drainage, and
all appurtenant work as laid out and described in the construction plans. Work
shall include all components necessary for the "turn key" construction of the
roadway and related improvements as shown in the plans for Project No. TAX
2012B.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Construction Plans for
WHISPERING HILLS DRIVE RECONSTRUCTION
PROJECT NO. TAX 2012B
Bid No. Q-0115-01
Article 2. ENGINEER.
The Project has been designed by J. Volk Consulting, Inc.. Contract administration will be
provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and
who is to act as OWNER's representative, assume all duties and responsibilities and have the rights
and authority assigned to ENGINEER in the Contract Documents in connection with completion of
the Work in accordance with the Contract Documents.
2-2 Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed as stated within Items 19 and 20 of the Instructions to
Bidders in Section 1 of these contract documents, and the Contract time commences to run
as provided in Item 103.2 of the General Provisions, and completed and ready for final
payment in accordance with Item 109.5 of the General Provisions.
3.2. Liquidated Damages. For the purposes of this project, an incentive/disincentive
procedure shall be incorporated into the contract based upon the provisions for the
incentive/disincentive as set forth in Item 20 within the Instructions to Bidders in Section 1
of these contract documents.
Article 4. CONTRACT PRICE.
4.1.OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents in current funds subject to additions and deductions by Change Orders
as provided in the contract documents in accordance with the unit prices listed in Section 1 -
Proposal and Bid Schedule.
The contract sum shall be the amount of $ 2,631,62 $2,256,621.87.
The total tangible personal property cost included in the contract sum is
957,219 .
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.
2-3 Contract Documents
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.
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.
2-4 Contract Documents
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. 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 Whispering Hills Drive Reconstruction Project No. TAX 2012B for the City of
Coppell.
8.8. Drawings (Construction Plans) entitled: CONSTRUCTION PLANS FOR
WHISPERING HILLS DRIVE RECONSTRUCTION, CITY OF COPPELL.
8.9. The following listed and numbered addenda:
Addendum No. 1
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
OWNER: City of Coppell
255 Parkway Boulevard
Coppell, TX 75019
i
11 .
vLi &U'kW
Address for giving notices:
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffm, P.E.
Dir. of Engineering/Public Works
If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
2015.
CONTRACTOR: McMahon Contracting, L.P.
3019 Roy Orr Boulevard
Grand Prairie, TX 75050
BY.
TITLE:
ATTEST: MA
Address for giving notices:
uwo-c
If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2-7 Contract Documents
Certificate of Insurance
After award of contract, Contractor will provide Owner with Certificate of Insurance, which will be
executed and bound here with final documents.
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
Bond No. 09016638
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That McMahon Contracting, L.P.
whose address is 3019 Roy Orr Blvd., Grand Prairie, TX 75050 ,
0 onia mencan asua y an we ompany anhereinaftercalledPrincipal, and Fidelity and Deposi pan, of Maryland a
corporation organized and existing under the laws of the State of Maryland , 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 Two Million, Two Hundred Fifty Six
Thousand Six Hundred Twenty One and 87/100--------------------------------------------------- DOLLARS
2,256,621.87 ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond,
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of
A.D. 20 , which is made a part hereof by reference, for the construction of
certain public improvements that are generally described as follows:
Construction of the:
Whispering Hills Drive Reconstruction
Project No. TAX 2012B
Bid No. Q-0115-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract documents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from the
date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully
indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may
suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all
outlay and expense which the Beneficiary may incur in making good any default or deficiency, then
this obligation shall be void; otherwise, it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
2-10 Contract Documents
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
one of which shall be deemed an original, this day of
Six
20
copies, each
PRINCIPAL, SURETY Colonial American Casualty and Surety Company
McMahon Contracting, L.P. and Fidelity and Deposit Company of Maryland
BY: jo
Title: bhllhell1a.LN&it_ Title: Robbi Morales Attorney-in-fact
ATTEST: ATTEST
t4L/ cl Bu/q "r /e')
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is:
NAME: Aon Risk Services Southwest Inc. Attn: Rick Reyna
ADDRESS: 2711 N. Haskell Ave. Suite 800 Dallas TX 75204
NOTE: Date of Aetformance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name.
2-11 Contract Documents
13 I181111e111
STATE OF TEXAS
COUNTY OF DALLAS
Bond No. 09016638
KNOW ALL MEN BY THESE PRESENTS: That McMahon Contracting, L.P.
whose address is 3019 Roy Orr Blvd., Grand Prairie, TX 75050 ,
Cglonial American casualtyy and Surety Company andhereinaftercalledPrincipal, and Fidelity and Deposit Com S np l o Maryland , a
corporation organized and existing under the laws of the State of Maryland , 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 Two Million, Two Hundred Fifty Six
Thousand Six Hundred Twenty One and 87/100 ---------------------------------------------------DOLLARS
2,256,621.87 ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, dated the of , A.D.
20 , which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
Construction of the:
Whispering Hills Drive Reconstruction
Project No. TAX 2012B
Bid No. Q-0115-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying the
same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
performed thereunder.
2-12 Contract Documents
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, Vernods Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
one of which shall be deemed an original, this day of
PRINCIPAL
McMahon Contracting, L.P.
Six copies, each
20
SURETY
Colonial American Casualty and Surety Company
and Fidelity and Deposit Company of Maryland
By: _C _ -221 `224a4:31 _-411-
Title: (06W) 6( Vlq tr Title: Robbi Morales, Attorney-in-fact
ATTEST: ATTEST:
Q,>n L & . lLi l t/' "4/
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME:
Aon Risk Services Southwest, Inc. Attn: Rick Reyna
ADDRESS:
2711 N. Haskell Ave., Suite 800, Dallas TX 75204
NOTE: Date of Peifornrance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's
name.
2-13 Contract Documents
ALMMENANCE BOND
STATE OF TEXAS
COUNTY OF DALLAS
Bond No. 09016638
KNOW ALL MEN BY THESE PRESENTS: THAT McMahon Contracting, L.P.
Colonial American Casualty an ure y ompana and
as Principal, and Fidelity and Deposit Company of Maryland 5 a
corporation organized under the laws of Maryland , as sureties,
do hereby expressly acknowledge themselves to be held and bound to pay unto the
City of Coppell , a Municipal Corporation, Texas, the sum of
One Million, One Hundred Twenty Eight Thousand, Three Hundred Ten Dollars and 94
Cents ($ 1,128,310.9i__), 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
McMahon Contracting, L.P.
has this day entered into a written contract with the said City of Coppell
to build and construct Whispering Hills Drive Project No. TAX 2012B, Bid No. Q-0115-01,
which contract and the plans and specifications therein mentioned, adopted by the
City of Coppell are hereby expressly made a part thereof as through the same
were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor
will maintain and keep in good repair, the work herein contracted to be done and performed, for a
period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs
and/or reconstruction in whole or in part of said improvements that should be occasioned by
settlement of foundation, defective workmanship or materials furnished in the construction or any
part thereof or any of the accessories thereto constructed by the Contractor. It being understood that
the purpose of this section is to cover all defective conditions arising by reason of defective material
and charge the same against the said Contractor, and sureties on this obligation, and the said
Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
contract for each day's failure on its' part to comply with the terms of said provisions of said
contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to
maintain said work and keep the same in repair for the said maintenance period of two (2) years, as
provided, then these presents shall be null and void, and have not further effect, but if default shall
be made by the said Contractor in the performance of its' contract to so maintain and repair said
work, then these presents shall have full force and effect, and said City of Coppell
shall have and receive from the said Contractor and its' principal and sureties damages in the
premises, as provided; and it is further agreed that this obligation shall be a continuing one against
the principal and sureties, hereon, and that successive 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.
2_14 Contract Documents
IN WITNESS WHEREOF, the said McMahon Contracting, L.P. has
caused thesefresents
I1to
be executed
g
b(y
and the said Fidelity antlel
ieposiitta ml3any of Naryland pany an has caused these presents to
be executed by its Attorney in fact and the said Attorney in fact Robbi Morales ,
has hereunto set his hand, the day of 120
PRINCIPAL SURETY Colonial American Casualty and Surety Company
McMahon Contracting, L.P. and Fidelity and Deposit Company of Maryland
By: By: L22zza11-;k 1 /
Title: E(A& wr I Anw 4A/- Title: Robbi Morales, Attorney-in-fact
WITNESS: ATT ST: /
NOTE: Date ofMaintenance Bond must not be prior to date ofContract.
2_15 Contract Documents
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Don E. CORNELL, Lisa M. BONNOT, Ricardo J. REYNA, V. Delene MARSHALL, Sophinie HUNTER,
Robbi MORALES and Kelly A. WESTBROOK, all of Dallas, Texas, EACH its true and lawful agent and Attomey-in-Fact, to make,
execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on
behalf of Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings
in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been
duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in
New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office
in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office
in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of March, A.D. 2015.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
iSt1u Q 9E/psi .Gp+,NtNSL .,
Mr
p,
SEAL W
ti'f I
toi
m o: 7 n tii :
z ;
o„num„++.
Secretary Vice President
Eric D. Barnes Michael Bond
State of Maryland
County of Baltimore
On this 6th day of March, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said
officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate
Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
oi f 7 1
r
m i•' J\\
Constance A. Dunn, Notary Public
My Commission Expires: July 14, 2015
POA -F 168-0589
EXTRACT FROM BY-LAWS OF THE COMPANIES
Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this day of 120
YGY1NSUp•.,U=It
ozz.., SEAL
7
00 , •......- ,
Gerald F. Haley, Vice President
IU Fidelity and Deposit Companies
Home Office: 1400 American Lane Schaumburg, IL 60196
Jzzq4
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and
Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for
information or to make a complaint at:
1-800-654-5155
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights, or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or
about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial
American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does
not become a part or condition of the attached document.
S8543f(1 X) (0S/01 )
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
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" in these contract documents and specifications shall be understood as
referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the
Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Consulting En ineer: Wherever the word "Design Engineer" is used in the Specifications and
Contract Documents, it shall be understood as referring to the Design Engineer or his authorized
representative, J. Volk Consulting, Inc., 800 East Campbell Road, Suite 120, Richardson, Texas
75081.
Calendar Day: Add the following sentence to the end of the working days definitions: "Hours worked
before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime
request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-
two hours notice required. All overtime incurred by the City for inspection services 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 scale for Inspector overtime charges will be $54/hr.
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
Supplementaty 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 1.26 shall protect
all of the parties' insured and provide coverage for all losses and damages caused by the
perils covered thereby. Accordingly, all such policies shall contain provisions to the effect
that in the event of payment of any loss or damage the insurer will have no rights of
recovery against any of the parties named as insured or additional insured, and if such
waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same."
SC -103.4.7a
Add the following new item:
103.4.7a J. Volk Consulting, 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.
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
3-3 Standard Specifications
Supplementary Conditions
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
104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following "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, ENGINEER has established and relied upon the
City of Coppell Standard Construction Details were used for pavement depth and subgrade
preparation. The Contractor is responsible for obtaining a copy of these standards prior to beginning
construction.
The Contractor may 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 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 Item 107.14 and substitute the following in lieu thereof:
107.14 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 arising out of CONTRACTOR'S,
OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR
shall promptly attempt to settle with such other Contractor by agreement, or to
otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the
fullest extent permitted by Laws and Regulations, indemnify and hold OWNER,
ENGINEER and Consulting Engineer harmless from and against all claims,
damages, losses and expenses (including, but not limited to, fees of engineers,
architects, attorneys and other professionals and court and arbitration costs) arising
directly, indirectly or consequentially out of any action, legal or equitable, brought
by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to
the extent based on a claim arising out of CONTRACTOR'S performance of the
Work. Should a separate Contractor cause damage to the work or property of
CONTRACTOR or should the performance of work 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 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
3-6 Standard Specifications
Supplementary Conditions
time in accordance with Item 1.36. An extension of the Contract Time shall be
CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and
Consulting Engineer for any delay, disruption, interference or hindrance caused by
any separate Contractor."
ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES
SC -107.23.2a
Add the following new Item 107.23.2a immediately after Item 107.23.2:
I07.23.2a 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, Engineer or Contractor".
ITEM 108.3 - OTHER CONTRACTORS: OBLIGATION TO COOPERATE
SC -108.3
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided in Item 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."
3-7 Standard Specifications
Supplementary Conditions
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 cannot 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."
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:
303.5.4 Joints
303.5.4.2 Expansion Joints: Replace with the following:
Expansion joints shall be installed perpendicularly to the surface and
centerline of the pavement. Expansion Joint material shall be redwood
boards, 3/4 -inch in width, and extended through curbs. Expansion joints are
to be installed at each end of radius at street intersections. Expansion joints
shall be equally spaced between intersections with not less than one every
200 linear feet of pavement, unless otherwise specified on the Plans or
directed by the Engineer.
3-8 Standard Specifications
Supplementary Conditions
303.5.4.2.3 Proximity to Existing Structures: Add to end of
sentence, "or as directed by the Engineer".
303.5.4.3 Contraction Joints. Delete the first sentence of the
first paragraph 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."
303.5.6 Finishing.
303.5.6.1 Machine. Add the following paragraph at the end of
this subsection: "Fog sprays powered by pressure pumps, and capable of
covering the entire area of freshly placed concrete with a fine mist, shall be
used if water is needed for finishing operations."
303.5.6.2 Hand. Add a new paragraph after first paragraph
which reads as follows: "Fog sprays powered by pressure pumps, and
capable of covering the entire area of freshly placed concrete with a fine
mist, shall be used if water is needed for finishing operations."
DIVISION 500: UNDERGROUND CONSTRUCTION AND APPURTENANCES
ITEM 504. — OPEN CUT - BACKFILL:
504.2.3.3.3 Additional Requirements
2) Additional Requirements for Type "B" backfill when used in streets: Insert
the following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting maybe used only with specific written permission of the Engineer."
ITEM 504.5 - EMBEDMENT:
504.5.3.2 Compaction.
504.5.3.2.1 Densities - Areas Not Subjected to or Influenced by
Vehicular Traffic. Amend the second sentence by striking the words "to a
density comparable with adjacent undisturbed material" and replacing with
to a density between 95 percent and 100 percent Standard Proctor Density
as determined by ASTM D-698 at, or up to five (5) percentage points above,
optimum moisture content, unless otherwise specified in the Plans or
directed by the Engineer."
3-9 Standard Specifications
Supplementary Conditions
DIVISION 800: MISCELLANEOUS CONSTRUCTION & MATERIALS
ITEM 803 — SLOPE AND CHANNEL PROTECTION:
803.3.3 Riprap Construction Methods
803.3.3.6 Mortar Riprap. Add the sentence: "Mortar or concrete
type shall be approved by the Engineer and shall conform to A.S.T.M. C
387-83."
3-10 Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
7 li E • C C T Y • O F
COPP , EL , L
0Tp
A c
s``
t 6
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. 1. American Concrete Institute
A. W. S. American Welding Society
A. W. W. A. American Water Works Association
S. S. P. C. Steel Structures Painting Council, Federal
Specifications Treasury Department
U.L. Underwriters Laboratories
N. E. M. A. National Electrical Manufacturers Association
W. P. C. F. Water Pollution Control Federation
TX. DOT Texas Department of Transportation
C. D. G. S. City of Dallas General Specifications
S. S. P. W. C. N. C. T. Standard Specifications for Public Works
Construction North Central Texas
T. M.U.T. C. D. Texas Manual on Uniform Traffic Control Devices
4-2 Specific Project Requirements
1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of
Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019.
1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer of the Owner, or such other representatives as may be
authorized by said owner to act in any particular position.
1.2a CONSULTING ENGINEER: Wherever the word "Design Engineer" is used in the
Specifications and Contract Documents, it shall be understood as referring to the Design
Engineer or his authorized representative, J. Volk Consulting, Inc., 800 East Campbell
Road, Suite 120, Richardson, TX 75081.
1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF
COPPELL: All improvements described in this Proposal and Construction Drawings
shall be performed in accordance with the Project Drawings and Specifications. In the
event that an item is not covered in the Project Drawings and Specifications, then the City
of Coppell Standard Construction Details (Ord.#2006-1129), and Appendix `C' Design
Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall
apply.
1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street right-of-way. Entrance onto private property shall be at the expressed
approval of the ENGINEER, only.
1.5 PROJECT DESCRIPTION: This work shall consist of the Reconstruction of
Whispering Hills Drive. This project will include the removal of existing pavement,
unclassified excavation, the construction of new pavement, the installation and/or
adjustment of water/wastewater utilities, the installation and/or adjustment of related
drainage, and all appurtenant work as laid out and described in the construction plans.
Work shall include all components necessary for the "turn key" construction of the
roadway and related improvements as shown in the plans for Project No. TAX 2012B.
1.6 EXPLANATION OF CONTRACT TIME:
In the event the Contractor completes the contract prior to the expiration of the Original
Contract Time, the Owner will pay the Contractor an incentive payment of the Daily
Value amount specified in Item 19 of the Instructions to Bidders in the Contract
Documents for each calendar day the actual completion date precedes the Original
Contract Time and subject to the conditions set forth below. The term "Original Contract
Time" as used herein will mean the number of calendar days established by the Contractor
for completion of the work of the Contract on the date the Contract was executed. 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
4-3 Specific Project Requirements
or other events as described herein. For purposes of the calculation and the determination
of entitlement to the incentive payment stated above, the Original Contract Time will not
be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save
and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state
of emergency, national strike, or other situations as declared by the Owner). The parties
anticipate that delays may be caused by or arise from any number of events during the
course of the Contract, including, but not limited to, work performed, disruptions,
permitting issues, actions of suppliers, subcontractors or other contractors, actions by third
parties, weather, weekends, holidays, or other such events, forces or factors sometimes
experienced in roadway construction work. Such delays or events and their potential
impacts on performance by the Contractor are specifically contemplated and
acknowledged by the parties in entering into this Contract, and shall not extend the
Original Contract Time for purposes of calculation of the incentive payment set forth
above. Further, any and all costs or impacts whatsoever incurred by the Contractor in
accelerating the Contractor's work to overcome or absorb such delays or events in an
effort to complete the Contract prior to expiration of the Original Contract Time,
regardless of whether the Contractor successfully does so or not, shall be the sole
responsibility of the Contractor in every instance. In the event the project is altered by
work deleted, change orders, supplemental agreements, utility conflicts, design changes or
defects, extra work, right of way issues, or other situations which are not the fault of or a
direct result of contractor negligence which may impact the critical path of the project
construction schedule, the Owner may choose to negotiate the extension or reduction of
the Original Contract Time with the Contractor.
In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency,
national strike, or other situations as declared by the Owner) directly and substantially
affecting the Contractor's operations on the Contract, the Contractor and the Owner shall
agree as to the number of calendar days to extend the Original Contract Time so that such
extended Original Contract Time, will be used in calculation of any incentive payment. In
the event the Contractor and Owner are unable to agree to the number of calendar days to
extend the Original Contract Time, the Owner shall unilaterally determine the number of
calendar days to extend the Original contract Time reasonably and necessary and due
solely to such catastrophic event and the Contractor shall have no right whatsoever to
contest such determination, save and except that the Contractor establishes that the number
of calendar days determined by the Owner were arbitrary or without any reasonable basis.
The Contractor shall have no rights under the Contract to make any claim arising out of
this incentive payment provision except as is expressly set forth in this Provision. As
conditions precedent to the Contractor's entitlement to any incentive the Contractor must:
1. Actually complete all Contract requirements, including the completion of all punch list
work, and obtain final acceptance by the Owner prior to expiration of the Original
Contract Time.
2. The Contractor shall notify the Owner in writing, within 30 days after the final
acceptance of the Contract by the Owner, that the Contractor elects to be paid the
4-4 Specific Project Requirements
incentive payment which the Contractor is eligible to be paid based on the actual final
acceptance date, and such written notice shall constitute a full and complete waiver,
release and acknowledgement of satisfaction by the Contractor of any and all claims,
causes of action, issues, demands, disputes, matters or controversies, of any nature or
kind whatsoever, known or unknown, against the Owner, its employees, officers,
agents, representatives, consultants, and their respective employees, officers and
representatives, the Contractor has or may have, including, but not limited to, work
performed, work deleted, change orders, supplemental agreements, delays,
disruptions, differing site conditions, utility conflicts, design changes or defects, time
extensions, extra work, right of way issues, permitting issues, actions of suppliers or
subcontractors or other contractors, actions by third parties, shop drawing approval
process delays, expansion of the physical limits of the project to make it functional,
weather, weekends, holidays, suspensions of Contractor's operations, extended or
unabsorbed home office or job site overhead, lump sum maintenance of traffic
adjustments, lost profits, prime mark-up on subcontractor work, acceleration costs,
any and all direct and indirect costs, any other adverse impacts, events, conditions,
circumstances or potential damages, on or pertaining to, or as to or arising out of the
Contract. This waiver, release and acknowledgement of satisfaction shall be all-
inclusive and absolute, save and except any routine Owner final estimating quantity
adjustments.
Should the Contractor fail to actually complete the Contract and obtain final acceptance by
the Owner prior to expiration of the Original Contract Time, or should the contractor,
having timely completed the Contract and obtained final acceptance by the Owner prior to
expiration of the Original Contract Time, but having failed to timely request the incentive
payment for any reason, and including but not limited to the Contractor choosing not to
fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor
shall have no right to any payment whatsoever under this Article. Notwithstanding the
Contractor's election or non -election of the incentive under this provision, the disincentive
provision applies to all circumstances where the work in the Contract is not finally
accepted by the Original Contract Time.
Should the Contractor fail to complete the Contract on or before the expiration of the
Original Contract Time, as adjusted in accordance with the provisions above, the Owner
shall deduct from the moneys due the Contractor the Daily Value specified in the Contract
Documents for each calendar day completion exceeds the Original Contract Time. This
deduction shall be the disincentive for the Contractor's failing to timely complete the
Contract. This shall be strictly enforced.
In the event the Contractor elects to exercise this incentive payment provision, should this
provision conflict with any other provision of the Contract; the Contract shall be
interpreted in accordance with this provision. Any reference to "Substantially Complete"
shall be interpreted to be complete with the Contract with no work remaining on the
project.
4-5 Specific Project Requirements
1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards,
promulgating safety regulations and notifying owners and users of adjacent utilities.
1.8 SOIL INVESTIGATION: A geotechnical investigation report has been prepared for this
project and is included for reference only. The Contractor shall visit the site and acquaint
himself with the site conditions.
1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided
by the owner as shown on the plans. The Contractor shall be responsible for layout and
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.
1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades,
cross-sections, and dimensions shown on the Drawings. Any deviation from the
Drawings which may be required by the exigencies of construction will be determined by
the Engineer and authorized by him in writing.
1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an
independent laboratory acceptable for testing as required by the construction plans and
standard specifications. The Contractor shall bear all related costs of retests, or 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 contractors' responsibility for his own quality assurance/quality
control testing. Contractor shall replace any deficient construction items.
1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order
of the court, or other public authority, the Owner may at any time during suspension upon
seven days written notice to the Contractor, terminate the Contract. In such an event, the
Owner shall be liable only for payment for all work completed plus a reasonable cost for
4-6 Specific Project Requirements
any expenses resulting from the termination of the Contract, but such expenses shall not
exceed $5,000.
1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for
removal of trees that obstruct the installation of the improvements as outlined for this
project in these Contract Documents. The penalty for the removal or destruction of a tree
without obtaining written permission from the Engineer shall be $500.00 per caliper inch
payable to the Owner. If damage is occurring or is likely to continue, tree guards shall be
erected when so directed by the Engineer at the Contractor's expense.
1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent Superintendent capable of reading the plans and
specifications and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required 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
4-7 Specific Project Requirements
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 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 I-48 — Traffic Control.
1.16 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.
4-8 Specific Project Requirements
e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction directly with the appropriate utility
company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times.
1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the contract.
1.19 CLEANUP:
During Construction. The contractor shall at all times keep the job site as free from all
material, debris and rubbish as is practicable and shall remove same from any portion of
the job site when it becomes objectionable or interferes with the progress of the project,
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.
1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the
contract documents for this project shall be understood as meaning an Owner's agent will
observe the construction on behalf of the Owner. The agent will observe and check the
construction in sufficient detail to satisfy himself that the work is proceeding in general
accordance with the contract documents, but he will not be a guarantor of the Contractor's
performance.
1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the construction
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.
1.22 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.
1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date
of final completion and acceptance of the project.
4-9 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. Conformance with specifications.
4-10 Specific Project Requirements
C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work that requires submittals until return of submittals with Engineer's
review.
E. Keep one (1) approved copy of shop drawings or product data at job site at all
times.
1.6 SUBMISSION REQUIREMENTS:
A. Make submittals promptly and in such sequence as to cause no delay in the work
or in the work of any other contractor.
B. Number of submittals required:
1. For shop drawings and product data: Submit the number of copies that the
contractor requires, plus two that will be retained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project title.
3. The names of-
a. 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.
4-11 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.
4-12 Specific Project Requirements
SECTION S
DESCRIPTION OF PAY ITEMS
T H E C 1 T Y - O F
COPPELL
F A
SECTION 5 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the CONTRACTOR can fully
understand the scope of work involved in the Pay Items.
1. Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically included as a
pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or
additional payment will be made therefore. For example, there shall be no separate payment
for the following: (a) excavation to establish subgrade to grade, (b) removal of spoils, (c)
water for construction, (d) surveying to establish grade, (d) maintenance of streets during
construction, (e) sprinkling for dust control, (f) project trailer if needed, and/or (g) 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.
2.1. Pay Item #101— Mobilization:
This pay item shall include the mobilization and demobilization for the construction of the
project. The project is considered to be constructed in one phase. 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, 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 Base Bid (A) amount,
exclusive of this pay 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 mobilization. On all subsequent pay
estimates, payment shall be prorated on the basis of the value of the adjusted contract
amount completed. Payment shall be total compensation for furnishing all labor, materials,
tools, and equipment necessary to complete the work.
2.2. Pay Item #102 — Project Signs:
This pay item shall consist of the installation of project signage in the following locations:
the north and south ends of construction on Whispering Hills Drive. Each sign shall be
5-2 Description of Pay Items
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.
2.3. Pay Item #103 — Prepare Traffic Control Plan and Implement:
This work includes developing and preparing a Traffic Control Plan, and then implementing
and maintaining the required traffic control devices 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 property owners and to 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
riding surfaces. Additionally, the Contractor shall maintain the existing roadway and
temporary riding surfaces in a safe driving condition at all times during construction.
The Contractor shall provide, utilize and update one (1) message board on Whispering Hills
Drive. Final location and message to be determined during construction. 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.). Any lane
reductions on divided streets will require the use of an arrow board as described in the
TMUTCD.
Measurement and payment for traffic control 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. Payment shall be prorated over the
duration of the contract time bid and paid based upon a percentage complete of the project
time.
2.4. Pay Item #104 — Prepare and Implement Storm Water Pollution Prevention Plan
SWPPP):
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 permitting requirements for construction projects that disturb
one (1) or more acres. Under the Texas Pollution Discharge Elimination System (TDPES)
general construction permit TXR 150000, the operator with control of construction plans
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 (SWPPP) for the entire construction site. The
5-3 Description of Pay Items
Contractor shall prepare for both the Owner and the Contractor: (1) sign the SWPPP, (2)
submit an NOI, and (3) post a site notice as part of the permit. The SWPPP 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 SWPPP must clearly indicate which operator is responsible for satisfying each shared
requirement of the SWPPP. The SWPPP 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
SWPPP is retained off-site.
A Texas Registered Professional Engineer must sign and seal the Erosion Control Plan
ECP) submitted as part of the SWPPP. Contractor shall be responsible for obtaining the
OWNER signatures and submitting both the Owner's and Contractor's Notice of
Termination upon completion of the project.
Measurement and payment shall be made on the basis of the price bid per lump sum (LS)
for preparation and implementation of the SWPPP. 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 term of
construction. Payment shall be total compensation for furnishing all labor, materials, tools,
and equipment necessary to complete the work and payment shall be prorated throughout
the term of construction based on the calendar days.
2.5. Pay Item #105 — Right -of -Way Preparation:
This work includes the clearing and grubbing and removal and 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 paving 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 to
provide required clearance from streets and/or sidewalks, 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
5-4 Description of Pay Items
Engineer and homeowner. Removal of landscape improvements shall be considered
subsidiary to this pay item.
This work shall also include:
a) The removal of existing pavement markings and traffic buttons;
b) The removal of all existing drainage pipe, inlets and other related drainage structures
and/or appurtenances shown for removal;
c) Any grading activities (excavation or fill) deemed necessary to prepare the proposed
grades of the areas outside the street pavement; and
d) The removal and/or replacement of any existing regulatory, school or informational signs
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 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.
2.6. Pay Item #106 — Subgrade Preparation:
This work includes the preparation of the subgrade prior to placing pavement. Work shall
include all fill or excavation necessary to establish the subgrade to the lines and grades shown
in the plans and shall ensure that the subgrade is suitable for placing pavement. All work for
this item shall be in accordance with NCTCOG Item 301.1. Any import fill necessary shall be
considered subsidiary to the price bid for this item. Additionally, any excess material shall be
removed from the site and lawfully disposed of in an approved manner and shall be
considered subsidiary to the price bid for this item.
Measurement and payment for work performed and materials furnished related to subgrade
preparation, 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.
2.7. Pay Item #107 — Sawcut, Remove and Dispose Existing Concrete Pavement:
This work includes the removal and disposal of existing concrete pavement at the locations
shown on the construction plans or as determined by the Engineer, in accordance with the
appropriate details and specifications. Any existing improvements beyond these limits, which
are damaged or destroyed by the construction shall be removed and replaced at the
Contractor's expense. Concrete to be removed shall be sawed full -depth through the existing
reinforcement along even straight lines as shown on the plans or as established by the
Engineer, in accordance with NCTCOG Item 402.3. Once concrete improvements are
removed, exposed surfaces shall be roughened to allow adequate bonding of new concrete.
Epoxy grout #4x24" dowel bars into end of existing concrete. This operation shall be
inspected and approved by the Engineer prior to placement of new concrete.
5-5 Description of Pay Items
The thickness of the existing concrete at bore locations is shown in the geotechnical report.
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. Any concrete removal, as well as any temporary pavement, required for the
installation or adjustment of existing utilities shall be subsidiary to this pay item.
Measurement and payment for work performed and materials furnished related to the removal
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.
2.8. Pay Item #108 — 9" Reinforced Concrete Pavement with 6" Integral Curb
This work includes the construction of the specified thickness of reinforced concrete
pavement (including integral curb, where indicated) at the locations shown on the
construction plans or as determined by the Engineer, in accordance with the appropriate
details and specifications. All concrete used for this project shall be Class "C" concrete
with a minimum cement content of 6 sacks per cubic yard and minimal compressive
strength of 3,600 psi at 28 days. No fly ash will be permitted. Curbs are subsidiary to this
pay item, therefore, no separate payment will be made for curb. Any street headers shall be
constructed subsidiary to this pay item. The concrete shall be doweled into the existing
pavement and reinforced in accordance with the City of Coppell Standard Construction
Details. The concrete pavement shall be reinforced with a minimum of No. 4 bars placed
on chairs on 18 -inch centers in each direction. The cost for furnishing and placing
reinforcement is subsidiary to the price bid.
The Contractor shall vibrate all concrete during the pour with a slip form paving machine or
mechanical screed as approved by the Engineer. The Contractor is responsible for making
sample concrete cylinders at a cycle determined by the Engineer for testing purposes. No
sand level up course will be allowed under any paving. The paving shall be a baker broom
finish and shall be cured with a highway white curing compound applied per the
manufacturer's recommendations.
At locations indicated on the plans, lay down curbs shall be constructed and shall be
considered subsidiary to this pay item. The lay down curb shall consist of a 10' taper from
a 6" curb to no curb. CONTRACTOR shall pay close attention to NCTCOG Item 303.5.4.3
Contraction Joints" regarding sawing of joints. In general, joints shall be sawed into the
completed pavement surface as soon after initial concrete sets as possible so that some
raveling of the green concrete is observed in order for the sawing process to prevent
uncontrolled shrinkage cracking. Failure to perform the work in compliance with these
requirements and those in Item 303.5.4.3 will subject the slab to rejection. All joints shall be
spaced a maximum of 15-18 feet apart.
All joints shall be sealed with silicone joint sealing prior to opening the road to traffic.
5-6 Description of Pay Items
Measurement and payment for work performed and materials furnished related to the
construction of reinforced concrete pavement of the specified thickness, as provided herein,
shall be made on the basis of the price bid per square yard (SY) in accordance with NCTCOG
Item 303.9, and shall be total compensation for furnishing and/or operating all labor,
materials, tools, equipment and other incidentals necessary to complete the work.
2.9. Pay Item #109 — 6" Reinforced Concrete Driveway/Alley Pavement:
This work includes construction of concrete driveways and alleys 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 &
alley 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. The concrete pavement shall be reinforced with a minimum of No. 4 bars placed
on chairs on 18 -inch centers in each direction. The cost for furnishing and placing
reinforcement is subsidiary to the price bid. The 6" monolithic curb is included and no
separate payment will be made for the curb.
Measurement and payment for reinforced concrete driveway work performed and materials
furnished completed and in place as provided herein shall be made on the basis of the price
bid per square yard (SY) in accordance with NCTCOG Item 305.2.4, and shall be total
compensation for furnishing and/or operating all labor, materials, tools, equipment and
other incidentals necessary to complete the work.
2.10. Pay Item #110 — 4" Reinforced Concrete Sidewalk:
This work includes construction of concrete sidewalks at the locations shown in the
construction plans or as determined by the Engineer, in accordance with the appropriate
details and specifications. All concrete used for sidewalk shall be Class "A" concrete with a
minimum cement content of 5 sacks per cubic yard and minimum compressive strength of
3,000 psi at 28 days. No fly ash will be permitted. The concrete pavement shall be reinforced
with a minimum of No. 3 bars placed on chairs on 18 -inch centers in each direction. The cost
for furnishing and placing reinforcement is subsidiary to the price bid.
All sidewalk construction shall be in compliance with the Texas Accessibility Act Article
9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and
Regulations. Any sidewalk found to be in noncompliance shall be removed and brought to
compliance at the Contractor's sole expense. All sidewalks located within the public right-of-
way shall have a longitudinal grade of 5% or less. All sidewalks located on private property
shall have a longitudinal grade of 10% or less.
Measurement and payment for reinforced concrete sidewalk work performed and materials
furnished completed and in place as provided herein shall be made on the basis of the price
bid per square yard (SY) in accordance with NCTCOG Item 305.2, and shall be total
compensation for furnishing and/or operating all labor, materials, tools, equipment and other
incidentals necessary to complete the work.
5-7 Description of Pay Items
2.11. Pay Item #111— Concrete Step:
This work includes the construction of reinforced concrete steps outside the rights-of-way to
replace existing steps on lead walks. Concrete steps shall be constructed in generally the same
configuration as the existing steps and shall be used to transition the sidewalk grades when
they exceed 10%. Steps shall be a maximum of 7" rise per step and shall have a tread
dimension of 11" or more. Concrete for steps shall be in accordance with the specifications
for concrete sidewalk.
Measurement and payment for reinforced concrete step work performed and materials
furnished completed and in place as provided herein shall be made on the basis of the price
bid per square 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.
2.12. Pay Item #112 — Barrier Free Ramp:
This work includes the construction of barrier free ramps at locations shown in the plans or as
determined by the Engineer, in accordance with the appropriated details and specifications.
All concrete used for the barrier free ramp construction shall be Class "A" concrete with a
minimum cement content of 5 sacks per cubic yard and minimum compressive strength of
3,000 psi at 28 days. No fly ash will be permitted.
All ramp construction shall be in compliance with the Texas Accessibility Act Article 9102 of
the Texas Civil Statute as administered by the Texas Department of Licensing and
Regulations, and the City of Coppell Standard Construction Details. See Standard Details
Sheets 2185-1 through 2185-6 for additional requirements. This includes the correct slope,
correct width, correct texture, and correct color differentiation. The Engineer shall verify each
ramp prior to final acceptance. Any ramp found to be in noncompliance shall be removed and
brought to compliance at the Contractor's sole expense.
Measurement and payment for construction of barrier free ramps and materials furnished
completed and in place 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.
2.13. Pay Item #113 — Variable Height Retaining Wall with Integral Sidewalk:
This work includes the complete in place construction of variable height retaining wall
integral with sidewalk in locations shown within the construction plans. Construction shall be
per City of Coppell Standard Construction Detail 2180.
Measurement and payment for construction of the variable height retaining wall integral with
sidewalk shall be per linear foot (LF) (includes the integral sidewalk) and shall include all
labor, equipment and materials necessary to complete the work.
2.14. Pay Item #114 — Pavement Markings:
This work includes the placement and installation of all pavement markings (stop bars,
striping, words, symbols shapes, etc.) utilizing hot applied thermoplastic as shown in the
construction plans, or as determined by the Engineer, in accordance with the appropriate
details and specifications, including Items 666 & 668 in TxDOT's 2004 Standard
5-8 Description ofPay Items
Specifications for Construction and Maintenance of Highways, Streets and Bridges. Surface
preparation (including sealing), as required by these specifications, will not be paid for
directly but shall be considered subsidiary to this pay item. This work also includes the
removal (and replacement, if necessary) of any existing markings that are not in alignment or
sequence.
Measurement and payment for pavement markings work performed and materials furnished
completed 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 incidentals necessary to complete the work.
2.15. Pay Item #115 —Traffic Buttons:
This work includes the placement and installation of all traffic buttons (raised pavement
markers) for traffic delineation, as shown in the construction plans, or as determined by the
Engineer, in accordance with the appropriate details and specifications, including Item 672 in
TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways,
Streets and Bridges. 3M Series 290 an engineered thermoplastic marker or equal as
approved by the City will be used. Ceramics may be used for Type W, Y, I C/IA, and II
C/IIA. Surface preparation, as required by these specifications, will not be paid for directly
but shall be considered subsidiary to this pay item. This work also includes the removal (and
replacement, if necessary) of any existing buttons that are not in alignment or sequence.
Manufacturer's recommendations for use of the epoxy adhesive shall be carefully followed.
Measurement and payment for traffic button work performed and materials furnished
completed and in place as provided herein shall be made on the basis of the price bid per lump
sum (LS) for the various types and sizes and shall be total compensation for furnishing and/or
operating all labor, materials, tools, equipment and other incidentals necessary to complete
the work.
2.16. Pay Item #116 — Restore Parkways and Disturbed Areas:
This work includes all work, materials and incidentals necessary to restore parkways, yards or
other improved areas 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, and 202.6. Parkways and disturbed areas along the length of the project shall be fine
graded and cut to receive sod. Topsoil shall be placed in low areas to bring them to grade.
Unless directed otherwise by the Engineer, block sod matching the species that existed prior to
construction and/or the species adjacent to the disturbed area shall be placed in all disturbed
areas. 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
5-9 Description of Pay Items
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, including
watering, fertilizing, mowing and maintenance of the restored areas. No more than 50% of
this item will be paid until 100% coverage has been established to the satisfaction of the
Engineer.
2.17. Pay Items #117-123 — Various Storm Sewer Structures:
This work includes the construction of standard curb inlets (various lengths) and inlet top
reconstruction (various lengths), junction boxes (various sizes), drop inlets (various sizes), and
grate inlets at the locations shown on the construction plans or as determined by the Engineer,
in accordance with the appropriate details and specifications, including City of Coppell
Standard Construction Details 6020 and 6030 and NCTCOG Item 702. Concrete used for the
construction of inlets shall be Class "A", with a minimum cement content of 5 sacks of
cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested at
28 days. All access lids shall be 30" diameter in lieu of 24" diameter lids as shown in the
details.
Measurement and payment for work performed and materials furnished related to the
construction of standard curb inlets (various lengths) and inlet top reconstructions (various
lengths), 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.
2.18. Pay Items #124 & #125 — Reinforced Concrete Pipe (Class III):
This work includes the construction of all reinforced concrete pipe (RCP) storm drain in
various sizes at the locations shown on the construction plans or as determined by the
Engineer, in accordance with the appropriate details and specifications, including NCTCOG
Item 501.6 and 508.3. All RCP storm drain shall be Class III (NCTCOG Item 501.6); all
bends shall be pre -fabricated, and rubber gasketed material shall be used for all joints meeting
ASTM C-443, unless approved otherwise by the Engineer. This work shall include trench
excavation, preparation and shaping of bedding, transporting of pipe, jointing, connections to
existing and/or proposed improvements and structures, embedment, backfill, and temporary
pavement repair, if necessary. Embedment shall be in accordance with the City of Coppell
Standard Constiuction Detail 3020.
Where leads or pipe terminate into an existing system, this work shall include construction of
a concrete collar at the junction to form a watertight connection. The construction of concrete
collars, as required by these specifications and the connection to the existing storm sewer line
will not be paid for directly but shall be considered subsidiary to this pay item.
This work shall also include the construction of temporary pavement repair, when necessary
or as determined by the Engineer, consisting of a minimum of 6" of flexible crushed stone
base with 2" of HMAC. Temporary pavement repair shall be constructed and maintained
along all storm drain 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.
5-10 Description ofPay Items
Measurement and payment for work performed and materials furnished related to the
construction of RCP storm drain (various sizes and/or types), as provided herein, shall be
made on the basis of the price bid per linear foot (LF) in accordance with NCTCOG Item
508.6, and shall be total compensation for furnishing and/or operating all labor, materials,
tools, equipment and other incidentals necessary to complete the work.
2.18.Pay Item #126 — Abandon Existing Storm Sewer Line:
This work includes the cutting off and plugging a storm sewer line and abandoning the line
in place. Existing line shall be filled with flowable fill or sand and shall be free of voids.
Payment shall include excavation, castings, reinforcing steel, concrete, backfill, and other
materials, and all appurtenances to complete the work.
Measurement and payment shall be made on the basis of price bid per Lump Sum. The
contract price shall be the total compensation for the furnishing of all labor, materials,
tools, equipment and incidentals necessary to complete the work all in accordance with the
plans.
2.19. Pay Item #127 & #128 — 8" PVC SDR 35 & SDR 26 Sanitary Sewer Pipe:
This work includes the installation of ASTM D3034 SDR -35 or SDR -26 PVC sanitary
sewer pipe at the locations and to the grades shown on the plans (8"). Work shall be in
accordance with NCTCOG Items 501, 504, 505, 507 and 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, replacement of top soil, protecting or replacing existing structures or utilities,
mandrel pulling, pipeline signs, testing, disposal of surplus materials, cleaning up and
maintenance, fence removal and replacement, as result of the pipeline construction to equal
or better condition. 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. Removal and disposal
of existing pipe and manholes in same trench shall be incidental to pipe line installation.
Testing in accordance with specifications is considered subsidiary to the price bid.
This work also includes the connection of the proposed sanitary sewer lines to any existing
sanitary sewer lines or manholes. Connection to existing line shall include a Class "B"
concrete collar around the joint between the existing and new pipe. Connection to existing
manholes shall be made by coring and grouting the existing manhole. Connections to existing
lines and/or manholes will not be paid for directly but will be subsidiary to this pay item.
This work shall also include the construction of temporary pavement repair, when necessary
or as determined by the Engineer, consisting of a minimum of 6" of flexible crushed stone
base with 2" of HMAC. Temporary pavement repair shall be constructed and maintained
along all sewer lines installed in areas that need to be open to traffic prior to the construction
5-11 Description of Pay Items
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 from center of manhole to center of manhole or cleanout without
any deduction for the length of pipe through manholes 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.
2.20.Pay Item #129 — 8" HDPE Sanitary Sewer by Pipe Bursting:
This work shall include the replacement of existing 8" PVC Sanitary Sewer Line with 8"
HDPE by pipe bursting in accordance with the technical specification for Sewer Collection
Lines Pipe Bursting at locations shown on the plans and described in Section 6 - Technical
Specifications.
Measurement and payment shall be made on the basis of price bid per linear foot (LF)
measured horizontally as defined by the technical specification 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.
2.21.Pay Item #130 — 4' Sanitary Sewer Manhole (All Depths):
This work includes the installation of 4' diameter sanitary manholes per NCTCOG item
number 502.1 and City of Coppell Standard Construction Details. All lids shall be 30" in
diameter. Payment shall include excavation, castings, reinforcing steel, concrete, backfill,
and other materials, and all appurtenances for a complete and functional unit. Removal and
disposal of existing manholes in same trench shall be incidental to pipe line installation and
not a part of this item. Both pre -cast and cast -in-place manholes are permitted for this
project.
Measurement and payment shall be made on the basis of price bid per Each (EA). There is
no separate bid item for extra depth, and shall be paid for as per each regardless of depth.
The contract price shall be the total compensation for the furnishing of all labor, materials,
tools, equipment and incidentals necessary to complete the work, including earth
excavation, disposal of surplus materials and backfill, all in accordance with the plans and
NCTCOG item 502.1.
2.22. Pay Items #131— 4" Sanitary Sewer Services (Various Lengths):
This work includes the installation of a Sanitary Sewer Cleanout per NCTCOG item
number 502.2 and City of Coppell Standard Construction Details. Payment shall include
excavation, castings, reinforcing steel, concrete, backfill, and other materials, and all
appurtenances for a complete and functional unit and shall not be measured and paid for
according to depth.
The service line serving the residence or business shall be inspected and replaced, if so
deemed necessary by City of Coppell personnel, up to the cleanout entering the structure.
The service line shall be connected so as to provide a uniform grade between servicing
5-12 Description of Pay Items
structure and Sanitary Sewer Cleanout set in the Right -of -Way. This work shall include the
length of private service inspection and repair at no additional cost and shall be covered
under the price bid for this pay item.
The Contractor is responsible for TV and marking of each of the sanitary sewer service
lines from the cleanout to the sewer main. The TV and marking shall not be paid for
directly but will be subsidiary to this pay item.
This work shall also include the construction of temporary pavement repair, when necessary
or as determined by the Engineer, consisting of a minimum of 6" of flexible crushed stone
base with 2" of HMAC. Temporary pavement repair shall be constructed and maintained
along all sewer 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 Each (EA). The
contract price shall be the total compensation for the furnishing of all labor, materials, tools,
equipment and incidentals necessary to complete the work, including earth excavation,
disposal of surplus materials and backfill, all in accordance with the plans and NCTCOG item
502.2. Separate bid prices will be required for short and long services as set out in NCTCOG
item 502.10.3.2.1.
2.23. Pay Item #132 — Abandon Existing Sanitary Sewer Line:
This work includes the cutting off and plugging a sanitary sewer line. Payment shall
include excavation, castings, reinforcing steel, concrete, backfill, and other materials, and
all appurtenances for a complete and functional unit.
Measurement and payment shall be made on the basis of price bid per Lump Sum. The
contract price shall be the total compensation for the furnishing of all labor, materials,
tools, equipment and incidentals necessary to complete the work all in accordance with the
plans.
2.24. Pay Item #133 — Remove Existing Sanitary Sewer Manhole:
This work includes the removal of existing sanitary sewer manholes in multiple locations
along the project where dictated on the construction plans. These locations include areas
where an existing manhole is to be removed as unneeded as well as locations where a new
sanitary sewer manhole is to be constructed. The abandonment and/or removal of the
sanitary sewer line connected to the manhole is considered subsidiary to Pay Item #132.
Payment shall include excavation and backfill of the location where the sanitary sewer
manhole is removed and not replaced and shall not be measured and paid for according to
depth. Any testing or backfill around anew manhole shall be subsidiary to Pay Item #130.
Measurement and payment shall be made on the basis of price bid per Each (EA). The
contract price shall be the total compensation for the furnishing of all labor, materials,
tools, equipment and incidentals necessary to complete the work including earth
excavation, disposal of surplus materials and backfill, all in accordance with the plans.
5-13 Description ofPay Items
2.25. Pay Item #134 — Abandon Existing Sanitary Sewer Manhole:
This work includes the removal of any portion of the structure within two feet of finished
grade and plugging all existing lines entering or exiting the structure. Remaining structure
shall be filled with flowable fill or sand and shall be free of voids. Payment shall include
excavation, castings, reinforcing steel, concrete, backfill, and other materials, and all
appurtenances for a complete and functional unit.
Measurement and payment shall be made on the basis of price bid per Each (EA). The
contract price shall be the total compensation for the furnishing of all labor, materials,
tools, equipment and incidentals necessary to complete the work all in accordance with the
plans.
2.26. Pay Item #135 — 8" PVC C-900 DR -14 Water Line:
This work includes the furnishing and installation of 8" 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, 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 include any fittings, bends, glands and thrust blocking required to complete
the work in accordance with the plans and specifications. Fittings will not be paid for directly
but will be subsidiary to this pay item.
This work shall also include the construction of temporary pavement repair, when necessary
or as determined by the Engineer, consisting of a minimum of 6" of flexible crushed stone
base with 2" of HMAC. 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 complete the work, including all
excavation, embedment and backfill.
2.27. Pay Items #136 — Gate Valve:
This work includes the furnishing and installation of gate valves as shown on the plans in
accordance with NCTCOG Item 502.6.
5-14 Description ofPay Items
Measurement and payment shall be made on the basis of the price bid per each (EA) and shall
include all materials and labor necessary to complete the work.
2.28. Pay Item #137 — Install New Fire Hydrant and Valve Assembly:
This work includes the installation of fire hydrant assemblies, 6" valves, and 6" PVC pipe
including connections and testing of the fire hydrants. All bends, fittings, pipe, and
blocking necessary to connect the fire hydrant assemblies to the various water lines are
included in the cost of the fire hydrant assembly. Removal includes all blocking and piping
back to the existing fire hydrant valve. Fire hydrants salvaged in good condition shall be
delivered to Water Tower No. 2 at Wagon Wheel Park. Fire hydrants damaged during
removal shall be disposed of at the Contractor's expense. Existing fire hydrants shall remain
in service until the activation of the new fire hydrants at or near the location.
This work shall include closing any and all openings into the existing water line that are
created as a result of the abandonment and/or relocation of a fire hydrant/valve assembly by
use of approved M.J. cast irons caps or plugs and blocking according to the plans,
specifications and/or details governing such work. Any items or appurtenances required for
the removal of the fire hydrant and closing off of the existing water line shall be subsidiary
to this pay item.
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.
2.29. Pay Item #138 - Adjust Existing Valve Box to Grade:
This work includes the adjustment (raising or lowering) of existing water valve boxes
including valve stems as necessary) 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 adjustments shall be in accordance with the appropriate
details and specifications, including those of the valve manufacturer. No separate pay will be
allowed for repairing damage to valves or valve boxes 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 adjustment of valve boxes that are installed as part of this project shall not be paid for
directly but shall be considered subsidiary to the pay item under which it was installed.
Measurement and payment for work performed and materials furnished related to the
adjustment of existing water valve boxes, 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 the adjustment of the valve stem as necessary.
5-15 Description of Pay Items
2.30. Pay Item #139 — Wet Connection
This work includes the connection of the proposed water lines to any existing water lines and
the necessary appurtenances to make such connections. Connections covered by this item
include but are not limited to tapping sleeve and valve, cut in fittings, sleeves, etc. This work
shall also include any fittings, bends, glands, and thrust blocking required to complete the
work in accordance with the plans and specifications. Any fittings specifically associated with
connecting to an existing line will not be paid for directly but will be subsidiary to this pay
item.
Measurement and payment for work performed and materials furnished related wet
connection, 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 the adjustment
of the valve stem as necessary.
2.31. Pay Item #140 - Abandon Existing Water Line:
This work includes the abandonment of existing water lines as shown on the construction
plans or as determined by the Engineer, in accordance with the appropriate details and
specifications. The Contractor shall verify that all services, meters, stubouts and other branch
water lines supplied from the existing water lines to be abandoned are transferred to other
water lines as shown on these plans prior to pavement construction. No service or meter shall
be without water supply for more than four (4) hours. Cutting and plugging of existing water
lines, as well as placement of restrained plugs on water lines to remain, shall be subsidiary to
this pay item.
The existing water lines shall be abandoned as follows:
a) After each section of the existing water line is taken out of service, the abandoned section
shall be completely drained, including pumping water from the system, as necessary.
b) Any and all openings into the existing pipe will be closed by use of approved M.J. cast
irons caps or plugs and blocking according to the plans, specifications and/or details
governing such work.
c) Existing valves may be used to close the existing system, the pipe on the abandoned side
shall not be left open, but shall be plugged and blocked.
d) Valves stacks shall be removed and backfilled with soil.
Measurement and payment for work performed and materials furnished related to
abandoning the existing water line, 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.
2.32. Pay Items #141— Connect to Existing Water Service :
This work includes the construction of water services in multiple locations along the project
where dictated by the layout of the proposed improvements, as shown on the construction
plans or as determined by the Engineer. These installations shall be in accordance with
5-16 Description of Pay Items
NCTCOG Item 502.10 and the appropriate City of Coppell Standard Construction Details.
This work shall involve connecting to existing vaults and metering apparatus without
damaging the existing metering or back flow prevention apparatus. This work shall include
providing a new gate valve for each size of service connection. Contractor shall coordinate
the connection of services with owners of services and the Fire Department as necessary to
maintain adequate fire protection ability. 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.
Measurement and payment shall be made on the basis of price per each (EA) Water Service
installed and shall be the total compensation for furnishing all materials, tools, equipment,
labor, and any other incidentals necessary to complete the work. Separate bid prices will be
required for short and long services as set out in NCTCOG item 502.10.3.2.1.
2.33. Pay Items #142-#144 — Water Service Line with Meter Can (Various Sizes & Lengths)::
This work includes the construction of water services in multiple locations along the project
where dictated by the layout of the proposed improvements, as shown on the construction
plans or as determined by the Engineer. These installations shall be in accordance with
NCTCOG Item 502.10 and the appropriate City of Coppell Standard Construction Details.
The service line, setter and water meter box shall be replaced at each water service location.
This work includes replacing the setter and meter box; however, all meters shall be re -used or
provided by the City. 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. Connection to existing
private line shall be done using a brass compression coupling. Any part of the existing water
service line that needs to be replaced or modified shall be done under the supervision of a
licensed plumber and shall meet all local, state, and federally applicable codes.
Measurement and payment shall be made on the basis of price per each (EA) Water Service
installed and shall be the total compensation for furnishing all materials, tools, equipment,
labor, and any other incidentals necessary to complete the work. Separate bid prices will
be required for short and long services as set out in NCTCOG item 502.10.3.2.1.
2.34. Pay Items #145 — Concrete Encasement:
This work includes the construction of concrete encasement for utilities as shown on the plans
or directed by the Engineer. Encasement shall be constructed in accordance with the
specifications and details for Class "G" embedment and in accordance with NCTCOG items
504.5.2.13 and 702.
Measurement and payment shall be made on the basis of price per linear foot (LF) Concrete
Encasement installed and shall be the total compensation for furnishing all materials, tools,
equipment, labor, and any other incidentals necessary to complete the work.
2.33.Pay Item #146 — Trench Safety System (all utility construction):
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.,
5-17 Description of Pay Items
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). The CONTRACTOR shall have a Trench Safety Plan prepared,
signed and sealed by a professional engineer licensed in the State of Texas, 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.
2.34.Pay Item #147 — 2" PVC Conduit:
This work includes installing 2" Schedule 40 PVC conduit in accordance with the City of
Coppell details and specifications. Conduit shall be installed along the length of the project at
a location to be determined by the City of Coppell. Installation shall include all necessary
fittings, trenching, backfill, pull -string necessary.
Measurement and payment for work performed and materials furnished related to the
installation of 2" PVC Conduit, as provided herein, shall be made on the basis of the price bid
per lump 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.
2.35.Pay Item #148 — Repair, Replace and/or Modify Existing Irrigation Systems:
This work includes repairing, replacing and/or modifying any existing irrigation system or
system component within the limits of the work area that is damaged or whose
function/operation is adversely impacted by the construction of the proposed improvements,
in a manner satisfactory to the adjacent property owners or HOAs to whom they belong and
the Engineer. This work includes repairing or replacing any damaged pipes, sprinkler heads
or other system components (i.e., valves, controllers, valve boxes, etc.).
All existing irrigation systems will be assumed to be in good condition and fully operational
unless the CONTRACTOR has inspected, noted and documented some specific damage to a
system that exists, prior to construction beginning. It would, therefore, be advisable for the
CONTRATOR to contact adjacent property owners and/or system owners/operators prior to
construction to determine the limits of all existing irrigation systems, the location of sprinkler
heads and other system components, and to identify and document any existing damage.
All repairs should be completed as soon as possible after the damage is discovered. Any
damage to existing grass, trees or landscaping resulting from a lack of water during
construction because of damage to irrigation systems or irrigation systems that become
inoperable will be the sole responsibility of the CONTRACTOR to replace. The exact
number and location of sprinkler heads, valves, controllers, etc. on this project is unknown.
The CONTRACTOR is, therefore, advised to visit the project site for himself and make his
5-18 Description ofPay Items
own determination of where existing irrigation systems may be located and to what extent
those systems and system components may be damaged or impacted during construction.
Measurement and payment for work performed and materials furnished related to the repair,
replacement and/or modification of existing irrigation systems, 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, including replacing any sod, trees or landscaping damaged
during the course of construction due to the lack of adequate watering or the inability to
properly operate an existing irrigation system resulting from the construction.
2.36. Pay Item #149 - Install Tree:
This work includes the furnishing and planting of trees to replace those trees which are
required to be removed to complete the project. Replacement trees shall be 3 inches caliper
of trunk measured 6 inches above grade level. The type of tree shall be the same type of
tree (assume Live Oak or similar) as the removed tree unless the owner of the property on
which the tree is to be planted requests a different type of tree and the request is approved
by the Engineer's Project Representative. The location for the tree shall be agreed to by the
property owner and the Owner's Project Representative. Replacement trees shall be nursery
grown, well formed, balled and burlapped trees with natural balls of earth of sufficient
diameter and depth to encompass the fibrous and feeding root system necessary for full
recovery of the tree. Planting shall be in accordance with the City of Coppell standards and
accepted landscaping practices.
The Contractor shall maintain the replacement tree for a three (3) month establishment
period following planting. Trees which do not, in the judgment of the Owner's Project
Representative, become established during the establishment period shall be replaced at the
Contractor's cost.
Measurement and payment for work performed and materials related to the installation of
each tree shall be by each (EA) tree planted complete in place and accepted.
2.37. Pay Item #150 — Install Tree Root Barrier:
This work includes the installation of Tree Root Barriers per the detail as shown in the
construction plans at locations designated in the plans or as directed by the Engineer. Any
proposed curb or existing curb to remain that is damaged with the installation of the tree
root barrier shall be removed and replaced at the Contractor's expense and not included as
an additional cost.
Measurement and payment for work performed and materials related to the installation of
the tree root barriers shall be for linear foot (LF) tree root barrier installed complete in
place and accepted.
2.38. Pay Item #151— Remove and Reset Landscaping:
This work includes the removing and resetting any existing landscape improvements,
landscape beds, gravel rock beds, and/or any other existing improvement removed or
5-19 Description of Pay Items
relocated during the course of construction and shall be replaced with like kind or better as
a part of this pay item. Each area shall be photographed (not videoed) before the start of
construction. If new stones are used, they must match the existing wall as much as
practical. The Contractor shall notify each property owner after completion of the
restoration work for acceptance.
Additionally, any area or landscape drainage pipe discovered shall be run to the back of
curb and turned up for outfall utilizing a pop-up cover. All pipes shall be HDPE or
Schedule 20 PVC pipe to match existing pipe and size. All extensions and modifications to
existing private drainage systems shall be coordinated with the homeowner.
Measurement and payment shall be on the basis of lump sum (LS) complete in place and
accepted. The bid price shall be full compensation for furnishing all labor, materials,
supplies, equipment, and incidentals necessary to complete the work as specified.
2.39. Pay Item #152 —Remove and Replace Stone Mailbox:
This work includes the removing and replacing existing stone mailboxes as noted on the plan.
The work and materials as prescribed by this item will be measured by each mailbox removed
and replaced. Each mailbox shall be photographed before the start of construction. Each
mailbox shall be replaced at or above the photographed condition of the mailbox.
Measurement and payment shall be on the basis of each mailbox (EA) complete in place
and accepted. The bid price shall be full compensation for furnishing all labor, materials,
supplies, equipment, and incidentals necessary to complete the work as specified.
2.40.Pay Item #153 — Remove and Reset Mailbox:
This work includes the removing and resetting existing mailboxes as noted on the plans. The
work and materials as prescribed by this Item will be measured by each mailbox removed and
reset. Each mailbox shall be photographed before the start of construction. Each mailbox
shall be replaced at or above the photographed condition of the mailbox.
Measurement and payment shall be on the basis of each mailbox (EA) complete in place
and accepted. The bid price shall be full compensation for furnishing all labor, materials,
supplies, equipment, and incidentals necessary to complete the work as specified.
2.41.Pay Item #154 — Remove & Reset Street Signs:
This pay item shall consist of the removing and resetting of existing street signs at the
locations specified by the Owner. If signs are damaged, new signs shall be manufactured. All
signs shall be manufactured and mounted in accordance with City of Coppell standards and
Texas MUTCD guidelines. All signs shall be mounted on square, black, powder coated posts
using matching hardware. Signs may have multiple signs on each post and shall be replaced
in the same configuration and location as before construction.
Measurement and Payment shall be made on the basis of the bid price per Each (EA) post and
shall be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
5-20 Description ofPay Items
2.42.Pay Item 9155 — Project Communication:
This item shall consist of communicating all aspects of the project to both the adjacent
property owners and the City throughout the term of the project. The contractor shall attend a
preconstruction meeting with all the project stakeholders before beginning work. This shall
be in addition to the preconstruction meeting with City Staff. The stakeholder meeting
shall consist of introductions of key staff personnel, presentation of contractor's anticipated
schedule, presentation of details regarding coordinating neighborhood services such as
refuse collection, mail distribution, ingress and egress of residents, etc. and any other
pertinent information to the project or residents.
Additionally, the contractor shall provide a bi-weekly update memo including progress in
the previous two weeks, detailed anticipated schedule for the next two weeks, overall
schedule of progress, anticipated closings of specific work areas, anticipated disruptions to
community services, updated contact information, and any other pertinent information to
the project or residents. Bi -weekly progress reports shall be delivered on Fridays by
3:00pm and left on the door of each adjacent property. Additionally, a copy of the update
memo shall be emailed to the City Engineer, City Inspector, Design Engineer, and any
other email distribution list determined at the beginning of the project.
Measurement and Payment shall be made on the basis of the bid price per lump sum and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work of communicating the project. Payment for this item shall be paid upon
substantially completing the work and successfully communicating the project milestones.
Additionally, monthly pay requests will not be processed without proof of the bi-weekly
updates being prepared and delivered.
5-21 Description of Pay Items
SECTION 6
TECHNICAL SPECIFICATIONS
SEWER
COLLECTION
LINES PIPE
BURSTING
SCOPE OF WORK
This section specifies the system, method, or process to include all labor, materials,
tools, equipment, and incidentals necessary to provide for the complete rehabilitation
replacement of deteriorated pipe by the Pipe Bursting Process. Pipe bursting is the
construction technique for replacing an existing clay pipe, underground pipe system
in situ by simultaneously "bursting" the existing pipe and installing a new pipe in its
place. For purposes of this project, the process involves the use of a static "moling"
device, suitably sized to break out the old pipe with a flared plug that bursts the
existing pipe. Sewer service laterals are reconnected to the new pipe through small
excavations from the surface. Sewage flows from both the upstream line and existing
services are pumped as required to prevent overflows and to provide continual service.
All excavations required for reconnecting and pumping service flows, entry pits, ex
its pits, obstruction removal and point repairs, are kept to a minimum and all damage
to surface and underground features, facilities, utilities, and improvements is to be
repaired. Forward progress of the "mole" shall be aided by the use of hydraulic static
pull method or by using a modified boring "knife" with a flared plug that crushes the
existing sewer pipe. The replacement pipe is either pulled or pushed into the bore.
The method allows for the replacement pipe sizes from 2 - inch through 36 - inch
and/or upsizing in varying increments up to 36 - inches.
SITE CONDITIONS
Contractor's Safety: Without excluding other safety considerations, Contractor is advised that
the sanitary sewer system, existing and proposed, may contain dangerous or deadly
concentrations of gases.
Existing Conditions: Site is subject to inundating rains, and may be subject to localized
flooding and surface flows. Site is subject to groundwater conditions which may impede
work sequence.
QUALITY ASSURANCE
The Contractor is solely responsible for quality control through the duration of the project.
The contractor is to be responsible for any costs associated with corrective measures
required to replace or repair items not meeting the quality standards specified by these
construction documents.
CERTIFICATION
The Contractor shall provide qualifications to the City upon request that
demonstrates evidence of competency and authority to perform pipe bursting. The
qualifications shall at a minimum include the following:
Pipe Bursting Certification: The Contractor shall be trained by the pipe bursting
equipment manufacturer in the use of the equipment for pipe bursting.
Pipe Bursting Patent: The Contractor shall be licensed for the use of the pipe bursting
technology patent.
Thermal Fusion Training: The Contractor shall be trained, by the thermal fusion
equipment manufacturer, in the use of the equipment for thermal butt-
fusion/electrofusion of high-density polyethylene (HDPE) pipe.
SUBMITTALS
The Contractor shall submit the following items for review and approval by the
Engineer in accordance with the Contract Documents. Approval of the submittals by
the Engineer shall be obtained prior to ordering pipe materials and/or the start of the
pipe replacement process.
Certifications of training by the pipe bursting systems manufacturer stating that the
operators have been fully trained in the use of the pipe bursting equipment by an
authorized representative of the equipment manufacturer. Alternately the Contractor
may provide a letter of intent of training, to include course outline, from an
authorized representative of the equipment manufacturer.
Certifications from the pipe manufacturer of training in the proper method for handling
and installing the new pipe.
Certifications of training by the pipe fusion equipment manufacturers that the operators
have been fully trained in the use of the fusion equipment by an authorized
representative of the equipment manufacturer.
Detailed construction procedures, and layout plans to include sequence of construction.
Locations, sizes and construction methods for the service reconnections pits.
Methods of construction, reconnection and restoration of existing service laterals.
Detailed descriptions of the methods of modifying existing manholes.
Detailed procedures for the installations and bedding of the new pipe in the launching
and receiving pits.
Sewer bypass plans, methods and list of equipment to be utilized.
Descriptions of the method to remove and dispose of the host pipe, if required.
The safety plan in conformance with the Contract Documents and OSHA regulations.
Manufacturer's technical data showing complete information on material composition,
physical properties and dimensions of the new pipe and fittings. Manufacturer's
recommendations for transport, handling storage, and repair of pipe and fittings shall
be included.
Traffic control plans (if necessary).
Project schedule
Contingency plans for the following potential conditions:
A. Unforeseen obstruction (s) causing burst stoppage, such as unanticipated changes(s) in
host pipe material , repair sections (s), concrete encasement (s) or cradle (s), buried or
abandoned manhole (s) or changes in direction not depicted on maps provided by the
City.
B. Substantial surface heave occurring due to the depth of the existing pipe vs. the amount
of upsizing.
C. Damage to existing service connections and to the replacement pipeline's structural
integrity and methods of repair.
D.Damage to other existing utilities.
E. Loss of and return to line and grade.
F. Soil heaving or settlement.
PERFORMANCE REQUIREMENTS
Maintain sewage flow by diversion pumping or other method approved by the
Engineer. All flows tributary to reach are to be completely bypassed, detained or
diverted.
Clear existing sewers of debris, obstructions and other foreign material.
Perform pipe bursting/crushing.
Shape manhole inverts as specified.
Perform all site work, operations, backfill and restoration work in compliance with
OSHA standards. Employ a Trench Safety System as specified. Install and
operate necessary ground water and surface water control measures in accordance
with specifications. Determine appropriate methods of excavation and backfill in
order to protect at all times existing utilities, buildings, or other facilities or
infrastructure. Embed the service connection and service lateral as specified for
sanitary sewer main, and as shown on standard details.
The Contractor shall hold the City and J. Volk Consulting, Inc. harmless in any
legal action resulting from patent infringements.
MATERIAL SPECIFICATIONS
PIPE: Polyethylene Plastic Pipe shall be AWWA C906 high-density polyethylene pipe
HDPE) characterized by ASTM F714 and NSF 61. HDPE resin shall be PE3408 resin
characterized by ASTM 1248 and ASTM D3350. All pipes shall be made of virgin
material. No rework except that obtained from the manufactures own production of the
same formulation shall be used. The pipe shall be homogenous throughout and shall be
free of visible cracks, holes, foreign material, blisters or other deleterious faults. Prior to
construction, Contractor shall submit for approval, the manufacture's specific technical
data with complete information on resin, physical properties of pipe and pipe dimensions
pertinent to the job. A certificate of "Compliance with Specification" shall be furnished
for all materials to be supplied.
Dimensions Ratios: The minimum wall thickness of the polyethylene pipe shall meet
pipe manufacturer's recommendations and shall be SDR -21. Per ASTM specification
F585, any abrasion, cuts or gouges less than 10% of the wall thickness will be acceptable
for use; any abrasion, cuts or gouges greater than 10% of the wall thickness pipe will
need to be cut out and repaired.
CLAMPS: Stainless steel, including bolts and lugs; Type 108, as manufactured by JCM
Industries or equal. Furnish full circle, universal clamp couplings with at least 3/16 -inch
thick neoprene grid -type gaskets. Select clamps to fit outside diameter of liner pipe. Use
of flexible rubber couplings are not permitted on this project.
EXECUTION
MATERIALS HANDLING: The contractor is required to transport, handle and store pipe
and fittings as recommended by the manufacturer. No materials shall be dumped,
dropped, pushed or rolled into a trench. Pipe may be pulled longitudinally into the
trench after fusion of the pipeline. Pulling of the main shall be accomplished by
mechanical action during pipe bursting operations. If new pipe and fittings become damaged
before or during installation, it shall be repaired as recommended by the manufacturer or
replaced as required by the Engineer at the Contractor's expense, before proceeding further.
Contractor shall deliver, store and handle other materials as required to prevent damage.
PIPE FITTINGS: New pipe and fittings that are damaged before or during installation
shall be repaired or replaced, as recommended by the manufacturer or required by the
Engineer. The costs of such repair or replacement shall be borne by the Contractor and
be accomplished prior to proceeding with the project.
PIPE BURSTING: Prior to commencement of the construction, the Contractor shall submit
to the Engineer a pipe bursting plan which shall minimally include pit locations and
schedule, service lateral replacement, bursting distances and directions, and service
outage and reinstatement schedule.
The pipe bursting tool shall be designed and manufactured to force its way through the
existing pipe materials by fragmenting the pipe and compressing the old pipe sections into the
surrounding soil as it progresses. The bursting unit shall generate sufficient force to burst
and compact the existing pipeline. The bursting tool size shall be in accordance with the
manufacturer's recommendations for the diameters being burst and replaced.
The bursting head shall incorporate a shield/expander to prevent collapse of the hole ahead of
the new pipe insertion. The pipe bursting unit shall be remotely controlled. Sectional
replacement pipe shall be pushed as well as pulled behind the bursting head.
The bursting action of the tool shall increase the external dimensions sufficiently to break the
existing pipe and simultaneously expand the surrounding ground sufficiently to permit
pulling the new pipe through the annular space.
Pipe bursting shall be accomplished using the static method. In general, the bursting
operations shall be as follows:
Post notices of service interruption and outages as indicated in the pipe -bursting plan.
The Contractor will provide a 48 hour notice to customers whose service will
potentially be interrupted.
Isolate the existing system and excavate launch, bursting, and service pits as indicated
in the pipe -bursting plan.
Construct placement service lines.
Set up the bursting equipment in the bursting pit and insert the bursting rods or cable
through the host pipe.
Connect the bursting head to the main and the bursting rods or cable in the launch pit.
Burst the existing main and install new polyethylene pipe.
Install new service connection fittings and connect new service laterals.
Flush the new main then connect the new main to the existing system; and
Continue this series of operation to complete the full scope of bursting.
LAUNCHING AND BURSTING PIT: Pits shall be strategically located along the alignment
of the pipe to be burst, to minimize the quantity of pits and maximize the footage of liner
pipe installed in a single pull. The Contractor shall prepare a pit location schematic
illustrating the planned pit locations and schedule for pit excavation, backfilling and
restoration. The duration that pits are open shall be kept to a minimum. Pit locations shall
consider locations of existing and proposed manholes, cleanouts, fittings, services, point
repairs, and isolating sections of the existing system to minimize service interruption to
customers. Where it is necessary to excavate, to Contractor shall furnish and install trench
shoring or bracing in compliance with OSHA standards.
Preparation: After completing insertion pit excavation, remove top of existing sanitary
sewer line down to the spring line. Connect power winch cable to end of liner by use of
suitable pulling head equal to outside diameter of liner. Secure pulling head to liner and attach
to power winch cable so that liner can be satisfactorily fed and pulled through sanitary sewer
line. Prevent ragged edges of existing pipe from scarring liner pipe. Follow insertion
procedures in ASTM F 585.
SERVICES PITS: Pits shall be required to install service connection fittings and reconnect
service laterals to the newly installed pipe.
SERVICE LINE REPLACEMENT: The pipe bursting plan shall include the schedule for
replacing service laterals and method for replacing lines (bursting existing service lines and/or
moling new service lines) if required.
BURSTING DISTANCE AND DIRECTIONS: The contractor shall include in the pipe bursting
plan, distances and directions of the bursts to be performed.
SERVICES OUTAGE AND REINSTATEMENT: The Contractor shall minimize service
interruption to customers. Service outage shall be strictly limited to the hours of 8:00 AM to
6:00 PM, Monday through Friday. No service interruption shall be allowed from 6:00 PM to
8:00 AM, Monday through Friday or at all on Saturdays, Sundays, or legal holidays. The pipe
bursting plan shall include the days and hours planned for service outage and reinstatement to
each customer.
NOTE: If off hours bursting is anticipated, special permission must be obtained from the
Engineer. The Contractor shall coordinate with the City and post notices to the customers with
a one week notice, if applicable, and a minimum of 48 hours prior to service interruption.
PIT CONTAMINATION PREVENTION: Pits shall be kept as dry as possible and shall be
excavated to at least one foot below the pipe invert to minimize the potential for
contamination during connection of the new main fittings and services.
PIPE JOINTING: Sections of polyethylene replacement pipe shall be assembled on-site and
joined above ground using the butt- fusion method to provide a leak proof joint. Threaded
or solvent -cement joints and connections are not permitted. All equipment and procedures
shall be used in strict compliance with the manufacturer's recommendations.
Fusion shall be performed by technicians certified by a manufacturer of pipe fusion
equipment using proper jigs,
and tools in accordance with pipe manufacturer's standard procedures.
The butt -fused joint shall be true alignment and shall have uniform rollback beads resulting
from the use of proper temperature and pressure. The joint shall be allowed adequate cooling
time before removal of pressure. The fused joint shall be watertight and shall have tensile
strength equal to or greater than that of the pipe. All joints shall be subject to acceptance by
the Engineer prior to insertion.
The Contractor shall cut out and replace defective joints at no additional cost to the City. Any
section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in
depth than ten percent (10%) of the wall thickness (ASTM 585), shall not be used and must
be removed from the site. However, a defective area of the pipe may be cut out and the joint
fused in accordance with the procedures stated above. In addition, any section of the pipe
having other defects such as concentrated ridges, discoloration, excessive spot roughness,
pitting, variable wall thickness or any other defect of manufacturing or handling as
determined by the Engineer shall be discarded and not used.
Terminal sections of pipe that are joined within the insertion pit shall be connected with a
mechanical coupling
e.g. a full circle stainless repair clamp), Electro Fusion Couplings (e.g. Central Plastics or
equivalent) or a non -
shear restraint coupling. All connections shall be in conformance with the manufacturer's
installation procedures.
JOINING AND CONNECTIONS: Before joining and before any special surface preparation,
surfaces must be clean and dry. General dust and light soil may be removed by wiping the
surfaces with clean, dry, lint -free cloths. Heavier soil may be washed or scrubbed off with
soap and water solutions, followed by thorough rinsing with clean water, and drying with
dry, clean, lint -free cloths.
CUTTING PIPE: Joining methods for plain end pipe require square -cut ends. Pipe cutting is
accomplished with guillotine shears, run around cutters, and saws.
CUTIING BRANCH OUTLET HOLES: Except for self -tapping saddle tees, hole cutting is
required for field installed side outlet fittings. Polyethylene pipe hole saws shall be used.
HEAT FUSION JOINING: Heat fusion joining is the process where mating surfaces are
prepared for joining, heated until molten, joined together, and cooled under pressure. All
fusion procedures require appropriate surface preparation tools, alignment tools, and
temperature controlled heating irons with properly shaped, non-stick heater faces. An open
flame cannot be used for heating because it oxidizes the surface and prevents bonding. During
joining, all heat fusion procedures require the mating components to be moved several inches
apart to accommodate surface preparation and surface heating tools. All fusions shall be
constructed in strict accordance with pipe and fittings manufacturers' recommendations.
SOCKET FUSION: Socket fusion shall be used with 1/2 inch through four -inch pipe and
fittings.
SADDLE FUSION: Saddle fusion outlets may be used for eight -inch and smaller outlets
applied to twelve -inch and larger mainsed.
BUTT FUSION: Butt fusion joints shall be field constructed between pipe and fittings. Fusion
may occur in the trench.
ELECTROFUSION: Electro -fusion is a heat fusion process where a coupling or saddle fitting
contains an integral heating source. After surface preparations, the fitting is installed on the
pipe, and the heating source is energized. During heating, the fitting and pipe materials melt,
expand, and fuse together. Heating and cooling cycles are automatically controlled.
RECORD DRAWINGS
MARKING: Services, fittings, and all other reconnections to the replaced pipes shall be
identified and marked in the construction drawings by the Contractor. The Contractor shall be
responsible for marking the construction drawings in reference to at least two (2) fixed and
easily found points. The Contractor shall submit to the Engineer record drawings within 15
calendar days from the date of the completion of the job.
GRAVITY LINES PIPE BURSTING
PRE -INSTALLATION VIDEO INSPECTION: It shall be the responsibility of the Contractor
to video inspect the main prior to pipe bursting to assure that exiting pipe conditions are
acceptable for pipe bursting, and to locate all active service lateral connections. This
inspection, as well as the post construction video inspection, shall be subsidiary to the pipe
reconstruction item. Contractor shall provide copies of each video inspection to the Engineer
and City.
POST -INSTALLATION VIDEO OF COMPLETED SECTIONS: The Contractor shall
provide the Engineer a color video tape taken by a pan and tilt camera that pans 275 degrees
and rotates 360 degrees for close-up view showing the completed work, including the
condition of the restored service connections. This shall be subsidiary to the pipe
reconstruction item.
BYPASSING OF FLOWS: The Contractor shall be responsible for continuity of sanitary
sewer service to each facility connected to the section of sewer main during the execution of
the work, and shall also bypass the main sewer flow around the pipe to be replaced, or into
adjacent sanitary sewers, if available. The pumps and the bypass lines shall be of adequate
capacity and size to handle all flows without sewage backup to private property. The
Contractor shall be solely responsible for clean-up, repair, property damage costs and claims
resulting from failure of the diversion system.
The Contractor shall submit to the Engineer, for approval, a description of the bypass
pumping method. The Contractor, at the sole discretion of the City, may plug the main line
sewer at an existing upstream manhole or by any method approved by the City.
The Contractor shall submit to the Engineer specifications for all pumping equipment to be
used on the job (including all sizing calculations) and a list of all back-up pumping equipment
to be held in reserve on the jobsite. The pumps and bypass lines shall be of adequate capacity
and size to handle all flows.
Bypass pumping shall be provided in such a way as to maintain access for businesses and
residences. The Contractor shall use bridges over bypass lines, temporary lines under
driveways, alternate routes, or other means to accomplish this item.
All costs for bypass pumping, required during installation of the pipe shall be subsidiary to the
pipe reconstruction item.
SAGS IN LINE: If pre or post -installation video inspection reveals a sag in the existing
sewer that is greater than one-half the diameter of the existing pipe, it shall be the Contractor's
responsibility to install the replacement pipe on an acceptable grade without the sag. All sag
locations identified by video inspection shall be reviewed by the Contractor, Engineer and City
staff and the City staff will have the final determination as to which locations will receive point
repairs. The Contractor shall take the necessary measures to eliminate these sags, as
directed by the Engineer. Pipe replacement, digging a sag eliminations pit, and bringing the
bottom of the pipe trench to a uniform grade in line with existing pipe invert, or by other
measures that shall be acceptable to the Engineer.
Point repairs will be paid for per each, as directed by City staff. A point repair shall include
all labor, equipment, and materials including, but not limited to, excavation, pipe, tee,
embedment, backfill, removal and replacement of fence, trench safety and landscape
restoration of excavated areas. A maximum of 10 -feet of pipe will be required at each point
repair. Ifadditional pipe is required, additional point repairs will be paid for each increment of
10 -feet.
OBSTRUCTION REMOVAL
OBSTRUCTION: Ifduring the filming of the preconstruction video, any obstructions or sags
in the line noted that would prevent the Contractor from performing the pipe bursting
operation are noted, the Contractor shall notify the Engineer for approval to make an
excavation.
Obstruction removal and or sag repairs made by excavation will be paid per unit price per
each and classified as a point repair. Obstruction removal can be submitted for payment as a
point repair when the obstruction has been cleared.
LOCATING UTILITIES
ADJACENT UTILITIES: The Contractor shall, prior to starting work, verify the location of
all adjacent utilities. The minimum clearance from other utilities shall be approximately two
feet.
The Contractor shall expose all interfering and crossing utilities by spot excavating at the
planar intersection of the pipe and removing the soil from around the utility. The cost of
exposing these utilities shall be subsidiary to the pipe replacement item.
SUB -SURFACE CONDITIONS
SUB -SURFACE: All additional subsurface investigations deemed necessary by the
Contractor to complete the work shall be subsidiary to the pipe replacement item. Copies of
all reports and information obtained by the Contractor shall be provided to the City.
A minimum amount of ground heaving may be allowed, as determined by the Engineer.
Unless otherwise noted in the Contract Documents, settlement or heaving of the ground
surface during or after construction will not be allowed. The Contractor is solely responsible
for the costs for repairing any surface heaving unless specified otherwise in the Contract
Documents.
LOCATING SERVICE CONNECTIONS
SERVICE RECONNECTION LOCATION: The Contractor shall locate and expose all sewer
service connections prior to pipe insertion to expedite reconnection. The Contractor shall
exercise due diligence in sufficiently excavating the existing pipe to allow for uniform
circumferential expansion of the existing pipe through the service connection pit. Upon
commencement of the bursting process, pipe insertion shall be continuous and without
interruption from one entry point to another, except as approved by the Engineer. Upon
completion of the new pipe insertion, the Contractor shall expedite the reconnection of
services to minimize any inconvenience to the customers.
LUBRICATION
LUBRICATION: Lubrication shall be used if in the opinion of Contractor such lubrication
is necessary to ensure the successful completion of the job.
SERVICE RECONNECTION
RECONNECTIONS: The Contractor, after a suitable relaxation period shall reconnect all
service connections as approved by the Engineer.
The installed pipe shall be allowed the manufacturer's recommended amount of time, but
not less than four (4) hours, for cooling and relaxation due to tensile stressing prior to any
reconnection of service laterals.
Connections to the existing service pipe shall be made using non -shear couplings. Joint
deflection limits and lateral connections shall meet the maximums indicated in ASTM C12
and C425.
The slope of the existing lateral toward the newly installed sewer main shall be maintained
at the existing grade. For reconstructed laterals, a minimum slope of two percent (2%) or as
specified by the Engineer is required.
Connection of the new service lateral to the mainline shall be accomplished by means of a
compression -fit service connection. The service connection shall be specifically designed for
connection to the sewer main being installed and shall be Inserta-T as manufactured by
Fowler Manufacturing Company or equivalent, and installed using procedures and equipment
as referenced in manufacturer's written installation instructions.
Pipe saddles shall be one piece, prefabricated polyethylene or PVC made of a material
compatible with that of the pipe and fabricated to fit the outside diameter of and connect to
the connecting pipe. The protruding lip of the saddle must be at least 5/8 -inch long with
grooves or ridges to retain the stainless steel band clamps. Clamps, if required, shall be 'h
inch stainless steel band clamps.
Install service lateral in accordance with the manufacturer's recommended installation
procedures. Use PVC sewer pipe of 4 -inch through 10 -inch diameter conforming to ASTM D
1784 and ASTM D 3034 with a cell classification of 12454-B. The SDR (ratio of diameter to
wall thickness) shall be 35 for pipe 10 -inches in diameter or less. PVC pipe shall be gasket
jointed with gasket conforming to ASTM D 3212.
RESTORATION
RESTORATION OF PITS: The Contractor shall restore all lateral, launching pits and
associated surface areas to their original conditions or as required by the Engineer and
specified in the description of work.
Prior to backfilling lateral and launching pits, the Contractor shall ensure that the new pipe
is properly supported and on the required grade. Embedment for lateral connections shall be
per the City appurtenances and shall be used immediately under the new pipe as support in
order to avoid sagging after backfill compaction.
FIELD TESTING
TESTING: The Contractor shall, after the existing sewer is completely replaced, perform an
internal inspection with a television camera and videotape. The finished tape shall be
continuous over the entire length of the sewer between two manholes or as specified by the
Engineer and shall include stationing.
The newly installed pipe shall be visibly free of defects, which may affect the integrity or
strength of the pipe. If in the opinion of the Engineer, such defects exist, the pipe shall be
repaired or replaced at the Contractor's expense.
Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault
greater in depth than ten percent (10%) of the wall thickness shall not be used and must be
removed from the site.
Post construction video tapes are to be submitted to the Engineer for review prior to final
payment. Should any portion of the inspection tapes be of inadequate quality or coverage, as
determined by the Engineer, the Contractor will have that portion videotaped at no additional
expense to the City. All original video tapes remain property of the City.
MEASUREMENT AND PAYMENT
PAYMENTS: Payment shall be based on the Payments Schedule and paid in accordance
with the terms and conditions of the contract.
The price per foot installed of the pipe specified shall include full compensation for
furnishing all labor, materials, tools, equipment and back-up equipment necessary for pipe
bursting; pipe, transportation and technical competence; saw cutting; traffic control;
excavation, shoring and backfilling per the manufacturers' instructions and/or per the
Contract Documents; off-site disposal of all refuse and excess material; de -watering as
necessary; bypassing sewer mains and live service connection flows; service reconnection ;
rebuilding existing manhole inverts, bottom and channel to match newly installed pipe; CCTV
inspection, temporary and permanent restoration of surfaces and pavement and all appurtenant
work. Pipe shall be measured along the longitudinal axis between the ends as laid, shall
include the actual pipe in place and shall include the inside dimensions of the manholes.
Replacement and modification of the manhole inverts and bottoms shall be considered as
part of the trench less pipe replacement operation, and no additional compensation will be
allowed.
Locating and reconstruction of service laterals and all connections of services will be paid for
per each connection made, including each service stub or re -connection installed complete in
place, couplings, stacks, bends, adapters, excavation and backfill, and all work necessary to
complete the work.
I
14
CITY OF COPPELL
PROJECT SIGN
NOTES: 1) LETTERING SHOULD BE BOLD TYPE
2) SIGN PANEL WILL BE 3/4- EXTERIOR PLYWOOD
PAINTED AS SHOWN ON DETAIL
3) F'RA'ME WILL BE 2"X4" STOCK- REINFORCED BEHIND
SIGN PANEL AT APPROX. 2' CENTERS
4) ALL PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO T4 BE PROVIDED BY THE CITY
EXAMPLE,,
l: IF CUPPELL
Approximate Locations
Geotechnical Exploration
Whispering, Hills Drive
Coppell, Texas
Alpha Project No. G121147 -draft
September 5, 2012
A L P N A #X T E S T 1 N G 1 Boring Location Plan
WHERE i7 ALL OECINS Figure 1'A
2209 Wisconsin Stmet
ALPHA Suite 100 LOG OF BORING NO.: 2. XTESTIN.0 Dallas; Texas Sheet 1 of 175229
Phone: 972-620-8911 PROJECT NO.: G121147WHERETABEGINSFax: 472-620-1302
iVIM alphatesting. cote
Client: J. VOLK CONSULTING INC. Location- COPPELL TEXAS
Project: WHISPERING HILLS DRIVE AND MOCKINGBIRD LANE Surface Elevation,
Start Date: 7/2712012 End Date: 7/2712012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs / in):
GROUND WATER OBSERVATIONS
U V On Rods (ft): NONE o N
E
a After Drilling (it): DRY o c o E c m'o
N (n
a
w
a oo a
3
v
o After Hours (ft): E, Nn Q LY rt3 in
to H Q. c toc Z ro 4
0w
MATERIAL DESCRIPTION
6" CONCRETE
Reddish. Brown and Gray SANDY CLAY
4.5+ 5.6 109. 15.
4.5r 15
5 11 X1:5+7113 1 8 19
4.5+ 10
clayey sand from 8 to 10 ft
4.5+ 10
10 10.0
TEST BORING TERMINATED AT 10 FT
15
2209 Wisconsin Street
Suite 120 LOC OF BORING NO.: 3XTESTINGDallas, Texas Sheet 1 of 175229
Phone: 972-620-8911 P ROJ ECT NO.: G 121147WHERE1TALLBEGINSTax: 972-620-1302
www.alphatesting.com
Client: J. VOLK CONSULTING INC. Location: COPPELL, TEXAS
Project.WHISPERING HILLS DRIVE AND MOCKINGBIRD LANE Surface Elevation:
Start Date: 7/27/2012 End Date: 7/27/2012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North;
Hammer Drop (Ibs t in):
GROUND WATER OBSERVATIONS o N CL
v
m
V On Hods (ft): NONE FL
1
n
oZv
v°
a` U r•— m c
u E E vc
After Drilling (ft): DRY a> a c o 0 0 o
o LI l After Hours (ft) m n a N
aa z°
Z o" a
MATERIAL DESCRIPTION
5-1/2" CONCRETE
0.5
Reddish Brown and Gray SANDY CLAY - FILL
1.5 55 19 37 18 19
3.0
Reddish Tan and Gray SANDY CLAY with ferrous 2.5 22
nodules and calcareous deposits
5
3.5 20
3.5 15
3.0 15
10 10.0
TEST BORING TERMINATED AT 10 FT
15
S2209 :filYf'
isconsin Sh•eefe100LOGOFBORINGNO.: 4ALPHAfvtTESTINGDallas, Texas Sheet 1 of 175229
Phone.:9.72-620.8911 PROJECT NO.: G121147
WHERE 1 T ALL BEGINS Fax; 972-626-1302
www.alphatesting.com
Client: J. VOLK CONSULTING INC. Location:_ COPPELL, TEXAS
Project: WHISPERING HILLS DRIVE AND MOCKINGBIRD LANE Surface Elevation:
W
Start Date: 7/27/2012 End Date; 7/27/2012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs / in):
GROUND WATER OBSERVATIONS o
rnCU
VOn Rods (ft): NONE
After Drilling v o f
Y, u°
L
C J
p
Y- (ft): DRYa o Ern
o After Hours (ft):
1G O C 4U
z O a a
CL
MATERIAL DESCRIPTION
b° 6" CONCRETE
0.5
Reddish Tan and Brown SANDY CLAY -FILL
4.5+ 11
2.0
Reddish Tan and Gray SANDY CLAY with ferrous
nodules
4,5+ 10.2 118 12 44 20 24
5
4.5+ 14
4.5+ 13
4.5+ 11
10 10.0
TEST BORING TERMINATED AT 10 FT
15
2209 Wisconsin Street
Al. PH A /#\TESTING Suite 100 LOG OF BORING NO.: 5
Dallas, Texas Sheet 1 of 1
75229
Phone: 972-620-8911 PROJECT NO.: G121147
WHERE 1 T ALL BEGINS Fax: 972-620-1302
www: alphat est ing. corn
Client: J. VOLK CONSULTING INC. Location: COPPELL TEXAS
Project: WHISPERING HILLS DRIVE AND MOCKINGBIRD LANE Surface Elevation:
Start Date: 7/2712012 End Date: 7/2712012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONSb; Eo x
J V On Rods (ft): NONE r 65 a w E 9
r, c After Drilling (ft); DRY p oc oa
wrncC oo Zg o tJio 3
A After Hours (ft): a v oo
V
m4 N Z a_
a
MATERIAL DESCRIPTION
5" CONCRETE 0.4
Reddish Tan and Gray SANDY CLAY with clayey
sand seams and layers.
1,0 40 18 33 16 17
1.0 15
5
1.0 18
1.0 17
with gravel below 9 ft 1:5 17
10 10.0
TEST BORING TERMINATED AT 10 FT
15
2209 Wisconsin Street
Suite 100 LOG OF BORING NO.: 6A[ PH A NJESTING Dallas, Texas Sheet 1 of 1
75229
Phone: 972-620-3911 PROJECT' NO.: G121.147
WHERE I T ALL BEGINS Fax: 972-620-1302
ivww. alphatesting. coin
Client: J. VOLK CONSULTING INC. Location: GOPPELL, TEXAS
Project: WHISPERING HILLS DRIVE AND MOCKINGBIRD LANE Surface Elevation:
Start Date: 7/27/2012 End Date: 7/27/2012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs i in)
GROUND WATER OBSERVATIONS C x
w On Rods (ft): NONE
Y After Drilling (ft): DRY a> C s C a; o a
n
CL
7 -After Hours (ft): g a c o.
C3a
n
o n
v
za
MATERIAL DESCRIPTION
R; r: 6-3/4" CONCRETE
0.6
Gray SANDY CLAY
possible fill 2.5 21
2.0
Gray and Reddish Brown SANDY CLAY with ferrous
nodules and clayey sand seams and layers
2,5 50 17 39 19 20
5
2.5 20
T
1.5 20
19
10 10.0
TEST BORING TERMINATED AT 10 FT
15
2209 Wisconsin Sheet
ALPHA Suite 100 LOG OF BORING NO.: 5XTESTINGDallas, Texas Sheet 1 of 175229
Phone: 972-620-8911 PROJECT NO.: G121147
WHERE IT ALL BEGINS Fax: 972-620-1302
ww w. alphaleshng. coir:
Client: J. VOLK CONSULTING INC. Location, COPPELL; TEXAS
Project: WHISPERING HILLS DRIVE AND MOCKINGBIRD LANE Surface Elevation:
Start Date: 7127/2012 End Date: 7/27/2012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs 1 in):
GROUND WATER OBSERVATIONS f o
SZ On Rods (ft): NONEo 2) ' m E E
X
n
a a T After Drilling (ft) DRY a> is n o o o a o
q TAfter Hours (ft): a n e w v m
N d
CL
Sh z 6. ro
c
L
MATERIAL DESCRIPTION
r s., 5" CONCRETE
0.4
Reddish Tan and Gray SANDY CLAY with clayey
sand seams and layers
1.0 18 33 16 17
1`.0 15
r
5
1.0 18
1.0 17
with gravel below 9 ft 1.5 17
10 10.0
TEST BORING TERMINATED AT 10 FT
15
2209 Wisconsin Street
ALPHA Shite 100 LOG OF BORING N0.: 6XTESTINGDallas, Teras Sheet t of 175229
WHERE I T A l L BEGINS Phone: 972-620-8911 PROJECT NO.:: G121147
Fax: 972-620-1302
www. alphatest ing: coni
Client: J: VOLK CONSULTING INC. Lobation: COPPELL TEXAS
Project: WHISPERING HILLS DRIVE AND MOCKINGBIRD LANE Surface Elevation:
Start Date: 7/27/2012 End Date: 7/27/2012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North: _
Hammer Drop (lbs / in):
GROUND WATER OBSERVATIONS a C r o
N O SZ(ft): C?n Rods (ft) NONE 4. o n .
o
NO
0 4 a.
C. xN
After Drilling (ft): DRY CJ° o 6 E p d @o f n F
After Hours (ft): E U V a 28
c:
c a N Q-
F
MATERIAL DESCRIPTION
p!..
6-3/4" CONCRETE
0.6
Gray SANDY CLAY
possible fill 2.5 21
2.0
Gray and Reddish Brown SANDY CLAY with ferrous
nodules and clayey sand seams and layers
2.5 17 39 19 26
5
2.5 20
1:5 20
19
10 0
TEST BORING TERMINATED AT 10 FT
15
2209 01sconsin Street
A LPN A ING Suite 160 LOG OF BORING NO.: 7kTESTDallas, Texas Sheat 't of 175229
Phone: 972-620-8911 PROJECT NO.: G12 114_ WHERE IT ALL BEGINS Fax: 972-620-1302
www, alphatesting. coni
Client: J. VOLK CONSULTING INC. Location: COPPELL, TEXAS
Project: WHISPERING HILLS DRIVE ANC) MOCKINGBIRD LANE Surface Elevation:
Start Date: 7/27/2012 End Date: 7/27/2012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs / In):
GROUND WATER OBSERVATIONS v y d n
On Rods (ft) NONE
After Drilling DRY
T
a Q ft): a>
12oAfter Hours (ft): ro N
N a 87 z° a a
MATERIAL DESCRIPTION
5" CONCRETE
0,4
Brown, Reddish Tan and Gray SANDY CLAY - FILL
1.0
Reddish Tan and Gray SANDY CLAY with ferrous 3.0' 3:0 112 19
and calcareous nodules
4;0 18
V.
5
4.5+ 1.5 47 19 28
4.5+ 16
4:5+ 13
10 1 OA
TEST BORING TERMINATED AT 10 ET
15
2209 Wisconsin Street
sulre 100 LOG OF BORING NO., 8AIPHATESTINGDallas, Texas Sheet 1 of 175229
Phone: 972-620-8911 PROJECT NO.: G121147WHERE !T ALL BEGINS Fax; 972-620-1302
wwtiv. alPhalesll ng. corn
Client: J. VOLK CONSULTING INC, Location: COPPELL TEXAS
Project: WHISPERING HILLS DRIVE AND MOCKINGBIRD LANE Surface Elevation:
Start Date: 7/27/2012 End Date: 7/27/2012 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (lbs I in):
GROUND WATER OBSERVATIONS o
a SZ On Rods (ft): NONE
Q o4, U m y E
k
a After Drilling (ft): DRY ao m o o b U
After Hours (ft): 8 ate° a:N C) @ N'
rn c amid 0.
uj Z c 4 q ca0:
MATERIAL DESCRIPTION
e• 5" CONCRETE
0.4
Dark Brown SANDY CLAY
3.0 22
1.75 22 44 19 25
5.0
Reddish Tan and Gray SANDY CLAY ferrous 3.5 16
nodules
4.5+ 15
4;5+ 12
10 10.0
TEST BORING TERMINATED AT 10 FT
15
ftT EST I N G KEY O SOIL SYMBOLS
WHERE IT ALL BEGINS D CLASSIFICATIONS
SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS blows/ft)
SHELBY TUBE (3" OD except BOULDERS 8.0" OR LARGER
iii
I X !
where noted otherwise)
SPLIT SPOON (2`' OD except
COBBLES
COARSE GRAVEL
CH), High Plasticity CLAY VERY LOOSE 0 TO 4
5.0 mm TO 3.0"
LOOSE 5 TO 10
CL), Low Plasticity CLAY MEDIUM 11 TO 30
TEXAS CONE PENETRATION FINE SAND
DENSE 31 TO 50
SILT
SC), CLAYEY SAND VERY DENSE OVER 50
LESSTHAN 0.002 mm
SP), Poorly Graded SAND
noted otherwise)
SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsf)
SM), SILTY SAND VERY SOFT LESS THAN 0.25
111 FFF III 111
ML), SILT
SOFT
FIRM
0.25 TO 0:50
0.50 TO 1.00
MH), Elastic SILT
STIFF
VERY STIFF
1.00 TO 2.00
2.00 TO 4.00
3 1 1
LIMESTONE
HARD. OVER .4:00
SHALE / MARL RELATIVE DEGREE OF PLASTICITY (PI)
SANDSTONE
LOW 4 TO 15
MEDIUM 16 TO 25
GP), Poorly Graded GRAVEL
HIGH 35
VERY HIGH OVERO 35
a GW), Well Graded GRAVEL
GC), CLAYEY GRAVEL
RELATIVE PROPORTIONS MGM),. SILTY GRAVEL
TRACE 1 TO 10
OL); ORGANIC SILT LITTLE 11 TO 20
SOME 21 TO 35
OH), ORGANIC CLAY AND 36 TO 50
SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER)
SHELBY TUBE (3" OD except BOULDERS 8.0" OR LARGER
iii
I X !
where noted otherwise)
SPLIT SPOON (2`' OD except
COBBLES
COARSE GRAVEL
3.0" TO 8.0"
0.75" TO 3.0" N where noted otherwise) FINE GRAVEL 5.0 mm TO 3.0"
AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm
MEDIUM SAND 0.4 mm TO 5.0 mm.
TEXAS CONE PENETRATION FINE SAND 0.07 mm TO 0.4 mm
SILT 0.002 mm TO 0.07 mm
ROCK CORE (2" ID except where CLAY LESSTHAN 0.002 mmnotedotherwise)
3/8"R 6„
tf: 3» R.
T 1:3 BATTER
4"
2Y" 1y2'R.
a°
ECCENTRIC ° ° °
REDUCER ° °
a ° °
3"
NOTES:
1. REINFORCEMENT SHALL BE #3 BARS UNLESS OTHERWISE SPECIFIED.
2. CONCRETE SHALL BE CLASS "C", UNLESS OTHERWISE SPECIFIED.
3. FOR MULTIPLE CURB DRAINS, SPACING BETWEEN PIPES SHALL BE
A MINIMUM OF 6" O.C.
4. CURB SHALL BE CONSTRUCTED MONOLITHIC WITH PIPE.
CURB DRAIN IN 6" CURB