Tax2014D-CS150318 dÔmIL
q
X 4 8 , a
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Denton Tap & MacArthur Pavement Rehabilitation Project
Tax 2014D
Bid No. Q-0415-01
FOR
THE CITY OF COPPELL
April 2015
ey'is- OF
*
Prepared by the
City of Coppell KEITH R.MARVIN
Engineering Department 89388 f,
'•�Ci SEo•'P/
roNAL �w+3/
travanag 1-1 Bidding Documents
TABLE OF CONTENTS
Page#
Section 1 - Bidding Documents
Notice to Bidders 1-4
Instructions to Bidders 1-5
Bid Form/Proposal/Bid Schedule 1-17
Bid Affidavit 1-24
Prevailing Wage Rates 1-26
Conflict of Interest 1-31
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
Project Sign
Wayfinding Sign Details
1-2 Bidding Documents
SECTION 1
BIDDING
DOCUMENTS
T H E C I T Y O F
COPPELL
* e ';dor 7A S
1-3 Bidding Documents
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the Denton Tap & MacArthur Pavement Rehabilitation
Project Tax 2014 D. The work shall consist of the removal and replacement of 14,500 square yards
of 8" reinforced concrete paving, reconstruction of drainage inlets, and adjustment of miscellaneous
valves, manholes, and other appurtenant structures. This project includes restoration of sod,
landscaping, irrigation, signs, and any other items disturbed during the project. This project will
consist of two streets. The intention is for both streets to be under construction simultaneously. The
bid is to be broken into 3 parts,A)Denton Tap Rd. as a stand-alone project,B)MacArthur Blvd. as a
stand-alone project and C) Alternate #1 Denton Tap Rd. & MacArthur Blvd. as a combined project,
constructed simultaneously. The City of Coppell will award A, B or C, depending what is most
advantageous to the city.
Bidding documents, including Construction Plans, Construction Specifications and Contract
Documents, may be obtained for a non-refundable cost of $50.00 from the City of Coppell
Purchasing Agent, 255 Parkway Blvd., Coppell, Texas 75019. Digital copies of all bidding
documents are available from download from www.BidSync.com. Sealed bids addressed to the
Purchasing Agent, City of Coppell, Texas, for the construction of Denton Tap & MacArthur
Pavement Rehabilitation Project Tax 2014 D will be received in the Purchasing Office at the City
of Coppell Town Center, 255 Parkway Boulevard, until 10:00 AM, Thursday, April 9, 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. Q-0415-01 designated clearly on the exterior of the bid envelope.
A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall (255 Parkway
Boulevard) at 10:00 AM on Thursday, April 2, 2015. The conference is not mandatory; however,
all interested bidders are strongly encouraged to attend.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID
TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids;the City of Coppell assumes no
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE
A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible
personal property to be incorporated into the project. (Note: This procedure may not be used,
however, for materials which do not become a part of the finished product, such as, equipment rental
or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal
property, the contract shall separate and provide separate charges for materials to be incorporated
into the project from charges for labor. The City will provide the Contractor with an exemption
certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a
sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal
property) in the space provided on the bid form. The successful bidder's bid form will be used to
develop a separated contract and determine the extent of the tax exemption.
1-4 Bidding Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard Specifications
for Public Works Construction - North Central Texas Council of Governments Fourth
Edition and the Supplementary Conditions of Agreement have the meanings assigned to them
in these General Conditions. The term "Bidder" means one that submits a Bid directly to
Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful
Bidder" means the lowest, qualified, responsible Bidder, as determined after review of
calendar days, overall price, and qualifications, to whom the Owner (on the basis of the
Owner's evaluation as hereinafter provided) makes an award. The term "Bidding
Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the
Construction Plans and Specifications, and the proposed Contract Documents (including all
Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell,Texas.
Engineer: Wherever the word "Engineer" is used in the Specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell,P.O. Box 9478,Coppell,Texas 75019.
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.
A) Denton Tap Rd: The work shall consist of the removal and replacement of 6,000
square yards of 8" reinforced concrete paving, reconstruction of drainage inlets, and
adjustment of miscellaneous valves,manholes, and other appurtenant structures. This
project includes restoration of sod, landscaping, irrigation, signs, and any other items
disturbed during the project.
B) MacArthur Blvd: The work shall consist of the removal and replacement of 8,500
square yards of 8" reinforced concrete paving, reconstruction of drainage inlets, and
adjustment of miscellaneous valves,manholes,and other appurtenant structures. This
project includes restoration of sod, landscaping, irrigation, signs, and any other items
disturbed during the project.
Work shall include all components necessary for the"turn key" construction of the project as
shown in the plans for the Denton Tap & MacArthur Pavement Rehabilitation Project
Tax 2014 D. It will be necessary to maintain access to the adjacent properties at all times
throughout the project. The project contractor shall be responsible for all traffic control and
1-5 Bidding Documents
any additional work necessary to maintain the safe operation of traffic through the project
site.
3. Copies of Bidding Documents.
3.1 Complete sets of the Bidding Documents may be obtained from the City of Coppell
Purchasing Agent, 255 Parkway Blvd., Coppell, Texas 75019, for a non-refundable cost of
$50.00. Digital copies of all bidding documents are available from download from
www.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
$50.00 per set.
C) Bidding documents may be examined free of charge at the offices of the City
Engineer,City of Coppell,265 Parkway Boulevard, Coppell,Texas.
3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of incomplete
sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be
issued.
3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant for
any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. Submissions will be made to City Engineer, City of Coppell, 265
Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist
of,but shall not necessarily be limited to,the following:
A. Current Project Experience(within five [5] days if requested).
A list of all projects presently under construction by the bidder including approximate
cost and completion date shall be submitted upon request.
B. Past Project Experience(required to be submitted within five [5] days if requested).
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities,and completion date(s).
1-6 Bidding Documents
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 from Denton Tap Road and MacArthur Boulevard. It shall be
the Contractor's responsibility before submitting a Bid, to (a) examine the Contract
Documents thoroughly, (b) visit the site to become familiar with local conditions that may
affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and
local Laws and Regulations that may affect cost, progress, performance or furnishing of the
Work, (d) study and carefully correlate Bidder's observations with the Contract Documents,
and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents.
1-7 Bidding Documents
shall in no wayrelieve anyBidder from the responsibility
Failure to make these examinations
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.
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
1-8 Bidding Documents
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.
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
1-9 Bidding Documents
experience statement with pertinent information regarding similar projects and other evidence
of qualification for each such Subcontractor, supplier, person or organization if requested by
the Owner. If the Owner, after due investigation, has reasonable objection to any proposed
Subcontractor, Supplier, other person or organization, Owner may, before the Notice of
Award is given, request the apparent Successful Bidder to submit an acceptable substitute in
which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's
Bid price may be increased (or decreased) by the difference in cost occasioned by such
substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against whom Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item of
work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the organization
is chartered. Bids which are signed for a corporation shall have the correct corporate name
thereof, its post office address, and the signature of the president or other authorized officer
of the corporation,manually written below the corporate name in the following manner: "By
If the bid is made by an individual,his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the managing
member of the firm or partnership shall be given or the bid may be signed by an attorney-in-
fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney
evidencing authority to sign the bid, executed by the members of the firm or partners.
13. Provision Concerning Escalator Clauses.
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.
1-10 Bidding Documents
14. Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used fot
the comparison of bids, unless stated otherwise in the description of pay items. Payments
will be made to the Contractor only for the actual quantities of work performed or materials
furnished in accordance with the contract. The quantity of work to be done and the materials
may be increased or decreased as provided for in the Contract Documents. If an item is
noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule
will be paid.
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478,
Coppell, Texas 75019 until, 10:00 AM, Thursday,April 9, 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. 0-0415-01 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: Denton Tap & MacArthur Pavement Rehabilitation
Project Tax 2014 D on the face of it and addressed to the Purchasing Agent, City of Coppell,
Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of
Interest Form.
16. Modification and Withdrawal of Bids.
16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written
notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of the Bid, that
Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further
bidding on the work.
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.
1-11 Bidding Documents
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 three parts whereby:
Base Bid A-Denton Tap Rd. = Bid Proposal = The correct summation of the products of
the estimated quantities shown in the proposal,multiplied by their bid unit prices.
Time Bid A- Denton Tap Rd.=Calendar Days=The time for completion in calendar days
written on the Bid Form in the space provided.
Base Bid B- MacArthur Blvd. =Bid Proposal=The correct summation of the products of
the estimated quantities shown in the proposal,multiplied by their bid unit prices.
Time Bid B- MacArthur Blvd= Calendar Days = The time for completion in calendar
days written on the Bid Form in the space provided.
Alternate #1 Bid C- Denton Tap Rd. & MacArthur Blvd. combined = Bid Proposal =
The correct summation of the products of the estimated quantities shown in the proposal.
multiplied by their bid unit prices.
Alternate #1 Time Bid C-Denton Tap Rd. & MacArthur Blvd. combined= Calendar
Days = The time for completion in calendar days written on the Bid Form in the space
provided.
The City will make an award based on what is most advantageous to the city. The City
may award A&B to separate contracts or C to one contract.
19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject
the Bid of any Bidder if the Owner believes that it would not be in the best interest of the
Project to make an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent
standard or criteria established by the Owner. Discrepancies in the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the
indicated sum of any column of figures and the correct sum thereof will be resolved in favor
of the correct sum.
19.3 In evaluating Bids, the Owner will consider the qualifications of the Bidders, whether or not
the Bids comply with the prescribed requirements, and such alternates, unit prices, and other
1-12 Bidding Documents
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 fmancial 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. In order to achieve this, an
incentive/disincentive provision is established for this contract.
Total Contract Time:
The contract time of completion shall be set based on the number of days bid by the
successful bidder.
Liquidated damages of$1,500.00 per calendar day shall apply for any work that exceeds the
calendar day count as established herein. There shall be no maximum liquidated damages.
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.
1-13 Bidding Document:,
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.
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.
1-14 Bidding Documents
461.
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 th
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 reinspections. The Contractor shall notify the
ENGINEER in a timely manner of when and where tests or inspections are to be made so
that they may be present. One copy shall be provided to the Contractor of all reports and
laboratory test results. Testing by the City does not alleviate the contractor's
responsibility for his own quality assurance/quality control testing. Contractor shall
replace any deficient construction items at his own expense.
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.
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 the Mobilization Pay Item.
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:
1-15 Bidding Documents
Certified or cashier's check made payable to the Owner.
py
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 (IBCA) 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
purchase@coppelltx.gov . No results will be given over the telephone.
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 bids and proposals,however all bids shall be submitted
in accordance with the"Notice to Bidders."
1-16 Bidding Documents
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: Denton Tap and MacArthur Pavement Rehabilitation Project
Project Tax 2014 D
The City of Coppell,Texas
BID OF DATE
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell(hereinafter called OWNER)
do Purchasing Agent
255 Parkway Boulevard
P.O. 9478
Coppell,Texas 75019
CITY OF COPPELL BID NO: Q-0415-01
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders
and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days
after the day of Bid opening. BIDDER will sign and submit the Agreement with other
documents required by the Bidding Requirements within fifteen (15) days after the date of
OWNER's Notice of Award.
3. In submitting this Bid,BIDDER represents,as more fully set forth in the Agreement,that:
(a) BIDDER has examined copies of all the Bidding Documents and of the following
Addenda(receipt of all which is hereby acknowledged):
No:
Date:
Rec'd:
1-18 Bidding Documents
III i
(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. CON TRACTOR 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 Document:;
(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 project will be completed in one phase. Additional
phasing or move-ins by utility and paving contractors will require approval by the Engineer.
It is understood and agreed that all work under this contract will be completed within the 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
i
Denton Tap Pavement Rehabilitation Project Tax 2014 D
UNIT PRICE BID SCHEDULE
BASE BID A
Item Bid
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
Mobilization, Complete In Place,
I-1 1 LS Dollars
and
Cents
•er LUMP SUM
Furnish, install, and maintain Project Signs,
Complete In Place,
1-2 2 EA Dollars
and
Cents
•er EACH
Prepare and Implement Traffic Control Plan,
Complete In Place,
1-3 1 LS Dollars
and
Cents
•er LUMP SUM
Prepare and Implement Storm Water Pollution
Prevention Plan, Complete In Place,
1-4 1 LS Dollars
and
Cents
•er LUMP SUM
Sawcut, Remove & Dispose of Concrete &
Brick Pavers (All Thicknesses), Complete In
Place
1-5 6000 SY Dollars
and
Cents
•er SQUARE YARDS
Construct 8" Reinforced Concrete Paving,
Complete In Place,
1-6 5200 SY Dollars
and
Cents
ser SQUARE YARDS
Construct 4" Reinforced Concrete Sidewalk,
Complete In Place,
1-7 500 SF Dollars
and
Cents
per SQUARE FOOT
1-21 Bidding Documents
Construct 6" Concrete Curb &Gutter Complete
In Place,
1-8 1700 LF Dollars
and
Cents
per LINEAR FOOT
Adjust Existing Ground Box, Complete In
Place,
1-9 10 EA Dollars
and
Cents
.er EACH
Adjust Existing Valve Box to Grade, Complete
In Place,
1-10 10 EA Dollars
and
Cents
per EACH
Adjust Existing Manhole to Grade, Complete In
Place,
I-11 5 EA Dollarsand
Centsper
Each
Remove & Replace Storm Drain Inlet Top &
Throat, Complete in Place,
1-12 3 EA Dollars
and
Cents
.er EACH
Restore Disturbed Area, Complete In Place,
1-13 1 LS Dollars
and
Cents
.er LUMP SUM
Repair, replace, modify and restore existing
irrigation system, Complete In Place,
1-14 1 LS Dollars
and
Cents
per LUMP SUM
Subgrade Preparation, Complete In Place,
1-15 900 CY Dollars
and
Cents
per SQUARE YARD
1-22 Bidding Documents
Project Communication, Complete In Place,
I16 1 LS Dollars
and
Cents
per LUMP SUM
Furnish & Install Traffic Buttons, Complete In
Place,
1-17 300 EA Dollars
and
Cents
per EACH
Furnish & Install Mavement Markings,
Complete In Place,
1-18 490 LF Dollars
and
Cents
per LINEAR FOOT
Construct 8" Reinforced Stamped Concrete
Paving, Complete In Place,
1-19 700 SY Dollars
and
Cents
per SQUARE FOOT
Route & Seal Pavement Cracks, Complete In
Place,
1-20 0 LF Dollars
and
Cents
per SQUARE FOOT
Remove& Replace Perimeter Sidewalk Paver
Ramps, Complete in Place,
1-21 10 EA Dollars
and
Cents
per EACH
1-23 Bidding Documents
MacArthur Pavement Rehabilitation Project Tax 2014 D
UNIT PRICE BID SCHEDULE
BASE BID B
Item Bid
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
Mobilization, Complete In Place,
I-1 1 LS Dollars
and
Cents
per LUMP SUM
Furnish, install, and maintain Project Signs,
Complete In Place,
1-2 2 EA Dollars
and
Cents
•er EACH
Prepare and Implement Traffic Control Plan,
Complete In Place,
1-3 1 LS Dollars
and
Cents
•er LUMP SUM
Prepare and Implement Storm Water Pollution
Prevention Plan, Complete In Place,
1-4 1 LS Dollars
and
Cents
•er LUMP SUM
Sawcut, Remove & Dispose of Concrete &
Brick Pavers (All Thicknesses), Complete In
Place
1-5 8500 SY Dollars
and
Cents
•er SQUARE YARDS
Construct 8" Reinforced Concrete Paving,
Complete In Place,
1-6 8500 SY Dollars
and
Cents
per SQUARE YARDS
1-24 Bidding Documents
Construct 4" Reinforced Concrete Sidewalk,
Complete In Place,
1-7 400 SF Dollars
and
Cents
per SQUARE FOOT
Construct 6" Concrete Curb & Gutter Complete
In Place,
1-8 6000 LF Dollars
and
Cents
per LINEAR FOOT
Adjust Existing Ground Box, Complete In
Place,
1-9 10 EA Dollars
and
Cents
per EACH
Adjust Existing Valve Box to Grade, Complete
In Place,
I-10 5 EA Dollars
and
Cents
per EACH
Adjust Existing Manhole to Grade, Complete In
Place,
I-11 3 EA Dollars
and
Cents
per Each
Remove & Replace Storm Drain Inlet Top&
Throat, Complete in Place,
1-12 12 EA Dollars
and
Cents
per EACH
Restore Disturbed Area, Complete In
Place,
1-13 1 LS Dollarsand
Centsper
LUMP SUM
Repair, replace, modify and restore existing
irrigation system, Complete In Place,
1-14 1 LS Dollars
and
Cents
per LUMP SUM
1-25 Bidding Documents
Subgrade Preparation, Complete In Place,
1-15 1300 CY Dollars
and
Cents
per SQUARE YARD
Project Communication, Complete In Place,
1-16 1 LS Dollars
and
Cents
per LUMP SUM
Furnish & Install Traffic Buttons, Complete In
Place,
1-17 1000 EA Dollars
and
Cents
per EACH
Furnish & Install Mavement Markings,
Complete In Place,
1-18 1600 LF Dollars
and
Cents
per LINEAR FOOT
Construct 8" Reinforced Stamped Concrete
Paving, Complete In Place,
1-19 0 SY Dollars
and
Cents
per SQUARE FOOT
Route & Seal Pavement Cracks, Complete In
Place,
1-20 60000 LF Dollars
and
Cents
per SQUARE FOOT
Remove & Replace Perimeter Sidewalk Paver
Ramps, Complete in Place,
1-21 0 EA Dollars
and
Cents
per EACH
1-26 Bidding Documents
Denton Tap & MacArthur Combined Pavement Rehabilitation Project Tax 2014 D
UNIT PRICE BID SCHEDULE
BID C- ALTERNATE #1
Item Bid
No. Quantity Unit Description and Unit Price in Words Unit Price Total Price
Mobilization, Complete In Place,
I-1 2 LS Dollars
and
Cents
per LUMP SUM
Furnish, install, and maintain Project Signs,
Complete In Place,
1-2 4 EA Dollars
and
Cents
per EACH
Prepare and Implement Traffic Control Plan,
Complete In Place,
1-3 2 LS Dollars
and
Cents
per LUMP SUM
Prepare and Implement Storm Water Pollution
Prevention Plan, Complete In Place,
1-4 2 LS Dollars
and
Cents
per LUMP SUM
Sawcut, Remove & Dispose of Concrete &
Brick Pavers (All Thicknesses), Complete In
Place
1-5 14500 SY Dollars
and
Cents
per SQUARE YARDS
Construct 8" Reinforced Concrete Paving,
Complete In Place,
1-6 13700 SY Dollars
and
Cents
per SQUARE YARDS
1-27 Bidding Documents
Construct 4" Reinforced Concrete Sidewalk,
Complete In Place,
1-7 900 SF Dollars
and
Cents
per SQUARE FOOT
Construct 6" Concrete Curb & Gutter Complete
In Place,
1-8 7700 LF Dollars
and
Cents
per LINEAR FOOT
Adjust Existing Ground Box, Complete In
Place,
1-9 20 EA Dollars
and
Cents
per EACH
Adjust Existing Valve Box to Grade, Complete
In Place,
1-10 15 EA Dollars
and
Cents
per EACH
Adjust Existing Manhole to Grade, Complete In
Place,
I-11 8 EA Dollarsand
Centsper
Each
Remove & Replace Storm Drain Inlet Top &
Throat, Complete in Place,
1-12 15 EA Dollars
and
Cents
per EACH
Restore Disturbed Area, Complete In Place,
1-13 2 LS Dollars
and
Cents
per LUMP SUM
Repair, replace, modify and restore existing
irrigation system, Complete In Place,
1-14 2 LS Dollars
and
Cents
per LUMP SUM
1-28 Bidding Documents
Subgrade Preparation, Complete In Place,
1-15 2200 CY Dollars
and
Cents
per SQUARE YARD
Project Communication, Complete In Place,
1-16 2 LS Dollars
and
Cents
per LUMP SUM
Furnish & Install Traffic Buttons, Complete In
Place,
1-17 1300 EA Dollars
and
Cents
per EACH
Furnish & Install Mavement Markings,
Complete In Place,
1-18 2090 LF Dollars
and
Cents
per LINEAR FOOT
Construct 8" Reinforced Stamped Concrete
Paving, Complete In Place,
1-19 700 SY Dollars
and
Cents
per SQUARE FOOT
Route & Seal Pavement Cracks, Complete In
Place,
1-20 60000 LF Dollars
and
Cents
per SQUARE FOOT
Remove& Replace Perimeter Sidewalk Paver
Ramps, Complete in Place,
1-21 10 EA Dollars
and
Cents
per EACH
1-29 Bidding Documents
BID SUMMARY A- Denton Tap Rd.
TOTAL BASE BID (A)Items #I-1 THRU#I-21 $
TOTAL TIME BID (B) CALENDAR DAYS
TOTAL TIME BID (B)(Days x$1500.00) $
BASIS FOR COMPARISON OF BIDS=A+B: $
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 75 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.
Total Tangible Personal Property: $
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:
1-30 Bidding Documents
BID SUMMARY B- MacArthur Blvd.
TOTAL BASE BID(A)Items #I-1 THRU#I-21 $
TOTAL TIME BID (B) CALENDAR DAYS
TOTAL TIME BID (B)(Days x$1500.00) $
BASIS FOR COMPARISON OF BIDS=A+B: $
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 75 CALENDAR DAYS SHALL BE CONSIDERED
NONRESPONSIVE AND WILL BE REJECTED.
4. Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature page.
5. 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).
6. 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.
Total Tangible Personal Property: $
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:
1-31 Bidding Documents
BID SUMMARY C- Alternate#1 -Denton Tap Rd. & MacArthur Blvd. Combined
TOTAL BASE BID (A)Items #I-1 THRU#I-21 $
TOTAL TIME BID(B) CALENDAR DAYS
TOTAL TIME BID (B)(Days x$1500.00) $
BASIS FOR COMPARISON OF BIDS =A+B: $
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 75 CALENDAR DAYS SHALL BE CONSIDERED
NONRESPONSIVE AND WILL BE REJECTED.
7. Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature page.
8. BIDDER understands that the Owner is exempt from State Limited Sales and Use
Tax on tangible personal property to be incorporated into the project. Said taxes are
not included in the Contract Price(see Instructions to Bidders).
9. The terms used in this Bid which are defined in the General Conditions of the
Construction Contract included as part of the Contract Documents have the meanings
assigned to them in the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem necessary
to stay within the City's available funds. Should the City elect to delete any portion, the contract
quantities will be adjusted accordingly.
Total Tangible Personal Property: $
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:
1-32 Bidding Documents
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in these bids have been carefully reviewed and
are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all
commodities upon which prices are extended at the price offered, and upon the conditions contained
in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety(90)
calendar days from the date of the bid opening.
STATE OF COUNTY OF BEFORE
ME, the undersigned authority, a Notary Public in and for the State of , on this day
personally appeared who after being by me
Name
duly sworn, did depose and say:
"I, am a duly authorized office/agent for
Name
and have been duly authorized to execute the
Name of Firm
foregoing on behalf of the said
Name of Firm
I hereby certify that the foregoing bids have not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I
certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/
commodities bid on,or to influence any individual(s)to bid or not to bid thereon."
Name and Address of Bidder:
Telephone: ( ) by:
Title: Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of 20
Notary Public in and for the State of
1-33 Bidding Documents
If BIDDER IS:
An Individual
By (Seal)
(Individual's Name)
doing business as
Business address
Phone No.
A Partnership
By (Seal)
(Firm Name)
(General Partner)
Business address
Phone No.
A Corporation
By
(Corporation Name)
(State of Incorporation)
By
(Name of person authorized to sign)
(Title)
(Corporate Seal)
Attest
(Secretary)
Business address
Phone No.
A Joint Venture
By
(Name) (Address)
By
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and
corporation that is a partner to the joint venture should be in the manner indicated above.)
1-34 Bidding Documents
PREVAILING WAGE RATES
General Decision Number: TX150035 01/02/2015 TX35
Superseded General Decision Number: TX20140035
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) .
Note: Executive Order (EO) 13658 establishes an hourly minimum
wage of $10.10 for 2015 that applies to all contracts subject
to the Davis-Bacon Act for which the solicitation is issued on
or after January 1, 2015. If this contract is covered by the
EO, the contractor must pay all workers in any classification
listed on this wage determination at least $10.10 (or the
applicable wage rate listed on this wage determination, if it
is higher) for all hours spent performing on the contract. The
EO minimum wage rate will be adjusted annually. Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/02/2015
* SUTX2011-007 08/03/2011
Rates Fringes
CONCRETE FINISHER (Paving and
Structures) $ 14 .12
ELECTRICIAN $ 19.80
FORM BUILDER/FORM SETTER
Paving & Curb $ 13.16
Structures $ 13.84
LABORER
Asphalt Raker $ 12.69
Flagger $ 10.06
Laborer, Common $ 10.72
Laborer, Utility $ 12.32
Pipelayer $ 13.24
1-35 Bidding Documents
Work Zone Barricade
Servicer $ 11.68
POWER EQUIPMENT OPERATOR:
Asphalt Distributor $ 15.32
Asphalt Paving Machine $ 13.99
Broom or Sweeper $ 11.74
Concrete Pavement
Finishing Machine $ 16.05
Concrete Saw $ 14.48
Crane Operator, Lattice
Boom 80 Tons or Less $ 17.27
Crane Operator, Lattice
Boom over 80 Tons $ 20.52
Crane, Hydraulic 80 Tons
or Less $ 18.12
Crawler Tractor $ 14 .07
Excavator, 50,000 pounds
or less $ 17. 19
Excavator, over 50, 000
pounds $ 16. 99
Foundation Drill , Truck
Mounted $ 21.07
Foundation Drill, Crawler
Mounted $ 17. 99
Front End Loader 3 CY or
Less $ 13.69
Front End Loader, over 3 CY $ 14.72
Loader/Backhoe $ 15.18
Mechanic $ 17.68
Milling Machine $ 14.32
Motor Grader, Fine Grade $ 17.19
Motor Grader, Rough $ 16.02
Pavement Marking Machine $ 13.63
Reclaimer/Pulverizer $ 11.01
Roller, Asphalt $ 13.08
Roller, Other $ 11.51
Scraper $ 12.96
Small Slipform Machine $ 15.96
Spreader Box $ 14.73
Servicer $ 14 .58
Steel Worker (Reinforcing) $ 16.18
TRUCK DRIVER
Lowboy-Float $ 16.24
Off Road Hauler $ 12.25
Single Axle $ 12.31
Single or Tandem Axle Dump
Truck $ 12.62
Tandem Axle Tractor with
Semi Trailer $ 12.86
Transit-Mix $ 14.14
WELDER $ 14 .84
1-36 Bidding Documents
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(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 a union rate (current union negotiated rate for local) ,
a survey rate (weighted average rate) or a union average rate
(weighted union average rate) .
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
"UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
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. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
1-37 Bidding Documents
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
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
2. ) If the answer to the question in 1. ) is yes, then an
interested party (those affected by the action) can request
1-38 Bidding Documents
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
1-39 Bidding Documents
CONFLICT OF INTEREST QUESTIONNAIRE
FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE
Government Code by a person doing business with the governmental entity. ONLY
Date Received
By law this questionnaire must be filed with the records administrator of the local
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.
Cl 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.
1-40 Bidding Documents
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
Page 2
For vendor or other person doing business with local governmental entity
5 Name of local government officer with whom filer has affiliation or business relationship.(Complete this section
only if the answer to A,B,or C is YES.
This section,item 5 including subparts A,B,C&D,must be completed for each officer with whom the filer has affiliation or
other relationship.Attach additional pages to this Form CIQ as necessary.
A.Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the
questionnaire? U Yes U No
B.Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local
LJvernment officer named in this section AND the taxable income is not from the local governmental entity?U Yes
No
C.Is the filer of this questionnaire affiliated with a corporation or other business entk that the local government officer
serves as an officer or director,or holds an ownership of 10 percent or more? Yes U No
D.Describe each affiliation or business relationship.
6
Signature of person doing business with the governmental entity Date
1-41 Bidding Documents
SECTION 2
CONTRACT
DOCUMENTS
T H E • G 1 T Y O F
COPPELL
A S , 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 200
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called
OWNER)and (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
The work shall consist of the removal and replacement of 14,500 square yards of 8"
reinforced concrete paving, reconstruction of drainage inlets, and adjustment of
miscellaneous valves, manholes, and other appurtenant structures. This project includes
restoration of sod, landscaping, irrigation, signs, and any other items disturbed during the
project. This project will consist of two streets. The intention is for both streets to be under
construction simultaneously. The bid is to be broken into 3 parts, A) Denton Tap Rd. as a
stand-alone project, B) MacArthur Blvd. as a stand-alone project and C) Alternate #1
Denton Tap Rd. &MacArthur Blvd. as a combined project,constructed simultaneously.
Work shall include all components necessary for the "turn-key" construction of
the project as shown in the plans for the Denton Tap & MacArthur Pavement
Rehabilitation Project Tax 2014 D. It will be necessary to maintain access to the
adjacent properties at all times throughout the project. The project contractor
shall be responsible for all traffic control and any additional work necessary to
maintain the safe operation of traffic through the project site.
The Project for which the Work under the Contract Documents is generally described as follows:
Construction of the
Denton Tap & MacArthur Pavement Rehabilitation Project
Tax 2014 D
Bid No.Q-0415-01
Article 2.ENGINEER.
The Project has been designed by City of Coppell Engineering Department. Contract
administration will be provided by the City of Coppell Engineering Department who is hereinafter
2-2 Contract Documents
called ENGINEER and who is to act as OWNER's representative, assume all duties and
responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract Documents.
Article 3. CONTRACT TIME.
3.1. The Work will be completed 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 $
The total tangible personal property cost included in the contract sum is
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 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 Document:,
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 the Denton Tap & MacArthur Pavement Rehabilitation Project Tax 2014 D
Bid No.Q-0415-01"for the City of Coppell.
8.8. Drawings (Construction Plans) entitled "Denton Tap & MacArthur Pavement
Rehabilitation Project Tax 2014 D",for the City of Coppell.
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 -Bidding Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending,modifying,or supplementing the Contract Documents pursuant
to Items 104.2 and 109.3 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
104.2 and 109.3 of the General Provisions.
2-5 Contract Documents
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 101 of the General Provisions
will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due
and moneys that are due may not be assigned without such consent(except to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or discharge the
assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and
legal representatives to the other party hereto, its partners, successors, assignors and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
2-6 Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement ii
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 ,20_.
OWNER: City of Coppell CONTRACTOR:
255 Parkway Boulevard
Coppell,TX 75019
BY: BY:
TITLE: TITLE:
ATTEST: ATTEST:
Address for giving notices: Address for giving notices:
P.O. Box 9478
Coppell,Texas 75019
Attn: Ken Griffin,P.E.
Dir. of Engineering/Public Works
(If OWNER is a public body,attach (If CONTRACTOR is a corporation,attach
evidence of authority to sign and evidence of authority to sign.)
resolution or other documents
authorizing execution of Agreement.)
2-7 Contract Documents
Certificate of Insurance
After award of contract, Contractor will provide Owner with Certificate of Insurance, which will be
executed and bound here with final documents.
Please see the Standard Specifications for Public Works Construction—North Central Texas
Council of Governments Fourth Edition,Item 103.4 for insurance policies required.
■ Contractor's Insurance
o Worker's Compensation—As set forth in the Workers Compensation Act
o Commercial General Liability-$1,000,000 Accident/Occurrence
o Automobiles-$500,000 Combined single limit per occurrence
o Owner's Protective Liability- $600,000 per occurrence; $1,000,000 aggregate
o "Umbrella"Liability- $1,000,000 per occurrence with drop down coverage
o Liability(Public)-$1,000,000 Aggregate; $1,000,000 Products&Completed
Operations Aggregate
• Additional insured—The Owner shall be named as an additional insured on the Commercial
General Liability(Public),Owner's Protective Liability,and Excess/Umbrella Liability
Insurance Policies furnished by the Contractor.
Please see the Standard Specifications for Public Works Construction—North Central Texas
Council of Governments Fourth Edition,Item 107.2 for indemnification requirements.
2-8 Contract Documents
Instructions For Bonds
A. The surety on each bond must be a responsible surety company that is qualified to do
business in Texas and satisfactory to the Owner.
B. The name and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line opposite
the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal
shall be affixed opposite the signature.
C. If the principals are partners, their individual names will appear in the body of the bond,
with the recital that they are partners composing a firm, naming it, and all the members of
the firm shall execute the bond as individuals.
D. The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
E. If the principal or surety is a corporation, the name of the State in which incorporated shall
be inserted in the appropriate place in the body of the bond, and said instrument shall be
executed and attested under the corporate seal,the fact shall be stated, in which case a scroll
or adhesive seal shall appear following the corporate name.
F. The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or assistant secretary according
to the form attached hereto. In lieu of such certificate, records of the corporation as will
show the official character and authority of the officer signing, duly certified by the
secretary or assistant secretary,under the corporate seal,to be true copies.
G. The date of this bond must not be prior to the date of the contract in connection with which
it is given.
2-9 Contract Documents
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , 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
DOLLARS
($ ) 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:
Denton Tap &MacArthur Pavement Rehabilitation Project
Tax 2014 D
Bid No.Q-0415-01
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 copies, each
one of which shall be deemed an original,this day of ,20 .
PRINCIPAL SURETY
By: By:
Title: Title:
ATTEST: ATTEST:
Resident Agent of the Surety in Dallas or Denton County,Texas,for delivery of notice and service of the process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract..If Resident Agent is not corporation,give person's name.
2-11 Contract Document
PAYMENT BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , 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
DOLLARS
($ ) 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:
Denton Tap & MacArthur Pavement Rehabilitation Project
Tax 2014 D
Bid No.Q-0415-01
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,Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in copies, each
one of which shall be deemed an original,this day of ,20
PRINCIPAL SURETY
By: By:
Title: Title:
ATTEST: ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's
name.
2-13 Contract Documents
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT
as Principal, and , a
corporation organized under the laws of , as sureties,
do hereby expressly acknowledge themselves to be held and bound to pay unto the
a Municipal Corporation, Texas, the sum of
Dollars and
Cents ($ ), for the payment of which sum will and truly be made unto said
, 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
has this day entered into a written contract with the said
to build and construct Denton Tap&MacArthur Pavement Rehabilitation Project Tax 2014 D
Bid No.Q-0415-01,which contract and the plans and specifications therein mentioned,adopted by
the 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
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 haS
caused these presents to be executed by
and the said has caused these presents to
be executed by its Attorney in fact and the said Attorney in fact
has hereunto set his hand,the day of ,20
PRINCIPAL SURETY
By: By:
Title: Title:
WITNESS: ATTEST:
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
2-15 Contract Documents
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
T H E C 1 T Y O F
COPPELL
•
x A S , 8
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.
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
Supplementary Conditions
ITEM 103.3—SURETY BONDS
SC-103.3.1
Add following sentence to Item 103.3.1:
"Maintenance Bond shall be required in the amount of 50%of the cost of the public improvements for
a 2 year period."
ITEM 103.4-INSURANCE
SC-103.4.6
Add the following new item:
"103.4.6 If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost
thereof will be charged to OWNER by appropriate Change Order or Written Amendment.
Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise
OWNER whether or not such other insurance has been procured by CONTRACTOR."
SC-103.4.7
Add the following new item:
"103.4.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect
all of the parties' insured and provide coverage for all losses and damages caused by the
perils covered thereby. Accordingly, all such policies shall contain provisions to the effect
that in the event of payment of any loss or damage the insurer will have no rights of
recovery against any of the parties named as insured or additional insured, and if such
waiver forms are required of any Subcontractor,CONTRACTOR will obtain the same."
ITEM 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
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."
3-3 Standard Specifications
Supplementary Conditions
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".
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
3-4 Standard Specifications
Supplementary Conditions
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.
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
3-5 Standard Specifications
Supplementary Conditions
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
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."
3-6 Standard Specifications
Supplementary Conditions
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:
"107.23.2a 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 CON TRACTOR. No additional time shall be given to the
CON TRACTOR 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 may be 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
T H E C 1 T Y O F
COPPELL
F • a
x A S •
SPECIFIC PROJECT REQUIREMENTS
The construction specifications, which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas Council of Governments Fourth Edition. The
following Specific Project Requirements contain general and specific project requirements
applicable to this project in the City of Coppell. These individual specifications control for this
project. Additional amendments to the NCTCOG Standard Specifications are contained in Section
3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an
item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the
Standard Specifications for the City of Coppell, Texas shall apply.
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.S.A. American Standards Association
A.S.T.M. American Society of Testing Materials
A.A.S.H.T.O. American Association of State Highway
&Transportation Officials
A.C.I. American Concrete Institute
A.W.S. American Welding Society
A.W.W.A. American Water Works Association
S.S.P.C. Steel Structures Painting Council,Federal
Specifications Treasury Department
U.L. Underwriters Laboratories
N.E.M.A. National Electrical Manufacturers Association
W.P.C.F. Water Pollution Control Federation
TX.DOT Texas Department of Transportation
C.D.G.S. City of Dallas General Specifications
S.S.P.W.C.N.C.T. Standard Specifications for Public Works
Construction North Central Texas
T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices
4-2 Specific Project Requirements
1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City f
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 Enginee ,
City of Coppell, Engineer of the Owner, or such other representatives as may be authorize
by said owner to act in any particular position.
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: The work shall consist of the removal and replacement of
14,500 square yards of 8" reinforced concrete paving, reconstruction of drainage inlets, and
adjustment of miscellaneous valves, manholes, and other appurtenant structures. This
project includes restoration of sod, landscaping, irrigation, signs, and any other items
disturbed during the project. This project will consist of two streets. The intention is for both
streets to be under construction simultaneously. The bid is to be broken into 3 parts, A)
Denton Tap Rd. as a stand-alone project, B) MacArthur Blvd. as a stand-alone project and
C) Alternate #1 Denton Tap Rd. & MacArthur Blvd. as a combined project, constructed
simultaneously.
Work shall include all components necessary for the "turn key" construction of the
project as shown in the plans for the Denton Tap & MacArthur Pavement
Rehabilitation Project 2014 D. It will be necessary to maintain access to the adjacent
properties at all times throughout the project. The project contractor shall be responsible
for all traffic control and any additional work necessary to maintain the safe operation of
traffic through the project site.
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,
4-3 Specific Project Requirements
weekends, holidays, suspensions of Contractor's operations, delays or other events as
described herein. For purposes of the calculation and the determination of entitlement to the
incentive payment stated above, the Original Contract Time 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
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,
4-4 Specific Project Requirements
release and acknowledgement of satisfaction by the Contractor of any and all claims ir
causes of action, issues, demands, disputes, matters or controversies, of any nature o
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.
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
4-5 Specific Project Requirements
protection,including posting danger signs and other warnings against hazards,promulgating
safety regulations and notifying owners and users of adjacent utilities.
1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared for
this project. The City of Coppell Standard Construction Details were used for pavement
depth and subgrade preparation. The Contractor shall visit the site and acquaint himself
with the site conditions.
1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control to match
existing. 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. Contractor shall work in
accordance with the City of Coppell standard details.
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 or in accordance with City standard
details. 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
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
4-6 Specific Project Requirements
Owner. If damage is occurring or is likely to continue, tree guards shall be erected when s•a)
directed by the Engineer at the Contractor's expense.
1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at al
times, as his agent, a competent Superintendent capable of reading the plans an4
specifications and thoroughly experienced in the type of work being performed. Th¢
Superintendent shall have full authority to execute orders or directions and to promptl
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's
responsibility for providing and maintaining flagmen, watchmen, warning devices,
barricades, signs, and lights, and other precautionary measures shall not cease until the
project shall have been fully and finally accepted by the Owner.
If the Engineer discovers that the Contractor has failed to comply with the applicable federal
and state law (by failing to furnish the necessary flagmen, warning devices, barricades,
lights, signs or other precautionary measures for the protection of persons or property), the
Engineer may order such additional 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
4-7 Specific Project Requirements
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 his operations.
e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction directly with the appropriate utility
company.
1.17 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.
4-8 Specific Project Requirements
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. 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 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 registered engineer on all structural submittals.
D. REVIEW:
1. Shop drawing and product data information review will be general. Such
review will not relieve the contractor of any responsibility and work required
by the Contract.
2. Satisfactory shop drawings will be so designated and all sets, except four(4),
returned to the Contractor. Rejected shop drawings will be so designated
4-11 Specific Project Requirements
and all sets except two (2)will be returned to the Contractor,with indications
of the required corrections and changes.
3. Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
1.7 RESUBMISSION REQUIREMENTS:
A. Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes that have been made other than those requested by the
Engineer.
1.8 ENGINEER'S RESPONSIBILITIES:
A. Review submittals with reasonable promptness.
B. Affix stamp and initials or signature, and indicate requirements for re-submittal, or
acceptance of submittal.
C. Return submittals to Contractor for distribution,or for resubmission.
4-12 Specific Project Requirements
SECTION 5
DESCRIPTION OF PAY ITEMS
T H E G I T Y O F
COPPELL
A s` , 8
SECTION 5-DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the CONTRACTOR can fully
understand the scope of work involved in the Pay Items.
1. Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically included as a
pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or
additional payment will be made therefore. For example, there shall be no separate payment
for the following: (a) removal and replacement of any signs, with the exception of the signs
paid under various Bid Items, (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#I-1—Mobilization:
This pay item shall include the mobilization and demobilization for the construction of the
project. This pay item shall be inclusive of any and all mobilizations and demobilizations
associated with the project. Mobilization shall be defined as all necessary equipment,
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 amount, exclusive of this pay item (adjusted contract amount).
Video &photo documentation of the existing right-of-way and the entire work area prior to
the start of construction must be provided to the City before commencing work.
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 #I-2—Furnish,Install, and Maintain Project Signs:
5-2 Description of Pay Items
MA*OM..momMINOMINIMIM
This pay item shall consist of the installation of project signage at locations shown on the
plans, or as directed by the engineer. The sign shall be constructed in accordance with the
details found in Section 6 of the Specifications. If the city logo cannot be produced as an
integral part of the sign, the City will furnish the City logo.
The contractor will be responsible for maintenance of the sign for the duration of the
project. Any debris, graffiti, or damage caused by any means shall be cleaned or repaired
by the contractor at no additional cost to the city.
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#I-3—Prepare and Implement Traffic Control Plan:
This work includes developing and preparing a Traffic Control Plan, and then implementing
and maintaining the required traffic control devices during 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.
In addition,the contractor shall coordinate with any work in the railroad right-of-way with the
railroad,including the cost for railroad flaggers.
Traffic control plans and updates shall be provided to the Engineer for review prior to
construction. Any lane reductions or closures 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 will be made on a prorated
basis, with the percentage based on the amount of time bid on the contract. In the event the
contractor exceeds the time bid on the contract,no additional compensation will be paid under
this pay item.
2.4. Pay Item #I-4 — 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
5-3 Description of Pay Items
less than one (1) acre. 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 post a Construction Site Notice. 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 Contractor shall
be responsible for compliance with all posting requirements, and 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 TCEQ.
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 #I-5 — Sawcut, Remove & Dispose of Concrete and Brick Pavers (All
Thicknesses):
This work includes the removal of brick pavers, concrete street, alley, driveway, and
sidewalks at the locations shown in the construction plans or as determined by the Engineer, in
accordance with the appropriate details and specifications. All material removed from the job
site shall be transported and legally disposed off-site by the contractor.
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.
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. All concrete removal shall be subsidiary to this pay item. Any existing
improvements beyond these limits, which are damaged or destroyed by the construction shall
be removed and replaced at the Contractor's expense.
Measurement and payment for 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.
2.6. Pay Item#I-6—Construct 8"Reinforced Concrete Paving:
This work includes the construction of 8" reinforced concrete alley paving at the locations
shown on the construction plans or as determined by the Engineer, in accordance with the
appropriate details and specifications. Grading and base preparation necessary to construct
5-4 Description of Pay Items
the paving to the lines and grades indicated in the plans shall be considered subsidiary to this
work. All material removed from the job site shall be transported and legally disposed off-site
by the contractor. No additional payment will be made for hauling of extra material from the
job site.
Where new concrete abuts existing concrete, 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.
All concrete used for the concrete trail shall be Class "C" concrete with 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. The concrete shall be doweled into the existing pavement where
appropriate and reinforced in accordance with the City of Coppell Standard Construction
Details. The concrete trail 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 by a method approved by the
Engineer. The Contractor is responsible for making sample concrete cylinders at a cycle
determined by the Engineer for testing purposes. The surface shall be a baker broom finish
and shall be cured with a highway white curing compound applied per the manufacturer's
recommendations.
Joint type and spacing shall be in accordance with City of Coppell standard details, or as
directed by the engineer. All construction, sawed, or expansion joints shall be sealed with
self-leveling silicone joint sealant.
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. Where
concrete curb is indicated, it shall be placed integrally with the concrete pavement, however it
will be paid under the separate pay item for concrete curb.
2.7. Pay Item#I-7—Construct 4" Reinforced Concrete Sidewalk:
This work includes construction of concrete sidewalks of the specified thickness 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 shall be doweled into the existing sidewalk where appropriate and reinforced in
accordance with the City of Coppell Standard Construction Details. The concrete trail 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.
5-5 Description of Pay Items
No greater than 1 inch of sand level up course will be allowed under the sidewalk. The
surface shall be a baker broom finish and shall be cured with a highway white curing
compound applied per the manufacturer's recommendations. Joint type and spacing shall be
in accordance with city of Coppell standard details, or as directed by the engineer. All
construction, sawed, or expansion joints shall be sealed with self-leveling silicone joint
sealant.
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.
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 foot (SF) 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.
2.8. Pay Item#I-8—Construct 6" Reinforced Concrete Curb and Gutter:
This work includes construction of reinforced concrete curb and gutter 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 construction
shall be Class "C" concrete with 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 curb shall be placed monolithically with the concrete pavement if integral to concrete
pour, referencing City of Coppell Standard detail Page 2120 "Integral Concrete Curb &
Gutter", and shall be reinforced with a minimum of No. 4 bars placed in accordance with city
details. Independent curb repairs shall reference City Standard detail page 2120 "Curb &
Gutter Repair". The cost for furnishing and placing reinforcement is subsidiary to the price
bid.
The Contractor shall vibrate all concrete during the pour by a method approved by the
Engineer. The paving shall be a baker broom finish and shall be cured with a highway white
curing compound applied per the manufacturer's recommendations.
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 driveway to traffic.
The sealing of joints where new pavement is placed is considered subsidiary to the cost of the
new paving. Vertical joints should utilize a non-sag silicone sealant.
5-6 Description of Pay Items
Measurement and payment for reinforced concrete curb work performed and materials
furnished completed and in place as provided herein shall be made on the basis of the price
bid per linear foot (LF) 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. Both integral curbs and independent repair curbs
will be measured and compensated at the same rate.
2.9. Pay Item#I-9—Adjust Existing Ground Box:
This work shall include the relocation of ground boxes as shown on the plans, or as directed
by the Engineer.
Measurement and Payment shall be made on the basis of the bid price per each(EA) and shall
be the total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.10. Pay Item#I-10 -Adjust Existing Valve Box to Grade:
This work includes the adjustment (raising or lowering) of existing water valve boxes in
locations along the project where the pavement is being adjusted, or where the valve box has
settled, 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. The cost to repair such damage shall
be the sole responsibility of the CONTRACTOR. Any damage to the valves or valve boxes
that exists prior to commencing this project should be brought to the attention of the engineer
prior to beginning work.
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.
2.11. Pay Item#I-11 -Adjust Existing Manhole to Grade:
This work includes the adjustment (raising or lowering) of existing manhole covers in
locations along the project where the pavement is being adjusted, or where the manhole has
settled, as shown on the construction plans or as determined by the Engineer. These
adjustments shall be in accordance with the appropriate details and specifications. No
separate pay will be allowed for repairing damage to manholes due to construction on this
project. The cost to repair such damage shall be the sole responsibility of the
CONTRACTOR. Any damage to existing manholes that exists prior to commencing this
project should be brought to the attention of the engineer prior to beginning work.
Measurement and payment for work performed and materials furnished related to the
adjustment of existing manholes, 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.
5-7 Description of Pay Items
2.12. Pay Item#I-12—Remove and Replace Storm Drain Inlet Top and Throat:
This work includes the removal of inlet tops and throats in the locations shown in the 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.
Measurement and payment for work performed and materials furnished related to the inlet top
reconstruction, 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#I-13—Restore Disturbed Areas:
This work includes all work, materials and incidentals necessary to restore parkways,
landscaping, 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 restored with sod of the same type that exists adjacent to the
disturbed area. Topsoil shall be placed in low areas to bring them to grade. Any existing
landscape improvements, landscape beds, gravel rock beds, and/or any other existing
improvement removed or relocated during the course of construction shall be replaced with
like kind or better as a part of this pay item.
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
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, median, landscape, and yard restoration work
performed and materials furnished complete and in place as provided herein shall be made on
the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing
and/or operating all labor, materials, tools, equipment and other incidentals necessary to
complete the work,including watering, fertilizing, and maintenance of the restored areas.
2.14.Pay Item#I-14—Repair, Replace,Modify and Restore 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 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.). This item shall apply to
the necessary modification of the irrigation system within the parkway where the plans
indicate to relocate existing irrigation control valves.
5-8 Description of Pay Items
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
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, modification, or restoration 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.
2.15.Pay Item#I-15—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, or per City standards, 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.
Subgrade shall consist of native material with unsuitable material removed and compacted to a
density not less than 95% standard proctor density. Acceptable fill is cement treated base, flex
base or flowable fill.No lime will be permitted.
Measurement and payment shall be on the basis of price bid per cubic yard (CY) complete in
place. The bid price shall be full compensation for furnishing all labor, materials, supplies,
equipment,and incidentals necessary to complete the work as specified.
2.16.Pay Item#I-16—Project Communication:
This item shall consist of communicating all aspects of the project to both the adjacent
businesses and 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 the work. This shall be in addition to the preconstruction meeting with the City
Staff. The stakeholder meeting shall consist of introductions of key staff personnel,
5-9 Description of Pay Items
presentation of contractor's anticipated schedule, presentation of details regarding
coordinating services such as refuse collection, mail distribution, ingress and egress, etc. and
any other pertinent information to 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.
2.17. Pay Item#I-17—Furnish and Install 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, on the City of Coppell
Standard Details, 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 or Y. 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 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 each
(EA) 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.
2.18. Pay Item#I-18—Furnish and Install Pavement Markings:
This work includes the placement and installation of all pavement markings (stop bars,
striping, words, symbols shapes, etc.) as shown in the construction plans, where removed
during the course of construction, or as determined by the Engineer, in accordance with the
appropriate details and specifications, including Items 666 & 668 in TxDOT's 2004 Standard
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.
2.19.Pay Item#I-19—Construct 8" Reinforced Stamped Concrete Paving:
This work includes construction of stamped concrete with integral color at the locations
shown in the construction plans or as determined by the Engineer, in accordance with the
5-10 Description of Pay Items
appropriate details and specifications, including NCTCOG Item 305.2. All concrete used for
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. Work shall be in compliance with City of Coppell stamped
concrete ordinance 2002-979 and manufacturer's specifications.
Colors shall be Red Clay—Bomanite Integral Color with Bomanite Natural Gray Release (or
an approved equal). All patterns shall be Running Bond Used Brick. Approved equal shall
only be considered after review of specification and a test section that demonstrates the ability
to match color and pattern. All joints shall match the colors used in the colored pavement.
Measurement and payment for stamped concrete pavement 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.
2.20.Pay Item#I-20—Route& Seal Pavement Cracks:
This work shall consist of the removal of any debris or old joint sealant material, the routing
of the existing joint or cracks to be sealed, and the placement of backer rod and/or self-
leveling silicone joint sealant as indicated in the plans, standard details, or as directed by the
engineer.
This pay item is strictly for the routing and sealing of existing cracks and joints. No payment
shall be made under this pay item where new concrete is placed. Sealing of the joints in new
paving, including the joints between the new pavement and the existing pavement shall be
subsidiary to the placement of the new pavement.
Measurement and payment shall be 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.
2.21.Pay Item#I-21—Remove&Replace Perimeter Sidewalk Paver Ramps:
This work includes removal and replacement of existing perimeter sidewalk ramp pavers 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. Work shall
be in compliance with City of Coppell ordinances and manufacturer's specifications.
Existing Paver are Holland Stone I (Charcoal) along turn radius (to remove and replace as
required for concrete tie in) and Uni-Décor Antique Red at paver ramp (to remain). All
existing patterns shall be reinstalled.
Measurement and payment for paver work performed and materials furnished completed and
in place as provided herein shall be made on the basis of the price bid per each location (EA)
in accordance with NCTCOG Item 305.2.4, and shall be total compensation for furnishing
5-11 Description of Pay Item$
and/or operating all labor, materials, tools, equipment and other incidentals necessary to
complete the work.
5-12 Description of Pay Items
SECTION 6
TECHNICAL SPECIFICATIONS
T H E C 1 T Y O F
COPPELL
go
X A5
8
CITY OF COPPELL
PROJECT SIGN
3"
aux t1.00 WYE LUMPS
C nig "OPPEL,
COPPELL FOR INFORMETION COHTMT: -CoNTRACTOFeS
DISPECTOR'S NAME, INSPECTOR
HICEE HIMEJI: (972)FR-Lrr •
1 "PRIJEC _ NAME (PRLIJEM' KUM-1ER)
1 1/f—
COKTRACIDE: COETRACTORS KANE
CONTRACTOR'S PHOE NUMBEN
coppLEVON DATE: SEASON E
1 1/244
.C1
4, —41 (LAMM GIC.UND 4, 4, II, J., (4.
NOTES: 1) LETTERING SHOULD BE BOLD TYPE
2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD
PAIN ILL) AS SHOWN ON DETAIL
3) FRAME WILL BE 2"X4" STOCK— REINFORCED BEHIND
SIGN PANEL AT APPROX. 2' CENTERS
4) All PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO TO BE PROVIDED BY THE CITY
EXAMPLE:
rf co7Frii.
COPYELL FTIIEFORVIATICH COE7ACT: TFCWS
vox t< IHSPECTOR
HOKE REM 972-3V-CCE
BETHEL RD PROJECT (ST 03-01)
CONTRACTOR: XXXX XXXXX )000001
(000) 000-0000 C MOM?CR
rata at mcs ZEter;)
COMPLETION DATE: XXXXXX 200X