ST9601-CN 980512 i
CONSTRUCTION SPECIFICATIONS
CONTRA CTA~CUMENTS
FOR
WRANGLER DRIVE
PROJECT NO. ST 96-01
FOR
THE CITY OF COPPELL
1998
'~ ..........'~*~
~,;o~i;';.:'~'~"~i' "
;
CONS TR UCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
WRANGLER DRIVE
PROJECT NO. ST 96-01
FOR
THE CITY OF COPPELL
APRIL
1998
DATE:
PROJECT:
OWNER:
CONTRACTOR:
CHANGE ORDER NO:I
January 14, 1999
Wrangler Drive Reconstruction (Project No. ST 96-01 )
City of Coppell, Texas
Tiseo Paving Company, Inc.
GENERAL: The following changes to the quantities of work shall be accomplished as stated
and agreed to below. This work shall be furnished and completed in accordance with the
applicable provisions of the original construction specifications and contract documents.
None of these changes shall be considered as waiving or invalidating any conditions,
requirements or provisions of the contract or bonds.
II.
DESCRIPTION OF CHANGE AND/OR EXTRA WORK: During the construction of Phase
1 of the project, the existing 12-inch water line along a portion of the project was discovered
to be shallower than anticipated and in an undesirable location to facilitate proper
maintenance once the new paving improvements were constructed. In order to insure the
future integrity of this water main, it needs to be relocated and adjusted. The proposed
water line relocation requires additional work beyond the original scope of work, resulting in
the following adjustments to the contract (See also the attached Unit Price Schedule).
III.
ADJUSTMENTS IN CONTRACT PRICE:
ORIGINAL CONTRACT AMOUNT
$1,650,508.15
ADJUSTMENTS TO CONTRACT AMOUNT PER
PREVIOUS CHANGE/EXTRA WORK ORDER
$0.00
INCREASE PERTHIS CHANGE ORDER
$46,794.00
REVISED CONTRACT AMOUNT
$1,697,302.15
IV
ADJUSTMENTS IN CONTRACT TIME:
ORIGINAL CONTRACT TIME
300 calendar days
ADJUSTMENTS TO CONTRACT TIME PER
PREVIOUS CHANGE/EXTRA WORK ORDER
0 calendar days
INCREASE PER THIS CHANGE ORDER
0 calendar days
REVISED CONTRACT TIME
300 calendar days
"I
~/Teague Nail and Perkin~
AGREED BY CONTRACTOR:
Tise Paving Company, Inc.
A OVED rAC~D.~_~AW_,N
Date:
Date:
Date:
q:\proj-rl 4\cpl96164\docs\corres%CO 1 .wpd
UNIT PRICE SCHEDULE ""'1
WRANGLER DRIVE / ST 96-0q
CHANGE ORDER No. 1
12-Inch Water Line Relocation Improvements
Add the Following Quantities of Work to Existing Pay Items in the Original Contract:
Item
No.
1
d-35)
2
(I-37)
3
(i-39)
4
({-4o)
5
(I-4q)
Quantity Unit
925 LF
6
(I-42)
Description and Price in
Words
12" PVC Water Pipe (DR 14),
Complete in Place
Unit Total
Price Price
20 LF
Twenty-Seven Dollars
and No Cents
per Linear Foot
8" PVC Water Pipe (DR 14),
Complete in Place
$27.00 $24,975.00
10 LF
1.25 Ton
Thirty-One Dollars
and Fifty Cents
per Linear Foot
6" PVC Water Pipe (DR 14),
Complete in Place
Twenty-Nine
and No
per Linear Foot
Ductile Iron Fittings,
Complete in Place
Dollars
Cents
$31.50 $630.00
$29.00 $290.00
2 Each
Fifty-Two Hundred Fifty Dollars
and No Cents
per Ton
12" Gate Valve,
Complete in Place
$5,250.00 $6,562.50
1 Each
:Sixteen Hundred
and No
per Each
8" Gate Valve,
Complete in Place
Dollars
Cents
$1,600.00
$3,200.00
Eleven Hundred
;Twenty-Five
and No
per Each
Dollars
Cents
$1,125.00 $1,125.00
Wrangler Drive / ST 96-01
CHANGE ORDER NO. 1
Page 2 of 3
Item
No.
7
(11-63)
8
(F45)
9
(I-46)
10
(11-4)
11
(H-11)
UNIT PRICE SCHEDULE
WRANGLER DRIVE / ST 96-0',
Quantity
2
Unit
Each
Description and Price in
Words
Remove & Relocate Existing
Fire Hydrant Assembly,
Complete in Place
Nineteen Hundred
Dollars
and No
Unit Total
Price Price
4
Cents $1,900.00 $3,800.00
Each Connect to Existing System,
Complete in Place
955
LF
Eight Hundred
Ninety-Five Dollars
and No Cents
per Each
51
SY
Trench Safety for Water Line
Installation,
Complete in Place
One Dollars
and Ten Cents
per Linear Foot
Remove Existing Concrete
Driveways,
Complete in Place
51
SY
Four Dollars
and No Cents
per Square Yard
6" Reinforced Concrete
Driveway,
Complete in Place
Twenty-Seven Dollars
and No Cents
per Square Yard
TOTAL INCREASE PER CHANGE ORDER No. I
$895.00 $3,580.00
$1.10 $1,050.50
$4.00
$204.00
$27.00 $1,377.00
$46,794.00
Wrangler Drive / ST 96-01
CHANGE ORDER NO. 1
Page 3 of 3
TABLE
OF CONTENTS
Section 1 -
Section 2 -
Section 3 -
Section 4 -
Section 5 -
Section 6 -
Bidding and Contract Documents
Notice to Bidders
Instructions to Bidders
Proposal/Bid Forms
Prevailing Wage Rates
Standard Form of Agreement (Contract)
Certificate of Insurance
'Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
City of Coppell's Supplementary Conditions
to the NCTCOG Standard Specifications for
Public Works Construction
Special Provisions to Standard Specifications for Construction
For this project, the Standard Specifications for
Public Works Construction - North Central Texas,
as prepared by the North Central Texas Council
of Governments and the City of Coppell Standard
Construction Details shall govern all work to be
done, together with any additional Special
Specifications or Specific Project Requirements
included herein.
Specific Project Requirements
Description of Pay Items
Special Project Details
Drop Inlet (NCTCOG Standard Drawing No. 6040)
Addendums
(NOTE: The Addendum changes have been
incorporated into the final documents.)
Page No.
1-1
1-2
1-3
1-16
1-44
1-49
1-55
1-56
1-57
1-59
1-61
2-1
2-9
3-1
4-1
5-1
5-2
6-1
1-I
SECTION 1
BIDDING DOCUMENTS
Bidding Documents
NOTICE TO BIDDERS
The City of Coppell is accepting bids for Wrangler Drive / ST 96-01. Specifications may
be obtained at a cost of $25.00 from the Purchasing Agent, 255 Parkway Blvd., Coppell,
be received in the Purchasing Office at the City of Coppell Town Center, 225 Parkway
Boulevard, until 10:00 a.m., Tuesday, April 28, 1998 and then publicly opened and read
aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell
Bid No. 0398-01 designated clearly on the exterior of the bid envelope.
A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the
Engineering Department (255 Parkway Blvd.), at 2:00 p.m: on Tuesday, Ap~:il 21, 1998.
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. The Owner reserves the right to accept the alternate bid of a Contractor
that did not submit the lowest base bid. NO BID TRANSMITTED BY FAX WILL BE
ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding
local conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR
MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax
on tangible personal property to be incorporated into the project. (Note: This procedure
may not be used, however, for materials which do not become a part of the f'mished
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.
1-2
Bidding Documents
INSTRUCTIONS TO BIDDERS
Dermed Terms.
Terms used in these Instructions to Bidders which are def'med in the Standard
Specifications for Public Works Construction - North Central Texas latest addition, as
prepared by the NCTCOG and the Supplementary Conditions of Agreement have the
meanings assigned to them in these General Conditions. The term "Bidder" means one
who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to
a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder
to whom the Owner (on the basis of the Owner 's evaluation as hereinafter provided) makes
an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to
Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda
issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract
Documents, it shall be understood as referring to the Director of Engineering and Public
Works or his authorized representative, City of Coppell, P.O. Box 478, 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.
Scope of Work.
This project is located between Freeport Parkway and Belt Line Road, south of Airline
Drive. In general, the work shall consist of the construction of water line, storm drainage
and concrete pavement improvements, along with all related work necessary to complete
the project as detailed in the plans and specifications.
Copies of Bidding Documents.
Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at
the office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $25.00. The
following general requirements pertain to the Bidding Documents:
A)
No bidding documents will be issued later than two (2).days prior to the bid
opening date.
1 - 3 Bidding Documents
3.2
3.3
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 $15.00 per set.
c)
Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
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.
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.
Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner' s request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. The required information to be submitted shall consist of, but shall
not necessarily be limited to, the following:
A. Current Project Experience.
A list of all projects presently under construction by the bidder including
approximate cost and completion date shall be submitted upon request.
B. Past Project Experience.
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment.
The Bidder shall provide a list of equipment which will be used on this project.
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.
1 - 4 Bidding Documents
D. Financial.
Each Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an
audited certified f'mancial 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.
Conflict of Interest.
City Charter states that no officer or employee of the City shall have a f'mancial 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.
Examination of Contract Documents and Site.
Access to the site shall be from Belt Line Road or south on Enterprise Drive and Executive
Drive from Airline Drive. Prospective Bidders shall inspect all improvements. It is the
responsibility of each Bidder 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. Failure to make these examinations shall in no way relieve any Bidder from
the responsibility of fulfilling all of the terms of the contract, without additional cost to the
OWNER.
1 - 5 Bidding Documents
6.2
6.3
6.4
6.5
6.6
Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not
assume responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where
construction comes in close proximity to existing structures or utilities, or if it becomes
necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be
the Contractor' s responsibility to notify and cooperate with the utility or structure owner.
The utility lines and other existing structures shown on the plans are for information only
and are not guaranteed by the City to be complete or accurate as to location and/or depth.
It shall be the Contractor's responsibility to verify locations and depths sufficiently in
advance of construction such that necessary adjustments may be made to allow for the
proper installation. The Contractor shall be liable for damage to any utilities resulting
from the construction of this project.
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.
On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder
shall fill all holes, clean up and restore the site to its former conditions upon completion
of such explorations.
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.
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.
Interpretations and addenda.
All questions about the meaning or intent of the Contract Documents are to be directed to
1 - 6 Bidding Documents
7.2
8.2
8.3
10.
11.1
the Purchasing Agent. Interpretations or clarifications considered necessary by the
Purchasing Agent in response to such questions will be issued by Addenda mailed or
delivered to all bidders recorded as having received the Bidding Documents. Questions
received less than two days prior to the date for opening of Bids may not be answered.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect. Each Bidder shall
acknowledge on the bid proposal that all Addenda issued have been received.
Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
Contract Time.
The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall be complete within the calendar day count required by the
Contractor's Proposal. The calendar day count shall commence ten (10) calendar days
after the date of the Notice to Proceed.
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.
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.
Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for
this project are: Five hundred dollars ($500.00) per day.
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.
Subcontractors, Suppliers, and Others.
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
1 - 7 Bidding Documents
11.2
12.
12.1
12.2
requested, shall within seven (7) days after the request submit to the Owner a list of all
such Subcontractors, Suppliers and other persons and organizations proposed for those
portions of the Work for which such identification is requested. Such list shall be
accompanied by an experience statement with pertinent information regarding similar
projects and other evidence of qualification for each such Subcontractor, supplier, person
or organization if requested by the Owner. If the Owner, after due investigation, has
reasonable objection to any proposed Subcontractor, Supplier, other person or
organization, may, before the Notice of Award is given, request the apparent Successful
Bidder to submit an acceptable substitute in which case the apparent Successful Bidder
shall submit an acceptable substitute. Bidder' s Bid price may be increased (or decreased)
by the difference in cost occasioned by such substitution, and the Owner may consider such
price adjustment in evaluating Bids and making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable
Subcontractors, Suppliers, other persons and organizations. The declining to make
requested substitutions will not constitute grounds for sacrificing the Bid security of any
Bidder.
No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
Bid Proposal.
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.
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
1 - 8 Bidding Documents
13.
14.
15.
16.
16.1
16.2
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.
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.
Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used
for the comparison of bids. Payments will be made to the Contractor only for the actual
quantities of work performed or materials furnished in accordance with the contract. The
quantity of work to be done and the materials may be increased or decreased as provided
for in the Contract Documents.
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 478,
Coppell, Texas 75019 until 10:00 a.m. on Tuesday, April 28, 1998, 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. 0398-01 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 Wrangler Drive - ST 96-01" on the face of it and addressed
to the Purchasing Agent, City of Coppell, Texas.
Modification and Withdrawal of Bids.
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.
If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed
written notice with the Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and substantial mistake in the preparation
of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified
from further bidding on the work.
1 - 9 Bidding Documents
17. Rejection of Bids.
18.
19.
19.1
19.2
19.3
19.4
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 to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date. ·
Award of Contract.
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.
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or
not the Bids comply with the prescribed requirements, and such alternates, unit prices,
completion time, and other dam, as may be requested in the Bid form or prior to the Notice
of Award.
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.
The Owner may conduct such investigations as the owner deems necessary to assist in the
1 - 10 Bidding Documents
19.5
19.6
20.
21.
22.
23.
24.
evaluation of any Bid and to establish the responsibility, qualifications and financial
stability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract Documents
to the Owner's satisfaction within the prescribed time.
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.
If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening. However, it is the desire
of the Owner to award the contract on May 12, 1998, and begin construction before or
during the first week of June 1998.
Execution of Agreement.
Within ten (10) 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.
Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project
construction have been paid in full, and that there are no claims pending.
Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire
nor work any illegal alien.
Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall
commence work within ten (10) calendar days after the date of Notice to Proceed. It is the
intent of the Owner for construction to begin before or during the first week of June 1998.
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
1 - 11 Bidding Documents
25.
26.
27.
28.
29.
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.
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.
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.
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.
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.
Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50 % of the
value of the work at the completion of the project. The bond must be provided prior to
final payment by the City.
1 - 12 Bidding Documents
BID FORM
PROJECT IDENTIFICATION: Wrangler Drive - Project No. ST 96-01.
BID OF Tiseo Paving Company, Inc. DATE 4/28/98
(NAME OF FIRM)
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: 0398-01
,
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
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 ten (10) days after the date
of OWNER' s Notice of Award.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a)
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No: 1 2
Date: 4/22/98 4/27/98
Rec'd:
1 - 13 Bidding Documents
(b)
(c)
(d)
(e)
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.
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 dam, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
CONTRACTOR shall have full responsibility with respect to subsurface conditions
at site.
BIDDER has studied carefully all drawings of the physical conditions in or relating
to existing surface or subsurface structures on the site, which are contained in the
· contract documents and which have been utilized in preparation of the contract
documents. CONTRACTOR may rely upon the accuracy of the technical data
contained in such drawings, but not for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
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.
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 dam in respect of said Underground
Facilities are or will be required by BIDDER in order to perform and furnish the
Work at the Contract Price, within the Contract Time and in accordance with the
other terms and conditions of the Contract Documents.
1 - 14 Bidding Documents
BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
(g)
BIDDER has given ENGINEER written notice 'of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
(h)
This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement
or rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or
sham Bid; BIDDER has not solicited or induced any person, firm or corporation
to refrain from bidding; and BIDDER has not sought by collusion to obtain for
itself any advantage over any other Bidder or over OWNER.
(i)
It is understood and agreed that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a guide in
evaluating bids.
(j)
It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are
to be performed at the unit prices set forth, except as provided for in the Contract
Documents.
It is understood and agreed that all work under this contract will be completed within the
bid calen:-]ar days. Completion date will be established in the Notice to Proceed.
BIDDER will complete the Work for the following price(s):
NOTE:
UNIT I & II in the Bid Schedule are for the City's use in identifying and accounting for
various sources of funds and cost participation. These unit divisions do not correspond to
any particular phase of construction. In general, Unit I represents the new construction
of the project through the undeveloped tracts of land between Freeport Parkway and
Enterprise Drive. Unit II represents the reconstruction portion of the project from
Enterprise Drive to Belt Line Road, as well as the southern half of the roadway
improvements adjacent to the Coppell Middle School West campus
1 - 15 Bidding Documents
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Section 1 - Paving and Drainage Improvements
Item Quantity Unit Description and Price in Words
No.
I- 1 1 LS Prepare Right-of-Way
Unit
Price
Total
Price
1-2 110 LF
Sixty Seven Thousand Dollars
and No Cents
per Lump Sum
Remove Existing Concrete Curb or
Concrete Curb & Gutter
$67,000.00
$67,000.00
I-3 4,219 CY
I-4 5,555 SY
Two Dollars
and No Cents
per Linear Foot
Unclassi~ed Street Excavation
Four Dollars
and Fifty Cents
per Cubic Yard
8" Lime Stabilized Subgrade,
$2.00
$4.50
$220.00
$18,985.50
I-5 85 TON
Complete in Place
One Dollars
and Fifty Cents
per Square Yard
Lime for Subgrade Stabilization,
Complete in Place
One Hundred D61Iars
and No Cents
per Ton
1 - 16
$1.50
$100.00
$8,332.50
$8,500.00
Bidding Documen~
Item
No.
1-6
1-7
Quantity
5,310
110
Unit
SY
LF
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
7" Reinforced Concrete Pavement
With 6" Integral Curb,
Complete in Place
Twenty Three Dollars
and Fifty Cents
per Square Yard
Concrete Street Header,
Unit
Price
$23.50
Total
Price
$124,785.00
I-8
I-9
1-10
125
120
SY
LF
EA
Complete in Place
Five Dollars
and No Cents
per Linear Foot
Concrete Paving-Stone Pavement,
Complete in Place
Seventy Dollars
and No Cents
per Square Yard
3" PVC Conduit Sleeve for
Freeport Parkway Intersection,
Complete in Place
Ten Dollars
and No Cents
per Linear Foot
Pull Boxes,
$5.00 '
$70.00
$10.00
$550.00
$8,750.00
$1,200.00
Complete in Place
One Thousand Dollars
and No Cents
per Each
$1,000.00
$2,000.00
I -17
Bidding Documents
Item
No.
1-11
1-12
1-13
1-14
1-15
Quantity
4
27
Unit
EA
LS
LS
LF
EA
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Adjust Existing Water Valve Box
to Grade,
Complete in Place
One Hundred Dollars
and No Cents
per Each
Restore Parkways & Yards - Block
Sod (Approx. 575 s.y.),
Complete in Place
Five Thousand Dollars
and No Cents
per Lump Sum
Restore Parkways & Yards -
Hydromulch (Approx. 2,450 s.y.),
Complete in Place
Five Thousand Dollars
and No Cents
per Lump Sum
Thermoplastic 18" Stop Bars
(Type 1),
Complete in Place
Twelve Dollars
and No Cents
per Linear Foot
Thermoplastic Directional Arrow
Pavement Marking (Type 1),
Complete in Place
Two Hundred Twenty Dollars
and No Cents
per Each
Unit
Price
$100.00
$5,000.00
$5,000.00
$12.00
$220.00
Total
Price
$400.00
$5,000.00
$5,000.00
$324.00
$660.00
1 - 18
Bidding Documents
Item
No.
1-16
1-17
1-18
1-19
1-20
Quantity
1
lo
10
103
3
Unit
EA
EA
EA
EA
EA
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Thermoplastic Word ("ONLY")
Pavement Marking (Type 1),
Complete in Place
Four Hundred
and No
per Each
Type P-7W 4" White Non-
Reflective Traffic Buttons,
Dollars
Cents
Complete in Place
Four Dollars
and No Cents
per Each
Type P-15W 4" White Reflective
Traffic Buttons,
Complete in Place
Six Dollars
and No Cents
per Each
Type P-117Y 4" Yellow Double-
Reflective Traffic Buttons,
Complete in Place
Eight
and No
per Each
Roadside Sign Assembly,
Dollars
Cents
Complete in Place
Four Hundred Forty
and No
per Each
Dollars
Cents
Unit
Price
$400.00
$4.00'
$6.00
$8.00
$440.00
Total
Price
$400.00
$40.00
$60.00
$824.00
$1,320.00
I - 19
Bidding Documents
Item
No.
1-21
Quantity
94
Unit
LF
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
21" RCP (Class III),
Unit
Price
Total
Price
1-22
118
LF
Complete in Place
Thirty Eight Dollars
and Fifty Cents
per Linear Foot
30" RCP (Class lID,
$38.50
$3,619.00
1-23
1-24
117
14
LF
LF
Complete in Place
Fifty Two Dollars
and Fifty Cents
per Linear Foot
36" RCP (Class III),
Complete in Place
Seventy Dollars
and Fifty Cents
per Linear Foot
42" RCP (Class III),
$52.50
$70.50
$6,195.00
$8,248.50
1-25
295
LF
Complete in Place
Ninety Six
and No
per Linear Foot
48" RCP (Class III),
Dollars
Cents
$96.00
$1,344.00
Complete in Place
One Hundred Eight
and Fifty
per Linear Foot
Dollars
Cents
$108.50
$32,007.50
I - 20
Bidding Documents
Item
No.
1-26
Quantity
401
Unit
LF
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
54" RCP (Class III),
Unit
Price
Total
Price
1-27
18
LF
Complete in Place
One Hundred Thirty Three Dollars
and Fifty Cents
per Linear Foot
60" RCP (Class III),
$133.50
$53,533.50
1-28
1-29
1-30
EA
EA
EA
Complete in Place
One Hundred Seventy Eight Dollars
and Fifty Cents
per Linear Foot
Plug for 30" RCP,
Complete in Place
One Hundred Fifty Two Dollars
and Fifty Cents
per Each
Remove Top of Exist. Drop Inlet
& Construct 4' Square SDMH Top,
Complete in Place
Fourteen Hundred Dollars
and No Cents
per Each
4' Square Storm Drain Manhole,
$178.50'
$152.50
$1,400.00
$3,213.00
$610.00
$1,400.00
Complete in Place
Nineteen Hundred Dollars
and No Cents
per Each
$1,900.00
$1,900.00
1 - 21
Bidding Documents
Item
No.
1-31
Quantity
1
unit
EA
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
10' Recessed Curb Inlet,
Unit
Price
Total
Price
1-32
EA
Complete in Place
Nineteen Hundred
and No
per Each
12' Recessed Curb Inlet,
Dollars
Cents
$1,900.00
$1,900. O0
1-33
1-34
1,057
EA
LF
Complete in Place
Two Thousand
and No
per Each
14' Recessed Curb Inlet,
Dollars
Cents
Complete in Place
Twenty One Hundred Dollars
and No Cents
per Each
Trench Safety for Storm Drain
Installation,
Complete in Place
One Dollars
and Ten Cents
per Linear Foot
Subtotal UNIT I - Section 1
Paving and Drainage Improvements
(Bid Items I-1 thru 1-34)
$2,000.00
$2,000.00
$2,100.00
$6,300.00
$1.10
$1,162.70
$377,784.20
I - 22
Bidding Documents
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Section 2 - Water Improvements
Item Quantity Unit Description and Price in Words
No.
1-35 785 LF 12" PVC Water Pipe (DR 14),
Unit
Price
Total
Price
1-36 20 LF
1-37 40 LF
Complete in Place
Twenty Seven Dollars
and No Cents
per Linear Foot
12" Ductile Iron Water Pip.e
(Class 51),
Complete in Place
Forty Nine Dollars
and Fifty Cents
per Linear Foot
8" PVC Water Pipe (DR 14),
$27.00
$49.50
$21,195.00
$990.00
1-38 20' LF
1-39 10 LF
Complete in Place
Thirty One Dollars
and Fifty Cents
per Linear Foot
8" Ductile Iron Water Pipe
(Class 51),
Complete in Place
Forty Dollars
and No Cents
per Linear Foot
6" PVC Water Pipe (DR 14),
Complete in Place
Twenty Nine Dollars
and No Cents
per Linear foot
1 - 23
$31.50
$40.00
$29.00
$1,260.00
$800.00
$290.00
Bidding'Documen~
Item
No.
1-40
Quantity
1.50
Unit
TON
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Ductile Iron Fittings,
Unit
Price
Total
Price
1-41
1
EA
Complete in Place
Fifty Two Hundred Fifty
and No
per Ton
12" Gate Valve,
Dollars
Cents
$5,250.00
$7,875.00
1-42
1-43
1-44
EA
EA
EA
Complete in Place
Sixteen Hundred
and No
per Each
8" Gate Valve,
Complete in Place
Eleven Hundred
Twenty Five
and No
per Each
6" Gate Valve,
Complete in Place
Nine Hundred
Seventy Five
and No
per Each
Fire Hydrant,
Dollars
Cents
Dollars
Cents
Dollars
Cents
$1,600.00
$1,125.00
$975.00
$1,600.00
$1,125.00
$975.00
Complete in Place
Eighteen Hundred
and No
per Each
Dollars
Cents
$1,800.00
$1,800.00
1 - 24
Bidding Documents
Item
No.
1-45
1-46
Quantity
2
885
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Unit Description and Price in Words
EA Connect to Existing System,
LF
Complete in Place
Eight Hundred
Ninety Five
and No
per Each
Trench Safety for Water Line
Installation,
Dollars
Cents
Complete in Place
One Dollars
and Ten Cents
per Linear Foot
Subtotal UNIT I - Section 2
Water Improvements
(Bid Items 1-35 thru 1-46)
Unit
Price
Total
Price
$895.00
$1,790L00
$1.10'
$973.50
$40,673.50
TOTAL UNIT I (Bid Items I-1 thru 1-46)
$418,457.70
Bidding Documents
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-0'1
UNIT II
Section 1 - Paving and Drainage Improvements
Item Quantity Unit Description and Price in Words
No.
II- 1 1 LS Prepare Right-of-Way
Unit
Price
Total
Price
II-2 250 LF
One Hundred Twenty
Eight Thousand Dollars
and No Cents
per Lump Sum
Remove Existing Concrete Curb or
Concrete Curb & Gutter
$128,000.00
$128,000.00
II-3 675 SY
II-4 1,605 SY
Two
and No
per Linear Foot
Remove Existing Concrete
Pavement
Dollars
Cents
Four Dollars
and No Cents
per Square Yard
Remove Existing Concrete
Driveways, Valleys and Sidewalks
$2.00
$4.00
$500.00
$2,700.00
I1-5 1 EA
Four Dollars
and No Cents
per Square Yard
Remove and Relocate Existing
Street Light Assembly,
Complete in Place
Five Thousand Dollars
and No Cents
per Each
I - 26
$4.00
$5,000.00
$6,420.00
$5,000.00
Bidding DocumenH
Item
No.
II-6
Quantity
11,447
Unit
CY
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Unclassi~ed Street Excavation
Unit
Price
Total
Price
II-7
19,665
SY
Five Dollars
and Seventy Five Cents
per Cubic Yard
8" Lime Stabilized Subgrade,
$5.75
$65,820.25
II-8
II-9
II-10
295
18,815
215
TON
SY
LF
.Complete in Place
One Dollars
and No Cents
per Square Yard
Lime for Subgrade Stabilization,
Complete in Place
One Hundred Dollars
and No Cents
per Ton
7" Reinforced Concrete Pavement
With 6" Integral Curb,
Complete in Place
Twenty Two
and No
per Square Yard
Concrete Street Header,
Dollars
Cents
$1.00 '
$100.00
$22.00
$19,665.00
$29,500.00
$413,930.00
Complete in Place
Five
and No
per Linear Foot
Dollars
Cents
$5.00
$1,075.00
-27
Bidding Documents
Item
No.
II-11
11-12
II-13
II-14
II-15
Quantity
1,645
860
860
860
2,445
Unit
SY
SY
SY
sY
SF
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
6" Reinforced Concrete
Driveways, Driveway Transitions
& Valleys,
Complete in Place
Twenty Seven
and No
per Square Yard
6" Type 'A' Grade 1 Flexible
Crushed Stone Base for Driveway
& Pavement Transition,
Complete in Place
Seven
and No
per Square Yard
2" Type 'B' HMAC for Driveway
& Pavement Transition,
Dollars
Cents
Dollars
Cents
Complete in Place
Twelve Dollars
and No Cents
per Square Yard
2" Type 'D' HMAC for Driveway
& Pavement Transition,
Complete in Place
Twelve Dollars
and No Cents
per Square Yard
4" Reinforced Concrete Sidewalk
and Barrier-Free Sidewalk Ramps,
Complete in Place
Three Dollars
and No Cents
per Square Foot
Unit
Price
$27.0O
$7.00
$12.00
$12.00
$3.00
Total
Price
$44,415.00
$6,020.00
$10,320.00
$10,320.00
$7,335.00
I - 28
Bidding Documents
Item
No.
II-16
II-17
Quantity
195
Unit
SF
EA
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Modular Concrete-Block Retaining
Wall,
Complete in Place
Twenty Five Dollars
and No Cents
per Square Foot
Adjust Existing Manhole to Grade,
Unit
Price
$25.00
Total
Price
$4,875.00
II-18
II-19
II-20
22
2
4
EA
EA
EA
Complete in Place
Six Hundred Dollars
and No Cents
per Each
Adjust Existing Water Valve Box
to Grade,
Complete in Place
Two Hundred Dollars
and No Cents
per Each
Adjust Existing Sanitary Sewer
Cleanout to Grade,
Complete in Place
Two Hundred Fifty Dollars
and No Cents
per Each
Adjust Existing Fire Hydrant to
Grade,
Complete in Place
Eight Hundred Dollars
and No Cents
per Each
$600.00
$200.00
$250.00
$800.00
$5,400.00
$4,400.00
'$500.00
$3,200.00
1 - 29
Bidding Documents
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Item
No.
II-21
Quantity
400
unit
LF
Description and Price in Words
Replace Vehicle Detector Loops,
Unit
Price
Total
Price
II-22
II-23
11-24
II-25
145
LS
LS
LS
LF
Complete in Place
Six Dollars
and No Cents
per Linear Foot
Reconstruct Existing Berms at
Enterprise Drive,
Complete in Place
Two Thousand Dollars
and No Cents
per Lump Sum
Restore Parkways & Yards -
Block Sod (Approx. 9,450 s.y.),
Complete in Place
Forty Thousand Dollars
and No Cents
per Lump Sum
Restore Parkways & Yards -
Hydromulch (Approx. 4,475 s.y.),
Complete in Place
Five Thousand Dollars
and No Cents
per Lump Sum
Thermoplastic 18" Stop Bars
(Type 1),
Complete in Place
Twelve Dollars
and No Cents
per Linear Foot
$6.00
$2,000.00
$40,000.00
$5,000.00
$12.00
$2,400.00
$2,000.00
$40,000.00
$5,000.00
$1,740.00
I - 30
Bidding Documents
Item
No.
II-26
II-27
11-28
11-29
II-30
Quantity
7
4
18
18
375
Unit
EA
EA
EA
EA
EA
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Thermoplastic Directional Arrow
Pavement Marking (Type 1),
Complete in Place
Two Hundred Twenty Dollars
and No Cents
per Each
Thermoplastic Word ("ONLY")
Pavement Marking (Type 1),
Complete in Place
Four Hundred Dollars
and No Cents
per Each
Type P-7W 4" White Non-
Reflective Traffic Buttons,
Complete in Place
Four Dollars
and No Cents
per Each
Type P-15W 4" White Reflective
Traffic Buttons,
Complete in Place
Six Dollars
and No Cents
per Each
Type P'117Y 4" Yellow Double
Reflective Traffic Buttons,
Complete in Place
Eight Dollars
and No Cents
per Each
Unit
Price
$220.00
$400.00
$4.00
$6.00
$8.00
Total
Price
$1,540.00
$1,600.00
$72.00
$108.00
$3,000.00
1 - 31
Bidding Documents
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Item
No.
II-3 1
Quantity
6
Unit
EA
Description and Price in Words
Roadside Sign Assembly,
Unit
Price
Total
Price
II-32
216
LF
Complete in Place
Four Hundred Fifty
and No
per Each
18" RCP (Class III),
Dollars
Cents
$450.00
$2,700.00
11-33
116
LF
Complete in Place
Thirty Four
and Fifty
per Linear Foot
21" RCP (Class III),
Dollars
Cents
$34.50
$7,452.00
11-34
10
LF
Complete in Place
Thirty Nine
and No
per Linear Foot
24" RCP (Class III),
Dollars
Cents
$39.00
$4,524.00
II-35
263
LF
Complete in Place
Seventy One
and No
per Linear Foot
27" RCP (Class III),
Dollars
Cents
$71.00
$710.00
Complete in Place
Forty Seven
and No
per Linear Foot
Dollars
Cents
$47.00
$12,361.00
1 - 32
Bidding Documents
Item
No.
II-36
Quantity
. 187
unit
LF
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-0'1
Description and Price in Words
30" RCP (Class III),
Unit
Price
Total
Price
II-37
66
LF
Complete in Place
Fifty Four Dollars
and Fifty Cents
per Linear Foot
36" RCP (Class III),
$54.50
$10,191.50
II-38
II-39
4O
432
LF
LF
Complete in Place
Seventy Five
and No
per Linear Foot
42" RCP (Class III),
Dollars
Cents
Complete in Place
Ninety Six Dollars
and No Cents
per Linear Foot
4' x 3' Concrete Box Culvert,
$75.00
$96.00
$4,950.00
$3,840.00
11-40
1,298
LF
Complete in Place
One Hundred Twenty One Dollars
and Fifty Cents
per Linear Foot
5' x 3' Concrete Box Culvert,
$121.50
$52,488.00
Complete in Place
One Hundred Thirty Five
and Fifty
per Linear Foot
Dollars
Cents
$135.50
$175,879.00
1 - 33
Bidding Documents
Item
No.
II-41
Quantity Unit
250 LF
11-42 39 LF
II-43 1 EA
II-44 1 EA
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
6' x 3' Concrete Box Culvert,
Complete in Place
One Hundred Seventy
Three
and Fifty
per Linear Foot
Double 6' x 3' Concrete Box
Culvert,
Dollars
Cents
Complete in Place
Three Hundred Forty Two Dollars
and No Cents
per Linear Foot
4' Square Storm Drain Manhole,
Complete in Place
Eighteen Hundred Fifty Dollars
and No Cents
per Each
5' Square Storm Drain Manhole,
Unit
Price
$173.50
$342.00'
$1,850.00
Total
Price
$43,375.00
$13,338.00
$1,850.00
II-45 1 EA
Complete in Place
Two Thousand
and No
per Each
6' Square Drop Inlet,
Dollars
Cents
$2,000.00
$2,000.00
Complete in Place
Twenty One Hundred
and No
per Each
Dollars
Cents
$2,100.00
$2,100.00
I - 34
Bidding Documents
Item
No.
II-46
11-47
Quantity
· 2
5
Unit
EA
EA
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Special 4' Square Storm Drain
Access Manhole for Box Culvert,
(Modified Type B)
Complete in Place
Seventeen Hundred Twenty Five Dollars
and No Cents
per Each
10' Recessed Curb Inlet,
Unit
Price
$1,725.00
Total
Price
$3,450.00
I1-48
11-49
5
EA
EA
Complete in Place
Eighteen Hundred Fifty
and No
per Each
12' Recessed Curb Inlet,
Complete in Place
Nineteen Hundred Fifty
and No
per Each
Plug for 18" RCP,
Dollars
Cents
Dollars
Cents
$1,850.00
$1,950.00
$9,250.00
$9,750.00
11-50
EA
Complete in Place
One Hundred Thirty Two Dollars
and No Cents
per Each
Plug for 30" RCP,
$132.00
$132.00
Complete in Place
One Hundred Fifty Eight
and No
per Each
Dollars
Cents
$158.00
$158.00
1 - 35
Bidding Documents
Item
No.
II-51
11-52
II-53
Quantity
2
898
2,019
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Unit
EA
LF
LF
Description and Price in Words
Plug for 6' x 3' Concrete Box
Culvert,
Complete in Place
Nine Hundred Forty Five Dollars
and No Cents
per Each
Trench Safety for Storm Drain
Installation,
Complete in Place
One Dollars
and Ten Cents
per Linear Foot
Trench Safety for Box Culvert
Installation,
Complete in Place
Two Dollars
and Ten Cents
per Linear Foot
Subtotal UNIT II - Section 1
Paving and Drainage Improvements
(Bid Items II-1 thru 1-53)
Unit
Price
Total
Price
$945.00
$1,890.00
$1.10
$987.80
$2.10
$4,239.90
$1,194,471.45
I - 36
Bidding Documents
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
UNIT II
Section 2 - Water and Sanitary Sewer Adjustments
Item Quantity Unit
No.
II-54 1 LS
Description and Price in Words
Adjust/Lower Existing 12" Water
Line - Sta. 9 + 14,
Complete in Place
Forty Two Hundred
and No
per Lump Sum
Dollars
Cents
11-55 1 LS
Adjust/Lower Existing 12" Water
Line - Sta. 18+00,
Complete in Place
Thirty Four Hundred
and No
per Lump Sum
Dollars
Cents
II-56 i LS
Adjust/Lower Existing 12" Water
Line - Sta. 23 +00,
Complete in Place
Thirty One Hundred Fifty Dollars
and No Cents
per Lump Sum
11-57 1 LS
Adjust/Lower Existing 12" Water
Line - Sta. 28 +00,
Complete in Place
Thirty One Hundred Fifty Dollars
and No Cents
per Lump Sum
Unit
Price
$4,200.00
$3,400.00
$3,15o.oo
$3,150.00
Total
Price
$4,200.00
$3,400.00
$3,150.00
$3,150.00
1-37
Bidding Documents
Item
No.
II-58
II-59
II-60
II-61
11-62
Quantity
1
15
Unit
LS
LS
LS
LS
LF
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Adjust/Lower Existing 12" Water
Line - Sta. 29 + 65,
Complete in Place
Thirty Seven Hundred
and No
per Lump Sum
Dollars
Cents
Adjust/Lower Existing 12" Water
Line - Sta. 37+20,
Complete in Place
Thirty One Hundred Fifty Dollars
and No Cents
per Lump Sum
Adjust/Lower Existing 12" Water
Line - Sta. 43 +57,
Complete in Place
Thirty Three Hundred
and No
per Lump Sum
Dollars
Cents
Adjust/Lower Existing 8" Water
Line - Sta. 33 +00,
Complete in Place
Two Thousand Dollars
and No Cents
per Lump Sum
Concrete Encase Existing Sanitary
Sewer,
Complete in Place
Eighty One Dollars
and No Cents
per Linear Foot
1 - 38
Unit
Price
$3,700.00
$3,150.00
$3,300.00
$2,000.00
$81.00
Total
Price
$3,700.00
$3,150.00
$3,300.00
$2,000.00
$1,215.00
Bidding Documents
Item
No.
11-63
II-64
Quantity
4
Unit
EA
EA
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Remove/Relocate Existing Fire
Hydrant Assembly
Complete in Place
Nineteen Hundred Dollars
and No Cents
per Each
Fire Hydrant,
Unit
Price
$1,900.00
Total
Price
$7,600.00
II-65
EA
Complete in Place
Sixteen Hundred Dollars
and No Cents
per Each
6" Gate Valve,
$1,600.00
$1,600.00
II-66
390
LF
Complete in Place
Six Hundred Eighty Five
and No
per Each
Trench Safety for Utility
Adjustments,
Dollars
Cents
Complete in Place
One Dollars
and Ten Cents
per Linear Foot
Subtotal UNIT II - Section 2
Water and Sanitary Sewer Adjustments
(Bid Items II-54 thru II-66)
TOTAL UNIT II (Bid Items II-1 thru II-66)
$685.00
$1.10
$37,579.00
$1,232,050.45
$685.00
$429.00
1 - 39
Bidding Documents
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
RECAPITULATION OF BID:
UNIT I
Section 1 Paving and Drainage Improvements
Section 2 Water Improvements
TOTAL
UNIT 2
Section 1 - Paving and Drainage Improvements
Section 2 - Water and Sanitary Sewer Adjustments
TOTAL
$ 377.784.20
$ 40,673.50
$ 418,457.70
$ 1,194,471.45
$ 37,579.00
$ 1,232,050.45
TOTAL BID UNITS I & II
(Items I-1 thru 1-46 and Items II-1 thru II-66)
TANGIBLE PERSONAL PROPERTY COST
$ 1,650,508.15
$ 495,152.45
Bidding Documents
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
TOTAL FOR BID ITEMS I-1 thru 1-46
AND BID ITEMS II-1 THRU 11-66
$1,650,508.15 300
In Words: One Million Six Hundred Fifty Thousand Five Hundred Eight 15/100 Dollars
,
BIDDER agrees that all Work awarded will be completed within 300 Calendar Days.
Contract time will commence to run as provided in the Contract Documents.
Communications concerning this Bid shall be addressed to the address of BIDDER indicated on
the applicable signature page.
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).
The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in the
General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to
stay within the City 's available funds. Should the City elect to delete any portion, the contract quantities
will be adjusted accordingly.
SUBMITTED ON
1 - 41 Bidding Documents
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed
and are 'submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all
commodities upon which prices are extended at the price offered, and upon the conditions contained in
the Specifications of the Invitation to Bid. The period of acceptance of this bid will be 300 calendar
days from the date of the bid opening. (Period of acceptance will be ninety (90) calendar days unless
otherwise indicated by Bidder.)
STATE OF Texas COUNTY OF Dallas
the undersigned authority, a Notary Public in and for the State of Texas
appeared Louis Tiseo who after being
BEFORE ME,
, on this day personally
duly sworn~ did depose and say:
"I, Louis Tiseo am a duly authorized officer/agent
for Tiseo Paving Company, Inc. and have been duly authorized to execute the foregoing on behalf of
the said Tiseo Paving Company, Inc.
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I
certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/commodities
bid on, or to influence any individual(s) to bid or not to bid thereon."
Name and Address of Bidder:
Tiseo Paving Company, Inc.
419 E. Highway 80, Mesquite, Texas 75150
Telephone: (972) 289-0723
Title: Secretary/Treasurer
by:
Louis Tiseo
Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the 281h day of April
Louis Tiseo
19 98 .
Bidding Documents
If BIDDER IS:
An Individual
By
doing business as
(Individual's Name)
(Seal)
Business address
Phone No.
A Partnership
By (Seal)
(Firm Name)
(General Partner)
Business address
Phone No.
A Corporation
sy "l'~~"'~xl.t k_X(q ~ ·
By
(Corporation Name)
(State of Incorporation)
(Name of person authorized to sign)
(Title~
(Corporate Seal) 0~C.~N'~ ~
Attest ~cretary)
~ [,~1 ~ t TlZ::., T~/, ~t ~ Phone No.
A Joint Venture
By
By
(Name) (Address)
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to
the joint venture should be in the manner indicated above.)
_ 1 - 43 Bidding Documents
PREVAILING WAGE RATES
The City of Coppell is the contracting agency for this construction project. The following statute
requires any contracting agency to specify the generally prevailing rate of wages in contracts that are bid.
Vernon's Texas Civil Statutes - Article 5159a:
"Construction of Public Works in State and
Municipal or Political Subdivisions; Prevailing
Wage Rate to be Maintained."
Pursuant to the requirements of this statute, the City of Coppell, has ascertained the following rates of
wages are paid to various classifications of workers in the locality of this project.
Not less than the following hourly rates shall be paid for the various classifications of work required by
this project. Workers in classifications where rates are not identified shall be paid not less than the
general prevailing rate of "laborer" for the various classifications of work therein listed.
The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1 & 1/2)
times the base hourly rate.
The rates specified are journeyman rates. Apprentices may be used on the project and may be
compensated at a rate determined mutually by the worker and employer, commensurate with the
experience and skill of the worker, but not at a rate not less than 60% of the journeyman's wage as
shown. At no time shall a journeyman supervise more than one (1) apprentice. All apprentices shall be
under the direct supervision of a journeyman working as a crew.
CLASSIFICATION
Air Tool Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Batterboard Setter
Carpenter
Concrete Finisher- Paving
Concrete Finisher-Structures
Concrete Rubber
Electrician
Flagger
Form Builder - Structures
HOURLY RATE
$ 7.554
8.565
8.255
9.371
8.920
9.447
9.345
9.058
7.733
12.761
5.598
8.717
I - 44 Bidding Documents
CLASSIFICATION
Form Liner- Paving & Curb
Form Setter- Paving & Curb
Form Setter- Structures
Laborer- Common
Laborer- Utility
Manhole Builder
Mechanic
Oiler
Servicer
Painter- Structures
Piledriver
Pipelayer
Blaster
Asphalt Distributor Operator
Asphalt Paving Machine
Broom or Sweeper Operator
Bulldozer, 150 HP & Less
Bulldozer, Over 150 HP
Concrete Paving Curing Machine
Concrete Paving Finishing Machine
Concrete Paving Form Grader
Concrete Paving Joint Machine
Concrete Paving Joint Sealer
Concrete Paving Float
Concrete Paving Saw
Concrete Paving Spreader
Paving Sub-Grader
Slipform Machine Operator
Crane, Clamshell, Backhoe
Derrick, Dragline, Shovel
Less Than 1¼ C.Y.
Crane, Clamshell, Backhoe
Derrick, Dragline, Shovel
1¼ C.Y. & Over
Crusher or Screening Plant
Operator
Form Loader
Foundation Drill Operator
Crawlet Mounted
Foundation Drill Operator
Truck Mounted
Front End Loader 2¼
C.Y. & Less
HOURLY RATE
8.913
8.686
8.427
6.402
7.461
11.000
10.658
8.698
8.104
10.913
7.500
8.509
11.333
8.404
9.053
7.908
8.703
9.160
8.213
9.453
8.500
9.042
7.350
7.875
9.290
9.750
9.000
9.000
9.513
10.517
9.500
12.000
.10.000
11.138
8.823
1 - 45 Bidding Documents
CLASSIFICATION
Front End Loader
Over 2¼ C.Y.
Hoist - Double Drum
Milling Machine Operator
Mixer (Over 16 C.F.)
Mixer (16 C.F. & Less)
Mixer- Concrete Paving
Motor Grader Operator
Fine Grade
Motor Grader Operator
Pavement Marking Machine
Roller, Steel Wheel Plant-mix
Pavements
Roller, Steel Wheel Other
Flatwheel or Tamping
Roller, Pneumatic, Self-propelled
Scraper- 17 C.Y. & Less
Scraper- Over 17 C.Y.
Side Boom
Tractor - Crawler Type 150 HP
& Less
Tractor - Crawlet Type Over
150 HP
Tractor- Pneumatic
Traveling Mixer
Trenching Machine Light
Trenching Machine Heavy
Post Hole Driller Operator
Wagon-drill, Boring Machine
Reinforcing Steel Setter Paving
Reinforcing Steel Setter
Structurers
Steel Worker Structural
Sign Erector
Spreader Box Operator
Barricade Servicer
Zone Work
Mounted Sign Installer
Permanent Ground
Truck Driver - Single Axle
Light
Truck Driver - Single Axle
Heavy
HOURLY
RATE
9.311
8.917
6.650
9.000
7.913
9.500
10.346
9.891
6.402
8.339
7.963
7.403
8.138
8.205
7.793
8.448
8.873
7.735
7.615
8.188
12.498
9.000
9.000
9.218
11.548
12.860 +3.440
11.436
6.988
6.402
6.402
7.465
8.067
I - 46 Bidding Documents
CLASSIFICATION
Truck Driver - Tandem Axle
Semi-Trailer
Truck Driver- Lowboy/float
Truck Driver - Transit Mix
Truck Driver - Winch
Vibrator Operator
Welder
HOURLY RATE
7.816
9.653
7.507
8.200
7.000
10.459
1 - 47 Bidding Documents
SECTION 1
CONTRACT
DOCUMENTS
Contract Documents
STANDARD FORM OF AGREE&lENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the 12th day of May; in the
year 1998 by and between the CITY
(hereinafter called OWNER) and
called CONTRACTOR).
OF COPPELL, TEXAS, al
Tiseo Paving Company, Inc.
in the
corporation
(hereinafter
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
This project is located between Freeport Parkway and Belt Line Road, south of Airline
Drive. In general, the work shall consist of the construction of water line, storm drainage
and concrete pavement improvements, along with all related work necessary to complete
the project as detailed in the plans and specifications.
The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Wrangler Drive
Project No. ST 96-01
Article 2. ENGINEER.
The Project has been designed by the Teague Nail and Perkins, Inc., Consulting Engineers.
Inspection will be provided by the City of Coppell Engineering Department, under the supervision
of the Director of Engineering and Public Works, who is hereinafter called ENGINEER and who
is to act as OWNER' s representative, assume all duties and responsibilities and have the rights and
authority assigned to ENGINEER in the Contract Documents in connection with completion of
the Work in accordance with the Contract Documents.
1-49 Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 300 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence in this Agreement. They also recognize the delays, expense and difficulties
involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER
if the Work is not completed on time. Accordingly, instead of requiring any such proof,
OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a
penalty) CONTRACTOR shall pay OWNER Five hundred dollars and no/100 ($500.00)
for each day that expires after the time specified in paragraph 3.1 for Completion until the
Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with
the Contract Documents in current funds subject to additions and deductions by Change
Orders as provided in the contract documents in accordance with the unit prices listed in
Section 1 - Proposal and Bid Schedule. The contact sum shall be the amount of
$1,650,508.15. The total tangible personal property cost included in the contract sum is
$495,152.45.
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in
the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment-as
recommended by ENGINEER, each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work measured by the
schedule of values established in Item 1.51 of the General Provisions (and in the case of
Unit Price Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Provisions.
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
1-50 Contract Documents
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts
the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent
of the technical data contained in such reports and drawings upon which CONTRACTOR
is entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations, tests,
reports, and studies (in addition to or to supplement those referred to in paragraph 7.1
above) which pertain to the subsurface or physical conditions at or contiguous to the site
or otherwise may affect the cost, progress, performance, or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Item 1.3 of
the General Provisions; and no additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data are or will be required by CONTRACTOR
for such purposes.
7.3. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data in respect of said Underground Facilities
are or will be required by CONTRACTOR in order to perform and furnish the Work at
the Contract Price, within the Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 1.3,
1.20 and 1.21 of the General Provisions.
1-51 Contract Documents
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 1-48 thru 1-54, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to NCTCOG, Part 1: General Provisions (pages 2-1 thru
2-8).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for Wrangler Drive Project No. ST 96-01 for the City of Coppell".
8.8. Drawings entitled: "Paving, Drainage and Water Line Improvements for Wrangler
Drive Project No. ST 96-01"
8.9. The following listed and numbered addenda: Addendum No. 1 and
Addendum No. 2
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12.
The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
1-52 Contract Documents
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions
will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the 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 (expect to the extent
that the effect of this restriction may be limited by law), and unless specifically stated to
the contrary in any written consent to an assignment no assignment will release or
discharge the assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
1-53 Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on May 12, 1998
OWNER:
City of Coppell
255 Parkway Blvd.
AU ~.C211'~0~~"k"'
~Y:LE: /r'~/'~ :K Of '
TEST:/d~,t~ -, fl~fl/~J-_/
CONTRACTOR:
Tiseo Paving Company. Inc.
419 E. Highway 80
Mesquite. Texas 75150
BY:
TITLE:
ATTEST: % Q ~
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Director of Engineering & Public Works
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
Address for giving notices:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
1-54 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.
1-55 Contract Documents
General Instructions For Bonds
A,
B,
C,
The surety on each bond must be a responsible surety company which is qualified to do
business in Texas and satisfactory to the Owner.
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.
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.
The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
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.
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.
The date of this bond must not be prior to the date of the contract in connection with which
it is given.
1-56 Contract Documents
,,J,
P,,OUUCLI~ (Z4~)SZ~-jJ// FAX (~4o)62o-jt'41
fALENTI,TROBEC,CHANDLER,SCHURR
, HI 48098
DA~[- ~',I",' D:)'fY,
ACORD.. CERTIFICATE OF LIABILITY INSURANCE :,.,...,,
.... TlctlS 'C'ERTIFICA'TE'IS 1S'SIIED'~"S'~'M/(TTF-R'O'I='TFi'FOT'~r',II'A"TI'O'Fi' .....
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
: COMPANIES AFFORDING COVERAGE
:"'~;~:~'~ ........'f'F'~'~'~'i;~'F:~'~'~'~"~"~""~'~'~"U"F~'~'~'~ "'~'~'~'~'~'~'~; ................................
Attn: Ext: A
Ti seo Pavi ng Company Texas B
P, O. Box 270040 ..................................................................................................................................................
COMPANY
Dallas, TX 75227-0040 C
COMPANY
D
ICOVERAGES
I~{'.~ I~ |.'.)':; '~, .. '~ .1':. :1 :".')LI',;I. ~.;(}' It;.%',:U,%.:;= I I!..,Ij :.'~ .()~'~'I/.VI I~ I NI'j'jS....I~ D IO ~l!l INfil.,RI I) N,','.II I) A K)'.'I :C ~ I~1~ PC" 'CY I'~
INDICATED, NOrTHSTANDING ANY REQUIREMENT, TERM OR CONDIXON OF ANY CONTACT OR OTHER DOCUMENT WITH RESPECT TO ~IGH THIS
CERTIFICATE MAY BE ISSUED OR ~Y PERTAIN, THE INSU~NGE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHO~ ~Y HAVE BEEN REDUCED BY PAID C~IMS.
GENE~LLIABILI~ GENE~LAGGREGATE ~ $ 2 000 000
X COMMERCIALGENE~LLIABILI~ PRODUGTS-COMP/OPAGG ~ $ ~, 000 000
~:E::?:~?:?:~?:~:' .......~ c~,~s ~DE ~"~"'~ occu. "~E'~L'~'~'~""'~"~ ...........~"'~'~'~"'~'~'~"
A -~:::::::::::::~ .....:: : ...... L16968~20 11/01/1997 11/01/1998 ........................................ ~ ................
:.......~O~ER'S&CONT~CTOR'SPROT ~CHOCCURRENGE : $ 1 000 000
;,~,.,;~ ~e,r,,,p.~.9.j..~ct ....... ~,.~.~AM~E~.one ~re)..$ ................. 50, ..~.99,
~:. L:: Aggregate -CG2503 MEO EXP (Any one person) $ 5 000
~ AUTOMOBILE LIABILI~ COMBINED SINGLE LIMIT $
:: x ? ~Y~uTo ...........................................................
~ .......:: ALL O~ED AUTOS BODILY INJURY
..... (Per ~rson) $
SCHEDULED AUTOS
A ........ Ll14815188 11/01/1997 11/01/1998 .......................................................................................
X HIRED AUTOS : BODILY INJURY $
: X NON-O~ED AUTOS ~: ...................................................................................
:: PROPER~ DAMAGE : $
:
:~ GAUGE LIABILI~ :: AUTO ONLY - ~ ACCIDENT ~ $
ANY AUTO O1}ILI('['IIANAUIOONLY · ' ....:
EACH AGCIDENT~ $
AGGREGATE $
A :~'~"' UMBRELMFORM ~L122480586 11/01/1997 11/01/~998 AGGREGATE $ 6,000,000
: ........ E ......................................................................................
OTHER THAN UMBRELLA FORM ~ $
: .__. ~-;.- ~--~ ..........
WORKERS COMPENSATION AND ~; ' '-' ' :
EMPLOYERS' LIABILI~ EL EACH ACCIDENT : $ 100,000
~WCL131593672 11/01/1997 11/01/1998
A THEPROPRIETO~ : ~ INCL ~ EL DISEASE - POLICY LIMIT $ SO0,000
PARTNERSEXECUTIVE ....... ~ ~ ......................................................................................
OFFICERS ARE: : EXCL ~ EL DISEASE - EA EMPLOYEE $ 100 , 000
OTHER
~ESCRIPTION OF OPE~ONSILOCA~ONSNEHICLESISPECIAL ITEMS
roject: Wrangler Drive Project No. ST96-01
ertificate holder and the Director of Engineering and Public Works, City of Coppel] are named
s Additional Insureds as respects the above captioned project.
~'RYI~ICA1 E i4OLD~ .............................................. ~N'~'CLATION' ......................................
SHOULD ANY OF ~E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPI~ON DA~ ~EREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRI~EN NONCE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
The City of Coppel 1 BUT FAILURE TO MAIL SUCH NO~CE SHALL iMPOSE NO OBLIGATION OR LIABILI~
P o B o x 478 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTA~VES.
· CORD 25-S {1';95) "' ION'
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
Bond No. 183861
KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company, Inc.
whose address is 419 E. Highway 80, Mesquite, Texas 75150. ,
hereinafter called Principal, and Hartford Fire Insurance Company ,
a corporation organized and existing under the laws of the State of Connecticut, and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called "Beneficiary", in the penal sum of One Million Six Hundred Fifty
Thousand Five Hundred Eight and 15/100 DOLLARS ($1,650,508.15) 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, fn-mly 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. 19 , which is made a pan hereof by reference, for the construction
of certain public improvements that are generally described as follows:
Wrangler Drive
Project No. ST 96-01
Bid No. 0398-01
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
1-57 Contract Documents
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.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract
or to the Work to be performed thereunder or the specifications accompanying the same shall in
anyway affect its obligation on this Bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Contract, or to the Work or to the
Specifications.
This Bond is given pursuant to the provisions of Article 5 160 of Vemon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such surety ship,
as provided by Article 7.19-1 of the insurance Code, Vemon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
one of which shall be deemed an original, this the day of
copies, each
,19
PRINCIPAL
SURETY
Tiseo P~~Comp~c.
By: ____ ~
Title: ~fP_0..t:r. Tt:~O~ 'T'121=_t:l~t ~li~cd:~
AT~T:
Hartford Fire Insurance Company
~: ~a~~ ~ ~V~ ;
Title: Denise A. Madden, Attorney-in-fact
ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME: B.R. Goodenough
ADDRESS: 500 N. Akard, Dallas, TX 75201
NOTE: D~eofPe~omnanceBondm~tbedateofContraa. ~ResidentAgent~notaco~oration, giveaperson~
name.
1-58 Contract Documents
PAYMENTBOND
STATE OF TEXAS }
COUNTY OF DALLAS } Bond No.
183861
KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company, Inc.
whose address is 419 E. Highway 80. Mesquite. Texas 75150 ,
hereinafter called Principal, and Hart:ford Fire Insurance Company ,
a corporation organized and existing under the laws of the State of connect:icut:, and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called "Beneficiary ", in the penal sum of One Million Six Hundred Fifty
Thousand Five Hundred Eight and 15/100 DOLLARS ($1,650.508.15) 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. 19 , which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
Wrangler Drive
Project No. ST 96-01
Bid No. 0398-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, fu'ms, 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
1-59 Contract Documents
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.
This Bond is given pursuant to the provisions of Article 5160 of Vernon' s Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship,
as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WHEREOF, this instrument is executed. in
one of which shall be deemed an original, this the day of
6
copies, each
,19
PRINCIPAL
SURETY
Tiseo P~~Co_mpa .ny~
By:
Title:
ATTEST:
Hartford Fire Insurance Company
By: k~44q~ t~, )/]q4~
Title: Denise A. Madden, Attorney-inf-act
ATTEST:
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME: B.. R. Goodenough
ADDRESS: 500 N. Akard, Dallas, TX 75201
NOTE: Date of performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person ' s
name.
1-60 Contract Documents
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
Bond No. 183861
KNOW ALL MEN BY THESE PRESENTS: THAT
Tiseo Paving Company, Inc. as Principal, and
Hartford Fire Insurance Company , a corporation organized under the laws
of Connecticut , as sureties, do hereby expressly
acknowledge themselves to be hem and bound to pay unto the City of Coppell
,a Municipal Corporation, Texas, the sum of Eight Hundred Tw6nty Five
Thousand Two Hundred Forty Four 08/100 Dollars and Cents ($825,244.08), for the payment
of which sum will and truly be made unto said City of Coppell , and its successors, said
principal and sureties do hereby bind themselves, their assigns and successors jointly and
severally.
THIS obligation is conditioned; however, that whereas, the said City of Coppell has
this day entered into a written contract with the said Principal. Tiseo Paving Company. Inc.
to build and construct Wrangler Drive. Project No. ST 96-01
which contract and the plans and specifications therein mentioned,
adopted by the City of Coppell. Texas are hereby expressly made a part thereof as
through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the
Contractor will maintain and keep in good repair, the work herein contracted to be done and
performed, for a period of two (2) years from the date of the acceptance of said work, and to do
all necessary repairs and/or reconstruction in whole or in part of said improvements that should
be occasioned by settlement of foundation, defective workmanship or materials furnished in the
construction or any part thereof or any of the accessories thereto constructed by the Contractor.
It being understood that the purpose of this section is to cover all defective conditions arising by
reason of defective material and charge the same against the said Contractor, and sureties on this
obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages
mentioned in said contract for each day's failure on its' part to comply with the terms of said
provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said
agreement to maintain said work and keep the same in repair for the said maintenance period of
two (2) years, as provided, then these presents shall be null and void, and have not further effect,
but if default shall be made by the said Contractor in the performance of its' contract to so
maintain and repair said work, then these presents shall have full force and effect, and said
City of Coppell shall have and receive from the said Contractor and its' principal and
sureties damages in the premises, as provided; and it is further agreed that this obligation shall be
1-61 Contract Documents
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.
IN WITNESS WHEREOF, the said Tiseo Paving Company. Inc. has caused
these presents to be executed by and the said
Hartford Fire In-qurance Company has caused these presents to be executed
by its Attorney in fact and the said Attorney in fact Deni-~e A. Madden , has hereunto set his
hand, the day of , 19
PRINCIPAL
Tiseo P~mp .an?_~
,..,._
Title: ~.ln.exz.'X ~ lp ,,l 'T'lp.c:.t;~"t M~ G, I~
w wr ss:
SURETY
Hartford Fire Insurance Company
Title: Denise A. Madden, Attorney-in-fact
ATTEST:
~, ~,-, ~r
NOTE: Date of Maintenance Bond must not be prior to date of Contract.
Contract Documents
HARTFORD FIRE INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized
under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut,
does hereby make, constitute and appoint
D. A. VALF2VTI, STEPHF, N E. SCHURR, DENISE A. MADDEN
and ROBERT TROBEC of TRO Y~ MICHIGAN
its true and lawful Attomey(s)-in-Fact, with full power and authority to each of said Attomey(s)-in-Fact, in their separate capacity if more
than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the
nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust;
guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where
surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in
all actions or proceedings or by law allowed, and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the
same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of
the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms
all that its said Attomey(s)-in-Fact may do in pursuance hereof.
This power of attomey is granted by and under authority of the following provisions:
(1) By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on
the 9th day of March, 1971.
ARTICLE IV
SECTION 8. The President or any Vice-President, acting with any Secretary or Assistant Secretary, shall have power and authority to a,ppoint. for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or mere Resident
Presidents, Resident Assistant Secretaries and Attorneys-in-Fact and at any time to remove any such Resident Vice-President. Resident Assistant
Secretary. or Altomy-in*Fact, and revoke the power and aothodty given to him.
SECTION 11. Attorneys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them. to
execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonds and undertakings. and other wrffings
obligatory in the nature thereof. and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested by one other of such Officers.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 12th day of February, 1993.
in Witness Whereof. the ~RTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its ~ice-
President. and its corporate seal to he hereto affixed, duly attested by its Secretary. this 1st day of May, 1995.
Atkrst:
STATE OF CONNECTICUT
COUNTY OF HARTFOFID
HARTFORD FIRE INSURANCE COMPANY
Paul L. Marabella
Vice-President
On this 1st day of May, A.D. 1995. before me personally came Paul L. Marabella, to me known, who being by me duly swom, did depose
and say: that he resides in the County of Hadford, State of Connecticut; that he is the Vice-President of the HARTFORD FIRE
INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said
corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of
said corporation and that he signed his name thereto by like order.
STATE OF CONNECTICUT I ~
COUNTY OF HARTFORD
CERTIFICATE
My ~ Expires June 30, lggg
I, the undersigned, Secj*etsry of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY
CERTIFY that the foregoing and attached POV~ER OF Aq'I'ORNEY remains in full force and has not been revoked; and furthermore, that
the Resolutions of the Board of Directors, set forth in the Power of Attomey, are now in force.
Signed and sealed at the City of Hartford. Dated the
day of
19
Form S-3507-9 fflF) Printed in U~.A.
2-1
SECTION 2
S UPPLEMENTAR Y CONDITIONS
to STANDARD SPECIFICATIONS
Supplementary Conditions to
Standard Specifications
CITY OF COPPELL
S UPPLEMENTAR Y CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PRO VISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS
OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH
CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS
COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT
AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS
AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
ITEM 1.0 - DEFINITIONS
SC-1.0
Engineer: The word "Engineer" in these contract documents and specifications shall be understood
as referring to CITY ENGINEER, City of Coppell, P.O. Box 478, Coppell, TX 75019, Engineer
of the Owner, or such other representatives as may be authorized by said owner to act in any
particular position.
Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Calendar Day: Add the following sentence to the end of the working days definitions: Hours
worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime.
Overtime request must be made in writing and approved by the City of Coppell. Seventy-two hours
notice required. All overtime incurred by the City for inspection services shall be paid by the
Contractor. If not paid, such cost may be deducted from partial payments.
All other terms used in these Supplementary Conditions which are defined in the General Provisions
shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
2-2
Supplementary Conditions to
Standard Specifications
"Maintenance Bond shall be required in the amount of 50 % of the cost of the public improvements
for a 2 year period."
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and
1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment, and to establish a working understanding among the parties as to the
Work.
ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS
SC-1.19
Add the following language at the end of the Item 1.19: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals or
codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies ". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the
following reports of explorations and tests of subsurface conditions at the site of the work: No
geotechnical explorations or tests of subsurface conditions have been performed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5 Existing Utilities and Service Lines: The Contractor shall be responsible for the
2-3
Supplementary Conditions to
Standard Specifications
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.
If it is necessary to change or move the property of any owner or of a public utility, such
property shall not be moved or interfered with until authorized by the ENGINEER. The
right is reserved to the owner of any public utility to enter upon the limits of the project
for the purpose of making such changes or repairs of their property that may be made
necessary by the performance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC~1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence:
"If requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1
Should CONTRACTOR cause damage to the work or property of any separate
Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER,
ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly
attempt to settle with such other Contractor by agreement, or to otherwise resolve the
dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted
by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting
Engineer harmless from and against all claims, damages, losses and expenses (including,
but not limited to, fees of engineers, architects, attorneys and other professionals and
court and arbitration costs) arising directly, indirectly or consequentially out of any
action, legal or equitable, brought by any separate Contractor against OWNER,
ENGINEER or Consulting Engineer to the extent based on a claim arising out of
CONTRACTOR'S performance of the Work. Should a separate Contractor cause
damage to the work or property of CONTRACTOR or should the performance of work
be any separate Contractor at the site give rise to any other claim, CONTRACTOR shall
not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting
Engineer or permit any action against any of them to be maintained and continued in its
name or for its benefit in any court or before any arbiter which seeks to impose liability
on or to recover damages from OWNER, ENGINEER or Consulting Engineer on
account of any such damage or claim. If CONTRACTOR is delayed at any time in
2-4
Supplementary Conditions to
Standard Specifications
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.
ITEM 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
1.26.6 If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost
thereof will be charged to OWNER by appropriate Change Order or Written
Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in
writing advise OWNER whether or not such other insurance has been procured by
CONTRACTOR.
SC-1.26.7
Add the following new item:
1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect
all of the parties insured and provide coverage for all losses and damages caused by the
perils covered thereby. Accordingly, all such policies shall contain provisions to the
effect that in the event of payment of any loss or damage the insurer will have no rights
of recovery against any of the parties named as insured or additional insured, and if such
waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same.
ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREA; COORDINATION WITH OTHER CONTRACTORS: FINAL
CLEANUP
SC-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
2-5
Supplementary Conditions to
Standard Specifications
"Construction stakes/surveying shall be provided by the CONTRACTOR. Vertical control has been
established as shown on the construction plans. Horizontal control can be established from existing
manholes, street intersections or property lines indicated on the construction plans. The Contractor
shall be responsible for establishing all lines and grades, and the precise location of all proposed
facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades
established by the Contractor to determine the conformance of the completed Work as it progresses
with the requirements of the construction documents. Such checking by the Engineer shall not
relieve the Contractor of his responsibility to perform all Work in connection with Contract
Drawings and Specifications and the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC-1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract
price shall be due the Contractor."
Insert the following sentence at the end of the second paragraph of Item 1.33:
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events
to minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 1.36."
ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIOUIDATED DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time
shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the critical path and that loss of time can not be made up by revising the sequence of the work of
the project."
ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except as
provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
2-6
Supplementary Conditions to
Standard Specifications
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
ITEM 1.42 - INSPECTION AND TEST
SC-1.42
1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the
following "direction of the Owner and expense of the Contractor".
Amend the last paragraph, first sentence b/y changing "Contractor" to "Owner".
ITEM 1.49 - OWNER'S, EMPLOYEES OR AGENTS
SC-1.49-2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or
indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership amounts to
less than one percent (1%) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58
Recent legislation has removed the sales tax exemption previously provided by Section
15 1.311 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
2-7
Supplementary Conditions to
Standard Specifications
property which will be incorporated into and become part of a City construction project
through the use of a "separated contract" with the City. A "separated contract" is one
which separates charges for materials from charges for labor. Under such a contract, the
contractor becomes a "seller" of those materials which are incorporated into the project,
such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu
of paying the sales tax at the time such items are purchased. The contractor then receives
an exemption certificate from the city for those materials. (This procedure may not be
used, however, for materials which do not become a part of the finished product. For
example, equipment rentals, form materials, etc. are not considered as becoming
"incorporated" into the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure
in sales tax for materials which are to be incorporated into the project. The successful
bidder's bid form will be used to develop the "separated contract" and will determine the
extent of the tax exemption. Upon execution of the construction contract, the contractor
shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2)
labor, equipment, supervision and materials not incorporated into the project.
2-8
Supplementary Conditions to
Standard Specifications
2-9
SECTION 2
SPECIAL PRO VISIONS
to STANDARD SPECIFICATIONS
Special Provisions to
Standard Specifications
SPECIAL PROVISIONS TO
STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
These Special Provisions, modify, or supplement the Standard Construction Specifications
of the North Central Texas Standard Specifications. All provisions which are not so modified or
supplemented remain in full force and effect, except payment shall be as established in Section 1
entitled "Proposal and Bid Schedule".
PART II: MATERIALS- DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
· (b) Types "B" and "C"
(4) Additional Requirements
(B) Additional Requirements for Type "C" backfill when used in streets: Insert
the following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 2.1.6. RIP RAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Rip rap. Add the sentence: Mortar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 387-83.
ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a) General: Amend the first sentence, by striking the words "requirements for
earth bedding" and replace with "recommendations of the pipe manufacturer, and shall be
approved by the Engineer".
(b)
paragraph:
Engineer."
Earth Bedding: Add the following sentence at the beginning of this
"Earth bedding will not be permitted without written approval of the
2-10
Special Provisions to
Standard Specifications
ITEM 2.2.2. CHEMICAL ADMIXTURES:
(d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly
Ash as an admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
PART III DIVISION 3- SITE PREPARATION
ITEM 3.1.2. CONSTRUCTION METHODS:
Add the following sentence after the second sentence: The method of protection
shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by
the Engineer.
ITEM 3.7.3. DENSITY:
· Strike the first sentence and replace with the following: "Earth embedment and
select material shall be compacted to between 95 percent and 100 percent of Standard
Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points
above, optimum moisture content, using mechanical compaction methods, unless otherwise
specified in the Plans or Specifications."
PART IV: DIVISION 4- SUBBASE AND BASE COURSES
ITEM 4.8.4. CONSTRUCTION METHODS:
(b) Compaction
Amend the last sentence of the first paragraph, by striking the words: "90 percent
of the maximum dry density of such material." and replace with the words "95 percent of
the maximum dry density of such material, or as directed by Engineer.
PART V: DIVISION 5- PAVEMENT AND SURFACE COURSES
ITEM 5.8.2. CONSTRUCTION METHODS
(e) Joints
(1) Expansion Joints: Delete the first paragraph and replace with the
following: "Expansion joints shall be installed perpendicularly to the surface and
centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4-inch
in width, and extended through curbs. Expansion joints are to be installed at each end of
radius at street intersections. Expansion joints shall be equally spaced between
2-11
Special Provisions to
Standard Specifications
intersections with not less than one every 200 linear feet of pavement, unless otherwise
specified on the Plans or directed by the Engineer.
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed
by the Engineer".
(2) Contraction Joints. Delete the first sentence of the first paragraph and insert
the following: "Contraction or dummy joints shall be sawed to 1-1/4 inches in depth, and
1/4 inch in width, and installed at a maximum spacing of 18 linear feet of pavement, and
extend through the curb unless otherwise directed by the Engineer."
(h) Finishing.
(1) Machine. Add the following paragraph at the end of this subsection: "Fog
sprays powered by pressure pumps, and capable of covering the entire area of freshly
placed concrete with a fine mist, shall be used if water is needed for finishing operations."
(2) Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly
placed concrete with a fine mist, shall be used if water is needed for finishing operations."
PART VI:
DIVISION 6- UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9. BACKFILL:
(b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
Amend the second sentence by striking the words "to a density comparable with adjacent
undisturbed material" and replacing with "to a density between 95 percent and 100 percent
Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage
points above, optimum moisture content, unless otherwise specified in the Plans or directed
by the Engineer."
2 - 12
Special Provisions to
Standard Specifications
3-1
SECTION 3
SPECIFIC PROJECT
REQUIREMENTS
Specific Project Requirements
SPECIFIC PROJECT REQUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas prepared through the North Central Texas
Council of Governments (C . O. G. ). The following Specific Project Requirements contain general
and specific project requirements applicable to this project in the City of Coppell. These
individual specifications control for this project. Additional amendments to the C.O.G. Standard
Specifications are contained in Section 3 - Special Provisions to Standard Specifications for
Construction. In the event that an item is not covered in the Project Drawings and these
Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply.
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.A.S.H.T.O.
A.C.I.
American Association of State Highway
& Transportation Officials
American Concrete Institute
TX.DOT
Texas Department of Transportation
3-2
Specific Project Requirements
SPECIFIC PROJECT REQUIREMENTS
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O.
Box 478, Coppell, Texas 57019.
ENGINEER: The "Engineer" as referred to in these Specifications is the Director of
Engineering and Public Works, City of Coppell, Engineer of the Owner, or such other
representatives as may be authorized by said owner to act in any particular position.
CITY OF COPPELL: All improvements described in this Proposal and Construction
Drawings shall be done in accordance with the Project Drawings and Specifications. In
the event that an item is not covered in the Project Drawings and Specifications, then the
Standard Specifications for Construction for the City of Coppell, Texas shall apply.
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 property owners and the Contractor assumes all liability.
PROJECT DESCRIPTION: This work shall consist of the construction of water line,
storm drainage and concrete pavement improvements, along with all related work
necessary to complete the project as detailed in the plans and specifications.
CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the
basis of the definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written
request for final inspection. The calendar day count shall resume upon receipt by the
Contractor of a written list of items necessary to satisfactorily complete the project. This
process shall continue until such time as the project is accepted by the Engineer, and the
Owner. The calendar day count will not be suspended or otherwise affected by use of
completed portions or "substantial completion" of any of the project.
SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards,
promulgating safety regulations and notifying owners and users of adjacent utilities.
SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
3-3
Specific Project Requirements
1.9
1.10
1.11
1.12
1.13
1.14
SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by
the owner as shown on the plans. The Contractor shall be responsible for layout and
staking of all grades and lines for construction. The Contractor shall preserve all stakes
or markings until authorized by the Engineer to remove same. The Contractor shall bear
the cost of the re-establishing any control or construction stakes destroyed by either him
or a third party and shall assume the entire expense of rectifying work improperly
constructed due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall
be considered incidental to the project and payments made under specific Pay Items shall
be considered as full compensation for these requirements.
CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades,
cross-sections, and dimensions shown on the Drawings. Any deviation from the Drawings
which may be required by the exigencies of construction will be determined by the
Engineer and authorized by him in writing.
TESTING LABORATORY SERVICE: The Contractor shall make arrangements with
an independent laboratory acceptable to the owner for all backfill compaction, concrete and
other testing as required by the construction plans and standard specifications. The
Contractor shall bear all related costs of tests, inspections or approvals. 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. Two copies shall be provided to the Owner of all
reports and laboratory test results. No separate payment shall be made to the Contractor
for the cost of geotechnical testing services which shall be considered incidental to the
project.
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.
PRESERVATION OF TREES: Permission of the Engineer must be obtained for
removal of trees on the property that obstruct the installation of the improvements as
outlined in this project. Penalty for destruction of a tree without permission shall be
$500.00 each payable to the Owner. If damage is continuous, tree guards shall be erected
when so directed by the Engineer at the Contractor' s expense.
COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent superintendent capable of reading the plans and
specifications, communicating with the inspector and thoroughly experienced in the type
of work being performed. The Superintendent shall have full authority to execute orders
3-4
Specific Project Requirements
1.15
or directions and to promptly supply such materials, equipment, tools, labor and
incidentals as may be required. Such superintendence shall be furnished irrespective of the
amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law and the
Texas Manual on Uniform Traffic Control Devices (TMUTCD) to protect persons and
property while said persons or property are approaching, leaving or within the work site
or any area adjacent to said work site. No separate compensation will be paid to the
Contractor for the installation or maintenance of any warning devices, barricades, lights,
signs or any other precautionary measures required by law for the protection of persons
or property.
The Contractor shall assume all duties owned by the City of Coppell to the general public
in connection with the general public 's immediate approach to and travel through the work
site and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-
of-way or public place, the Contractor shall at his own cost and expense provide such
flagmen and watchmen and furnish, erect and maintain such warning devices, barricades,
lights, signs and other precautionary measures for the protection of persons or property as
are required by law. The Contractor shah submit a traffic control plan to be reviewed
by the City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m.
or after 4:OOp.m. TheContractor'sresponsibilityforprovidingandmaintainingflagmen,
watchmen, warning devices, barricades, signs, and lights, and other precautionary
measures shall not cease until the project shall have been accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable
federal and state law (by failing to furnish the necessary flagmen, warning devices,
barricades, lights, signs or other precautionary measures for the protection of persons or
property), the Engineer may order such additional precautionary measures as requiredby
law to be taken to protect persons and property, and to be reimbursed by the Contractor
for any expense incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights,
or other precautionary measures in protecting said property, and whenever evidence is
found of such damage, the Engineer may order the damaged portion immediately removed
and replaced by and at the cost and expense of the Contractor. If the damages are not
corrected in a timely fashion, then the City shall have the right to repair the damage and
charge the cost back to the Contractor. All of this work is considered incidental and shall
3-5
Specific Project Requirements
not be separate pay item.
1.16
1.17
1.18
1.19
EXISTING UTILITIES. STRUCTURES AND OTHER PROPERTY:
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.
After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
C,
Where the locations of existing underground and surface utilities and structures are
indicated, these locations are generally approximate, and all items which may be
encountered during the work are not necessarily indicated. The Contractor shall
determine the exact locations of all items indicated, and the existence and locations
· of all items not indicated.
The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private property, whether it is below ground
or above ground, and he shall settle in total cost of all damage suits which may
arise as a result of this operations.
To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
DRAINAGE: The Contractor shall maintain adequate drainage at all times.
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.
CLEANUP:
During Construction. The contractor shall at all times keep the job site as free
from all material, debris and rubbish as is practicable and shall remove same from
any portion of the job site when it becomes objectionable or interferes with the
progress of the project.
Final. Upon completion of the work, the Contractor shall remove from the site all
plant, materials, tools and equipment belonging to him and leave the site with an
appearance acceptable to the Engineer and the Owner. 'The Contractor shall
thoroughly clean all equipment and materials installed by him and shall deliver over
such materials and equipment in a bright, clean, polished and new-appearing
condition.
3-6
Specific Project Requirements
1.20
1.21
1.22
1.23
1.24
1.25
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.
DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the construction
shall be removed from the property. Any required burning and disposal permits shall be
the sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the job
site and disposed of in a satisfactory manner.
WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction, including
water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting.
The Contractor shall provide water as required at his own expense.
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.
EROSION CONTROL: The Contractor shall be responsible for furnishing, constructing
and maintaining control measures as necessary to prevent and control soil erosion,
sedimentation and water pollution in accordance with the City of Coppell's Erosion
Control Ordinance. These measures shall be maintained throughout the construction and
shall be coordinated with any permanent or temporary pollution control feature required
on the plans or in the specifications. No separate payment shall be made for the work.
It shall be considered incidental to the Contract.
CONSTRUCTION SEOUENCING: The project shall be constructed in accordance with
the proposed Construction Sequencing Plan in the plans unless approved otherwise by the
Engineer. If the Contractor wishes to deviate from the plan, he must submit an alternate
plan to the Engineer for approval prior to beginning work.
NOTE: Emphasis is placed on the completion of the Phase 1 improvements, acceptance
of these improvements by the City and opening of Phase 1 of the project to traffic (from
Freeport Parkway to Sta. 17 + 84), by no later than August 12, 1998. This date is critical
in order to facilitate school traffic at the beginning of the fall semester at the Coppell
Middle School West Campus.
3-7
Specific Project Requirements
1.26
PROJECT SIGNS: The Contractor shall be responsible for furnishing and erecting two
(2) project signs, (one at each end of the project) in locations as directed by the Engineer.
The signs shall be furnished in accordance to the specifications and details on page 3-9.
Furnishing, installing and maintaining the signs in good condition shall be considered
incidental to the Contract and no separate payment will be made.
3-8
Specific Project Requirements
CITY OF COPPELL
PROJECT SIGN
~NSPECIl~ HAlIF:, INI{CTOI!
PHONE JIUilgF:FI: 304-3679
~ONTRACTOR'S
NOTES: 1) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD
PAINTED AS SHOWN ON DETAIL
3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND
SIGN PANEL AT APPROX, 2' CENTERS
4) ALL PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO TO BE PROVIDED BY THE CITY
EXAMPLE:
I(~IiT,~ [®]~ ,C,-:®]P.,]~E:4L!LI
I-~_i,',-]'!l'2j:,!]-]l.: r~til[_i]':l
CONTRA R: AR HITE RAL LITIE ,IN ,
(817) 926-4377
COMPLETION DATE:SPRING/1995
3-9
Specific Project Requirements
4-1
SECTION 4
DESCRIPTION OF PAY ITEMS
Description of Pay Items
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 Item. Note: Any traffic controlplan required
in Section 1.15 of the Specific Project Requirements is subsidiary to the price for the various bid
items.
Pay Item - PREPARE RIGHT-OF-WAY:
In addition to the description of work in NCTCOG Item 3.1, work under this pay item
shall include the following:
a. The removal of all existing drainage pipe, headwalls, inlets and other related
drainage structures and/or appurtenances;
b. The work necessary to modify and/or adjust existing irrigation systems at several
locations as indicated on the plans; and
c. . The removal, temporary storage (at an approved location) and reinstallation of all
public roadside signage. In certain cases, a roadside sign assembly may be
maintained in place during construction, if approved by the Engineer.
These items of work shall be considered incidental to preparing the right-of-way and no
separate payment will be made to the Contractor.
Measurement and payment shall be made on the basis of the price bid per lump sum and
shall be full compensation for all materials, tools, labor and any incidentals necessary to
complete the work.
Pay Item- REMOVE EXISTING CONCRETE CURB OR CONCRETE CURB AND
GUTTER:
This pay item shall consist of the removal of existing concrete curb or curb and gutter as
shown on the plans or as directed by the Engineer to facilitate construction of the proposed
improvements. Concrete shall be sawcut to even, straight lines as shown on the plans or
as established by the Engineer per NCTCOG Item 8.8. Any existing improvement shown
to remain in place which is damaged or destroyed by these operations shall be replaced at
the Contractor's expense. Curb to be removed shall be sawed full depth through the
existing reinforcement. Once concrete improvements are removed, exposed surfaces shall
be toughened to allow adequate bonding of new concrete. Epoxy grout #3x24" dowel bar
into end of existing curb. This operation shall be inspected and approved by field
inspector or Engineer.
The removal of concrete curb that is integral to any concrete pavement which. is to be
removed as part of this project shall not be paid for separately but shall be considered
subsidiary to the pay item for concrete pavement or driveway removal.
Measurement and payment shall be on the basis of the price bid per linear foot of curb or
4-2
Description of Pay Items
curb and gutter removal and shall be full compensation for all labor, materials, tools,
equipment and any incidentals necessary to complete this work.
Pay Item - REMOVE EXISTING CONCRETE PAVEMENT, CONCRETE
DRIVEWAYS, VALLEYS AND SIDEWALKS:
All concrete shall be sawcut to even, straight lines as shown on the plans or as established
by the Engineer per NCTCOG Item 8.8. Any existing improvements shown to remain
which are damaged or destroyed by these operations shall be replaced at the Contractor's
expense. Concrete to be removed shall be sawed full depth through the existing
reinforcement. Once concrete improvements are removed, exposed surfaces shall be
toughened to allow adequate bonding of new concrete. This operation shall be inspected
and approved by Engineer.
All items removed under this item shall be removed and disposed offsite at an approved
location.
MeasUrement and payment shall be by the square yard of removal for each item and shall
be full compensation for all labor, equipment, materials, tools, disposal and other
incidentals necessary to complete the work.
Pay Item - REMOVE AND RELOCATE EXISTING STREET LIGHT ASSEMBLY:
This pay item shall consist of the removal and relocation of existing street lights as
indicated on the plans or as directed by the Engineer, including all coordination with TU
Electric and the City of Coppell, removal and reconstruction of the street light foundation,
removal and replacement of wiring, conduit, pull boxes, etc., as required to complete the
street light relocation. Any damage to the existing pole, light fixture and/or appurtenances
shall be repaired or otherwise remedied by the Contractor as part of this pay item, without
separate or extra pay.
Measurement and payment shall be on the basis of the price bid per each street light
removal and relocation and shall be full compensation for furnishing all materials, tools,
equipment and any incidentals necessary to complete the work.
Pay Item - UNCLASSIFIED STREET EXCAVATION:
In addition to the description of work in NCTCOG Item 3.3, work under this pay item
shall include the removal and disposal of the existing asphalt paving within the limits of
construction as shown on the Plans. The Contractor shall provide a saw cut joint at the
limits Of the pavement removal. The existing thickness of asphalt is unknown.
"The work covered in NCTCOG Standard Specification Item 3.7 EMBANKMENT shall
be included in the work under this pay item for unclassified excavation as required to place
and compact suitable materials within the street right-of-ways to the line and grades
established on the plans."
4-3
Description of Pay Items
Measurement and payment shall be in accordance with Paragraph 3.3.6 of NCTCOG Item
3.3. The quantity provided in the Proposal/Bid Schedule shall be the basis for
compensation unless the scope of work is revised by the Engineer. Should the scope of
work change, then the unit price bid per cubic yard will be used to adjust the contract.
Any damage to manholes, underground utilities, utility service lines, valves, valve boxes,
etc. as a result of the Contractor's work under this pay item shall be repaired by the
Contractor at his sole expense.
Pay Item - LIME STABILIZED SUBGRADE AND LIME FOR SUBGRADE
STABILIZATION:
Lime is to be placed in slurry form. Lime stabilization shall be provided under all
proposed concrete paving, median pavers, curbs, concrete valley gutters, and HMAC
paving for transition, unless noted otherwise.
After subgrade treatment and shaping is complete, Contractor shall maintain the moisture
content in the subgrade to prevent drying and cracking.. After completion of final rolling,
an asphalt curing sealant shall be applied at the rate of 0.15 gallons per square yard
(NCTCO6 Item 4.6.5).
Measurement and payment shall be in accordance with Paragraph 4.6.7 of NCTCOG Item
4.6.
Pay Item - 7" REINFORCED CONCRETE PAVEMENT WITH 6" INTERGRAL CURB:
Class "A " concrete shall be used for all concrete pavement improvements on this project.
Concrete shall have a minimum cement content of 5 sacks/cubic yard and have a minimum
compressire strength of 3,000 psi when tested at 28 days. No fly ash substitution is
permitted. Desired slump for the concrete mix shall be 3" with a maximum of 4" allowed.
Contractor shall pay close attention to NCTCOG Item 5.8.2(e)(2) "Contraction Joints."
All sawcutting of concrete pavement "shall be completed within 5 to 12 hours after
concrete slab is poured". Failure to comply with this requirement will subject the slab to
rejection. All joints shall be spaced a maximum of 15' apart. Joints shall be sealed with
a silicone joint sealant prior to opening to traffic.
Measurement and payment shall be made on the basis of the price bid per square yard per
NCTCOG Item 5.8.7., including the 6" integral curb.
Pay Item - CONCRETE STREET HEADER:
Concrete street headers shall be constructed across the end of the proposed pavement as
directed by the Engineer, unless a street header already exists at the tie-in to the existing
pavement. Concrete for street headers shall be the same as specified for concrete
pavement.
Although paid as a separate item, concrete headers shall be constructed monolithic with
4-4
Description of Pay Items
concrete pavement. Construction and materials shall be in accordance with the City of
Coppell Standard Details and NCTCOG Item 8.5.
Measurement and payment shall be on the basis of the price bid per linear foot, and shall
be full compensation for furnishing all materials, tools, equipment, labor and any other
incidentals necessary to complete the work including excavation for undercut.
Pay Item - REINFORCED CONCRETE DRIVEWAYS, DRIVEWAY TRANSITIONS,
VALLEYS, SIDEWALKS AND BARRIER FREE SIDEWALK RAMPS:
These items shall be constructed per the plans and related details and in accordance with
NCTCOG Item 8.3. Contractor shall notify Engineer and property owners 48 hours in
advance of intent to construct driveways.
All concrete for driveway transitions, driveways, valleys, barrier-flee sidewalk ramps and
sidewalks shall be Class "A" with minimum compressive strength of 3,000 psi strength at
28 days. Test results will be provided to verify strength prior to opening to traffic.
Reinforcement shall be No. 3 Bars and 24-inch centers.
A smooth sawcut joint with the existing steel extending a minimum of 12" beyond the joint
shall be provided where proposed reinforced concrete matches existing concrete or install
#3x24" dowel bars epoxy-grouted 9" into the existing concrete.
Barrier-free sidewalk ramps are to be constructed at all street intersection curb returns and
at some driveways as shown on the Plans. Construction shall be in accordance with City
of Coppell Standard Details. If ramps are constructed separate from sidewalks, then
reinforcement shall be extended for 12" minimum lap splice or place #3x12" dowel bars
at 18" CC. Ramp construction shall be paid at the same unit price as for sidewalk
construction (no separate or additional pay).
Measurement and payment for these items shall be made on the basis of the price bid per
square foot (sidewalks & sidewalk ramps) or square yard (driveways & valleys) per
NCTCOG Item 8.3.4, complete in place. Payment shall include the reinforcing steel,
expansion joint material, sand cushion, excavation, bio-barrier filter fabric under sidewalks
within drip areas of trees, and other incidentals necessary to complete the work.
Pay Item - 6" TYPE 'A', GRADE 1 FLEXIBLE CRUSHED STONE BASE:
Six (6) inch crushed stone shall be used as a base material under HMAC driveway &
pavement transition, as directed by the Engineer. Base material shall conform to
NCTCOG Item 2.13 and shall be constructed per Item 4.5.
Measurement and payment shall be made on the basis of the price.bid per square yard of
flexible base, complete in place, including excavation and preparation of subgrade to the
proper shape and grade.
4-5
Description of Pay Items
Pay Item - 2" TYPE 'B ' AND 'D ' HMAC FOR DRIVEWAY TRANSITION:
HMAC paving shall be in accordance with the Plans and City Standards and per NCTCOG
Items 2.4.13 and 5.7. This pavement will be used to replace existing HMAC pavement
and driveways and provide a smooth transition section from the end of the proposed
concrete driveway approaches to match the existing HMAC paving and driveways.
These items will also be used for the temporary pavement transition at the east end of
Phase 1, as directed by the Engineer.
Measurement and payment shall be per NCTCOG Item 5.7.5 on the basis of the price bid
per square yard for HMAC paving and/or driveways installed at the locations shown on
the Plans at the width and/or length specified. HMAC paving transition and driveways
outside the limits shown on the Plans will not be paid for unless approved by the Engineer.
Pay Item - CONCRETE PAVING-STONE PAVEMENT:
This pay item shall cover the installation of concrete paving-stone pavement for the street
and curb ramp areas at the intersection of Wrangler Drive and Freeport Parkway as shown
on the plans or in other areas as directed by the Engineer. The paving-stone units shall be
provided and installed as specified in the City's Standard Construction Details and/or
NCTCOG Item 8.17. Color of units will be chosen by the City before ordering materials.
Contractor shall submit samples of paving-stone units to the Engineer for approval prior
to installation.
The paving-stone units shall be constructed on a base of reinforced concrete pavement and
a sand laying course per the City 's Standard Construction Details. The construction of the
reinforced concrete base, sand laying course and concrete edge restraint shall be considered
incidental to this pay item.
Measurement and payment of concrete paving-stone pavement shall be on the basis of the
price bid per square yard per NCTCOG Item 8.17.5.
Pay Item - MODULAR CONCRETE-BLOCK RETAINING WALL:
This work shall consist of furnishing and construction of a KEYSTONE Retaining Wall
System or equal in accordance with the following specifications, in level courses and in
reasonably close conformity with the lines, grades, design, and dimensions shown on the
plans. The wall height shall not exceed three (3) feet.
The Contractor shall submit shop drawings and a manufacturer's approved design for the
proposed modular retaining wall to the Engineer, for approval, prior to beginning
construction.
4-6
Description of Pay Items
Products
Definitions
B,
.D.
Structural Geogrid - a structural element formed by a regular network
of integrally connected tensile elements with apertures of sufficient size
to allow interlocking with surrounding soil, rock, or earth and function
primarily as reinforcement.
Modular Unit - a concrete retaining wall element machine made from
portland cement, water, and aggregates.
Unit Fill - drainage aggregate which is placed within and immediately
behind the modular concrete units.
Reinforced Backfill compacted sc;il which is placed within the
reinforced soil volume.
Modular Concrete Retaining Wall Units
B,
Modular concrete units shall conform to the following architectural
requirements:
Face Color - standard manufacturers' color or custom color as specified
by the Owner.
Face Finish - sculptured rock face in angular multiplaner configuration.
Other face finishes will not be allowed without written approval of
owner.
Bond Configuration - running with bonds nominally located at midpoint
vertically adjacent units, in both straight and curved alignments.
Exposed surfaces of units shall be free of chips, cracks or other
imperfections when viewed from a distance of 10 feet under diffused
lighting.
Modular concrete units shall conform to the following .material
requirements:
1)
Cement - Materials shall conform to the following applicable
specifications.
4-7
Description of Pay Items
a,
b,
Portland Cement - ASTM C 150
Modified Portland Cement - Portland cement conforming
to ASTM C 150, modified as follows. Limestone -
calcium carbonate, with a minimum 85 % content, may
be added to the cement, provided these requirements of C
150 as modified are met; (1) limitation on insoluble
residue 1.5 %; (2) limitation on air content of mortar -
volume percent, 22% maximum; and (3) limitations of
loss of ignition - 7 %
Blended Cements - ASTM C 618
d. Pozzolans - ASTM C 618
e. Blast Furnace Slag Cem'ent - ASTM C 989
2)
Aggregates - aggregates shall conform to the following
specifications, as applicable.
a. Normal Weight Aggregates - ASTM C 33
b. Lightweight Aggregates - ASTM C 331
3)
Other Constituents - Air entraining agents, coloring pigments,
integral water repellents, finely ground silica, and other
constituents shall be previously established as suitable for use in
modular concrete retaining wall units and shall conform to
applicable ASTM standards or, shall be shown by test or
experience to be not detrimental to the durability of the modular
concrete units or any material customarily used in retaining wall
construction.
Modular concrete units shall conform to the following structural and
geometric requirements:
compressive strength = 3000 psi minimum;
absorption = 8 % maximum (6 % in northern states) for standard weight
aggregates;
unit depth - 20 inches minimum;
4-8
Description of Pay Items
unit width to height ratio = 2.25: 1;
unit weight - 90 lbs/unit minimum for std. weight aggregates
inter-unit shear strength - 1500 plf minimum at 2 psi normal pressure;
geogrid/unit peak connection strength -1000 plf minimum at 2 psi
normal force
maximum horizontal gap between erected units shall be - 1/2 inch.
Modular concrete units shall conform to the following constructability
requirements:
vertical setback = 1/8"_+ per course (pear vertical) or 1 "_+ per course
per the design drawings;
alignment and grid positioning mechanism - fiberglass pins, two per unit
minimum;
Shear Connectors
A,
Strength of shear connectors between vertical adjacent units shall be
applicable over a design temperature of 10 degrees F to + 100 degrees
F. Shear connectors shall be 1/2 inch diameter thermoset isopthalic
polyester resin-pultruded fiberglass reinforcement rods. Connectors
shall have a minimum ~exural strength of 128,000 psi and short beam
shear of 6,400 psi.
B,
Shear connectors shall be capable of holding the geogrid in the proper
design position during grid pre-tensioning and backfilling.
Base Leveling Pad Material
Material shall consist of a compacted crushed stone base or non-
reinforced concrete. The leveling pad shall have a minimum thickness
of four (4) inches.
Unit Fill
Unit fill shall consist of clean 1" minus crushed sfone or crushed gravel
meeting the gradation listed below.
4-9
Description of Pay Items
Sieve Size Percent Passing
1 inch 100
3/4 inch 75-100
No. 4 0-10
No. 50 0 - 5
One cubic foot, minimum, of drain fill shall be used for each square foot
of wall face. Drain fill shall be placed within cores of, between, and
behind units to meet this requirement.
6. Reinforced Backfill
Reinforced backfill shall be flee of debris and meet the following
gradation requirements:
Sieve Size Percent Passing ·
2 inch 100-75
3/4 inch 100-75
No. 4 100-20
No. 40 0-60
No. 200 0-35
Plasticity Index (PI) < 10 and liquid limit < 40.
The maximum aggregate size shall be limited to 3/4 inch unless field
tests have been or will be performed to evaluate potential strength
reductions to the geogrid design due to damage during construction.
Material can be site excavated soils where the above requirements can
be met. Unsuitable soils for backfill (high plastic clays or organic soils)
shall not be used in the backfill or in the reinforced soil mass.
Contractor shall submit reinforced fill sample and laboratory test results
to the Architect/Engineer for approval prior to the use of any proposed
reinforced fill material.
Execution -
Excavation
Contractor shall excavate to the lines and grades shown on the
construction drawings. The Engineer will inspect the excavation and
approve prior to placement of leveling material or fill soils.
4-10
Description of Pay Items
Over-excavation of deleterious soils and replacement with suitable fill
will be paid at unit cost rates.
Contractor shall exercise care when excavating adjacent to the trees.
Excavation shall be limited to only what is necessary to construct the
wall.
Base Leveling Pad
Leveling pad material(s) shall be placed to the lines and grades shown
on the plans and to the minimum thickness recommended by the
manufacturer or as stated herein, whichever is greater.
B,
Soil leveling pad materials shall be compacted to a minimum of 95 %
standard or 90 % modified Proctor.
Leveling pad shall be prepared to insure full contact to the base surface
of the concrete units.
Unit Installation
First course of units shall be placed on the leveling pad, and alignment
and level checked. Pins or molded surfaces of modular concrete units
shall be used for alignment control.
Position vertically adjacent modular concrete units as recommended by
the Manufacturer.
Maximum stacked vertical height of wall units, prior to wall drain fill
and backfill placement and compaction, shall not exceed two courses.
Whole, or cut, units on curves and coruers to shall be erected with
running bond approximately centered on units above and below.
E. Cap units shall be glued to underlaying units with an adhesive
recommended by the manufacturer.
Reinforced Backfill Placement
Reinforced backfill shall be placed and compacted in lifts not to exceed
8 inches where hand compaction is used, or 12 inches where heavy
compaction equipment is used.
4-11
Description of Pay Items
Reinforced backfill shall be compacted to 95 % of the maximum density
as determined by ASTM D695. The moisture content of the backfill
material prior to and during compaction shall be uniformly distributed
throughout each layer and shall be within 2 percentage points dry of
optimum.
C. Only lightweight hand-operated equipment shall be allowed.
D. At the end of each day' s operation, the Contractor shall slope the last lift
of reinforced backfill away from the wail units to direct runoff away
from wall face. The Contractor shall not allow surface runoff from
adjacent areas to enter the wall construction site.
Measurement and payment shall be on the basis of the unit price bid per square foot of wall
surface area and shall be full compensation for excavation, backfill, materials, tools, labor,
equipment and other incidentals necessary to complete .the work.
Pay Item - 3" PVC CONDUIT SLEEVE AND PULL BOXES:
3" PVC conduit sleeves shall be Schedule 40 and be placed across intersections as directed
by the Engineer and as shown in the City's Standard Construction Detail No. SD2, with
a minimum cover of 24 inches. The Contractor shall solvent weld all pipe joints. Ends
of conduit shall extend 24" minimum beyond curbs and/or pavement and terminate in a
pull box.
Measurement and payment shall be made on the basis of the price bid per linear foot for
the conduit sleeves and per each for the pull boxes, installed complete in place, and shall
be full compensation for furnishing all materials, tools, equipment and labor and other
incidentals necessary to complete the work.
Pay Item - ADJUST EXISTING MANHOLE, WATER & GAS VALVE BOX,
SANITARY SEWER CLEANOUT, AND FIRE HYDRANT:
At locations in which street grades are being revised as indicated on the Plans, it will be
necessary to adjust existing utility manhole rims, water valve boxes, fire hydrants and
cleanouts as required. No separate pay is allowed for damage to utilities due to asphalt
removal, additional grading, etc., as may occur at time of construction. Cost for repair
to such damage shall be considered to the contract.
Measurement and payment for each item shall be made on the basis of the price bid per
each for the unit adjusted properly to Plan grade.
Pay Item - RECONSTRUCT EXISTING BERMS AT ENTERPRISE DRIVE:
This pay item shall consist of relocating and reconstructing the two (2) existing berms on
each side of the Enterprise Drive intersection to the north approximately twenty (20) feet
to accommodate the proposed roadway construction. The berms shall be excavated and
then reconstructed similar to their current cross-section, shape and size as directed by the
4-12
Descripaon &Pay Items
Engineer. Side slopes shall not exceed 5-foot (horizontal) to 1-foot (vertical) and the top
shall be rounded. Existing trees in the vicinity of the berms shall be preserved and
protected at no separate pay. Once the berms are reconstructed to the satisfaction of the
Engineer, they shall be fully sodded. Block sodding of the berms and the disturbed areas
around the reconstructed berms shall be considered incidental to this pay item. Any
adjustments or modifications required to the existing sprinkler system in this area shall also
be considered incidental to and included in the work for this pay item.
Measurement and payment shall be on the basis of the price bid per lump sum and shall
be full compensation for furnishing all materials, tools, equipment, labor and any
incidentals necessary to complete the work.
Pay Item - RESTORE PARKWAY AND YARDS:
This item shall be full compensation for all work, materials, and incidentals necessary to
improve the parkways and disturbed yards to a block sodded or hydromulched condition.
The parkways along the length of the project shall be f'me graded and cut to receive sod
or hydromulch. Top soil shall be placed to bring low areas to grade. All work shall be
per NCTCOG Item 3.9 and 3.10, even if no grass is presently established. In areas where
it is necessary to grade onto private property, the Contractor shall restore existing yards
to the conditions that existed prior to construction by grading with top soil and block
sodding or hydromulching. Block sodding shall be of the same grass species that existed
in each respective yard prior to construction.
In general those areas where development currently exists adjacent to the roadway will
receive block sod and areas adjacent to undeveloped tracts will receive hydromulch. There
are a couple of exceptions to this, however, such as at the intersections of Enterprise Drive
and Freeport Parkway where some landscaping improvements currently exist along the
right-of-way, adjacent to undeveloped property. These areas will also receive block sod.
The swale along the Coppell Middle School West tract will also be free graded and block-
sodded as part of this pay item.
Parkway and yard restoration shall be completed as soon as possible upon completion of
the concrete pavement. The Contractor shall be responsible for watering and maintaining
the new sod and hydro mulch until final acceptance and for completing this item,. as
required, to meet City and adjacent property owner's approval.
Fertilizer anti watering shall not be paid for separately but shall be considered incidental
tO this pay item.
Measurement and payment shall be made on the basis of the price bid per lump sum for
restoring the parkways and yards with either block sod or hydromulch, and shall be full
compensation for installing, fertilizing, watering and all labor, materials, tools, equipment
and any incidentals necessary to complete the work.
4-13
Description of Pay Items
For hydromulch to be accepted, sprigs of seeds must be uniformly appearing over the
entire area of application within 30 days of date of application. At that time, 50 % of the
bid item can be paid. In addition to this requirement for acceptance, at the time of final
acceptance of the project, uniform grass coverage (alive and growing) over all areas seeded
and/or sodded must be evident; in other words, there must be 100% coverage of grass at
the time of final acceptance.
Pay Item - STOP BARS AND PAVEMENT MARKINGS:
The stop bars and pavement markings shall comply with Item 666 of the TxDOT, 1993
Standard Specifications for Construction of Highways, Streets and Bridges, City standards
and plans. Contractor shall verify style, width (length) and height with the City prior to
placement. Surface preparation shall be considered incidental to this pay item.
Measurement and payment shall be made on the basis of the price bid per linear foot for
stop bars and per each for the various types of pavement markings, and shall be full
compensation for all materials, tools, labor, equipment and any incidental necessary to
complete the work.
Pay Item - TRAFFIC BUTTONS:
This pay item shall consist of supplying and installing the traffic buttons as shown on the
Plans and per City Details. The Contractor shall carefully follow the manufacturer's
recommendations in the use of the epoxy adhesive. The applicable portions of Items 672
of the TxDOT, 1993 Standard Specifications for Construction of Highways, Streets and
Bridges, shall be strictly followed. Surface preparation shall be considered incidental to
this pay item.
Measurement and payment shall be on the basis of the price bid per each button type
shown on the plans and in the proposal and shall be full compensation for furnishing all
materials, tools, equipment, labor and any incidentals required to install the buttons in
compliance with the plans and specifications.
Pay Item - ROADSIDE SIGN ASSEMBLY:
This item shall consist of furnishing and installing small roadside sign assemblies as shown
on the Plans or as directed by the Engineer. All work, measurement and payment shallbe
in accordance with ltem 644 of the TxDOT, 1993 Standard Specifications for Construction
of Highways, Streets and Bridges.
Pay Item - REINFORCED CONCRETE PIPE (RCP):
All RCP storm drain shall be Class III per NCTCOG Item 2.12.3. Backfill and
embedment shall be in accordance with City details and per NCTCOG Items 2.1.7, 2.1.8,
and 6.2.8 thru 6.2.10. RCP shall be installed per plan details and NCTCOG Division 6.
All bends shall be pre-fabricated. Where leads or pipe terminate into an existing system,
a concrete collar shall be poured at the junction to form a watertight connection. All
concrete collars shall be considered incidentals to this pay item.
4-14
Description of Pay Items
Temporary pavement repair consisting of a minimum of twelve (12) inches of flexible
crushed stone base shall be constructed and maintained along all storm drain pipe and box
culvert installed in areas to be open to traffic prior to the construction of the final pavement
section. This work shall be subsidiary to the installation of the pipe and/or culvert (no
separate pay).
Measurement and payment shall be made on the basis of the price bid per linear foot of
pipe installed at all depths and shall be full compensation for all materials, tools,
equipment, labor and any incidentals necessary to complete the work including all
excavation, embedment and backfill in accordance with NCTCOG Items 5.7.4. l(d) and
(e).
Pay Item - CONCRETE BOX CULVERT:
Box culvert construction may be either cast-in-place or precast sections set complete in
place per NCTCOG Division 7, the plans and details. All box culverts shall set on 6"
minimum crushed stone embedment and shall be constructed at the alignment shown on the
plans .'
Concrete box culverts of the size and type shown in the plans shall be measured by the
linear foot in place. The measurement will be the flow line length, along the centerline,
between the ends of the culvert.
Temporary pavement repair consisting of a minimum of twelve (12) inches of flexible
crushed stone base shall be constructed and maintained along all storm drain pipe and box
culvert installed in areas to be open to traffic prior to the construction of the final pavement
section. This work shall be subsidiary to the installation of the pipe and/or culvert (no
separate pay).
The unit price bid per linear foot for the various sizes and types of "Concrete Box
Culvert," shall be full compensation for constructing, or furnishing and transporting
sections; the preparation and shaping of bed; j ointing of sections; connections to existing
structures; concrete, reinforcing steel, and all other items of material, labor and equipment,
tools, and incidentals necessary to complete the work in accordance with the plans and
specifications. When sections are laid on a skew, full compensation for cutting the ends,
when required by the plans, shall be included in the unit price bid per linear foot.
Pay Item - TRENCH SAFETY (STORM DRAIN AND BOX CULVERT):
The Contractor shall provide necessary shoring and/or bracing to adequately provide a safe
trench situation for storm drainage construction meeting the requirements of the United
States Department of Labor Occupational Safety and Health Administration, (OSHA).
Work shall be performed per NCTCOG Item 1.24.3. The Contractor shall have a trench
safety plan prepared, signed, and sealed by a registered professional engineer.
Measurement and payment for this item shall be made on the basis of the price bid per
4-15
Description of Pay Items
lineal foot for all trench depths in excess of 5 feet.
Pay Item - RECESSED CURB INLETS:
This item covers construction of recessed curb inlets in various lengths. Concrete used for
the construction of inlets shall be Class "A" modified to have a minimum 5.5 sacks of
cement/cubic yard of concrete with 4,000 psi minimum compressive strength when tested
at 28 days. All work shall be performed in accordance with City details and per NCTCOG
Items 2.1, 2.2, 7.1, 7.4, and 7.6. Each unit shall include the construction of the box, inlet
top, wings, gutter section, rim, etc. per plans and details.
Measurement and payment shall be made on the basis of the unit price bid per each inlet
(various sizes) at all depths, complete in place, including excavation, form work, concrete
reinforcing, curing, protection, testing, and labor to perform the work.
Pay Item - STORM DRAIN MANHOLES (SDMH) AND DROP INLETS:
Concrete used for the construction of manholes and inlets shall be Class "A" modified to
have a minimum 5.5 sacks of cement/cubic yard of concrete with 4,000 psi minimum
compressive strength when tested at 28 days. All work shall be performed in accordance
with City Details and per NCTCOG Items 2.1, 2.2, 7.1, 7.4, and 7.6.
SDMH and drop inlets shall be paid per the size and depth shown on the plans. The
Special 4' Square SDMH for the box culvert section shall be constructed as the top portion
of the Type 'B' Storm Sewer Manhole as shown on the City's Standard Construction Detail
No. SD9. No. 4 bars on 12" c-c shall be extended from the top and/or sides of the
proposed box culvert, allowing for a minimum splice length of 24 inches.
Measurement and payment shall be made on the basis of the unit price bid per each type
& size of SDMH or drop inlet at all depths, complete in place, and shall be full
compensation for all excavation, form work, concrete reinforcing, curing, protection,
materials, equipment, tools, labor and incidentals necessary to perform the work.
Pay Item- REMOVE TOP OF EXISTING DROP INLET AND CONSTRUCT 4'
SQUARE SDMH TOP:
This item shall consist of removing the top of the existing drop inlet, near Freeport
Parkway on Storm Drain 'A', to a sufficient depth to obtain a 24-inch minimum
embedmerit of existing reinforcing steel and allow the construction of a new 4' square
SDMH top to match the grade of the proposed pavement. The new SDMH manhole top
shall be constructed in accordance with the details for a Type 'A ' storm sewer manhole as
shown on the City's Standard Construction Detail No. SDg.
Measurement and payment shall be made on the basis of the unit price bid per each and
shall be full compensation for the removal and disposal of the existing inlet top and the
construction of the new SDMH top, including excavation, backfill, equipment, tools,
materials, labor and all incidentals necessary to complete the work.
4-16
Description of Pay Items
Pay Item - PVC WATER HPE:
Typically, all water pipe installed on this project larger than 4" diameter shall be PVC,
Class 150 or Class 200, unless otherwise noted and shall be installed in compliance with
NCTCOG Item 2.12 and ANSI/AWWA, C900 (latest revision), "PVC Pressure Pipe, 4"
through 12" for Water." The pipe shall be approved by the Underwriter's Laboratories
(U/L) for use in underground fire protection service systems.
Embedmerit for all water pipe shall typically be per City of Coppell's Standard
Specifications and per NCTCOG Item 6.2. and 2.1.8. Required densities shall be obtained
by mechanical compaction, and backfilling shall not commence over embedment until
density tests have verified the required compaction.
Detectable underground utility warning tapes which can be located from the surface by a
pipe detector shall be installed directly above the PVC pipe. The detectable tape shall be
"Detect Tape" manufactured by Allen Systems Inc., or an approved equal, and shall
consist of a minimum thickness of 0.35 mils solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents, and
solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils and
the width shall not be less than 2" inches with a minimum unit weight of 21/2
pounds/l"xl000'. The tape shall be color-coded and imprinted with the message as
follows:
Type of Utility
Color Code Legends
Water
Safety Precaution Blue Imprinted
"Caution - Buried Water Line Below"
Installation of detectable tapes shall be per manufacturer' s recommendations and shall be
as close to the grade as is practical for optimum protection and detectability. Allow a
minimum of 18" inches between the tape and the line. Payment for furnishing and
installing the tapes shall be subsidiary to the price per linear foot for water main.
Concrete blocking on this project will necessarily be required as shown on the Plans and
shall be installed in accordance with the City of Coppell's Standard Specifications and
Details. All valves shall have concrete blocking provided for support. No separate
payment will be made for any of the work involved in completing the concrete blocking
and all costs incurred will be considered incidental to and included in the price bid per
linear foot of the water pipe.
The Contractor shall provide a temporary pavement surface immediately after completion
of trench, backfill, and compaction and testing operations within existing streets to be
reconstructed using a minimum of two (2") inches of HMAC. This temporary repair shall
be rolled to provide a smooth transition between the existing pavement and the temporary
repair. This work shall be considered subsidiary to the price bid for mains or services,
4-17
Description of Pay Items
unless a separate pay item is provided in the Proposal.
All water lines installed by this contract shall be tested and chlorinated in accordance with
standard City procedures, requirements, and the Standard Specifications.
Contractor shall maintain (i.e. no service interruption in excess of 30 minutes) water
service to each individual customer during the 19 hours between 5:00 A .M . and Midnight
(unless noted otherwise on the plans). Minimum 48-hour notice shall be given by
Contractor to each customer for any scheduled interruption (at any time of day).
Measurement and payment shall be made on the basis of the unit price bid per linear foot
and shall be full compensation for furnishing and installing the pipe, concrete blocking,
trenching, backfill, compaction, materials, equipment, tools, labor and all incidentals
necessary to complete the work.
Pay Item - DUCTILE IRON FITTINGS:
Water' line fittings shall be ductile iron conforming to NCTCOG Item 2.12 and
ANSI/AWWA, C110 (latest revision), standard or short body, for use with Class 150 or
200 PVC Pressure Pipe. All fittings shall have mortar lining with bituminous seal coat as
specified in ANSI/AWWA C 104 (latest revision), and an exterior bituminous coating in
accordance with ASA A21 (outside coating).
Measurement and payment shall be made on the basis of the price bid per ton, at all sizes
as actually furnished and installed for horizontal or vertical fittings (whether they be bell
and spigot, mechanical joint, or standard or short body) and shall be full compensation for
all materials, tools, equipment, labor and incidentals necessary to complete the work.
Pay Item - GATE VALVES:
All gate valves shall conform to NCTCOG Item 2.13 and the AWWA Standard for "Gate
Valves, Resilient-Seated, 3" through 48 ", for Water and Sewage Systems ", ANSI/AWWA,
C509 (latest revision). All gate valves shall be iron body, bronze mounted, wedged disc,
resilient rubber seat, non-rising stem, internal wedging type 200 psi working pressure, U/L
listed and FM approved. Payment for adjustment of valve cover rims to final grade shall
be made separately. Provide valve stem extensions as required to maintain valve stems 18"
minimum below finished grade.
Measurement and payment shall be made on the basis of the unit price bid per each and
shall be full compensation for furnishing and installing the valve, cast iron valve box,
necessary valve stem extensions, concrete support blocking, other materials, equipment
tools, labor and incidentals necessary to complete the work.
Pay Item - FIRE HYDRANT:
Fire hydrants shall be furnished and installed at the locations shown on the Plans. Only
City-approved fire hydrants shall be used. See detail sheets and verify with City prior to
4-18
Description of Pay Items
ordering. Installation shall include fire hydrant and short 6" nipple between the valve and
hydrant.
Measurement and payment shall be made on the basis of the price bid per each for the fire
hydrant assembly, complete in place, and shall be full compensation for all materials,
equipment, tools, labor and incidentals necessary to complete the work. Fittings and the
gate valve required for the assembly shall be paid for separately.
Pay Item - CONNECT TO EXISTING WATER SYSTEM:
This item consists of connecting the proposed 12-inch water line to the existing water
system by means other than the use of tapping sleeves and valves or cut-in gate valves.
The Contractor shall locate the existing water line, make the connection with a sleeve, if
necessary, and provide other fittings, blocking, labor, and incidentals required.
Connections to the existing system related to water line lowering and/or adjustment shall
not be paid for separately but shall be considered incidental to the pay item for the
lowering or adjustment.
Measurement and payment shall be made on the basis of the price bid per each and shall
be considered full compensation for all labor, equipment, cutting of pipe, and incidentals
necessary to complete the work.
Pay Item - TRENCH SAFETY (WATER & UTILITY ADJUSTMENTS):
The Contractor shall provide necessary shoring and/or bracing to adequately provide a safe
trench situation for the water line and utility adjustments construction meeting the
requirements of the United States Department of Labor Occupational Safety and Health
Administration (OSHA). Work shall be performed per NCTCOG Item 1.24.3. The
Contractor shall have a trench safety plan prepared, signed, and sealed by a registered
professional engineer. No separate payment will be made for preparation of this plan.
Measurement and payment for this item shall be made on the basis of the price bid per
lineal foot for all trench depths in excess of five (5') feet and shall be full compensation
for all materials, equipment, tools, labor and other incidentals necessary to complete the
work.
Pay Item - CONCRETE ENCASE EXISTING SANITARY SEWER:
At the location in which the existing sanitary sewer lines cross under proposed RCP storm
drain pipes, concrete encasement may be required to protect the sanitary sewer line.
(NOTE: Concrete encasement will only be utilized if authorized or directed by the
Engineer.)
The Contractor shall be responsible for furnishing all labor and materials to provide a 6"
concrete encasemerit around the sanitary sewer pipe as specified by the Engineer.
Measurement and payment shall be made on the basis of price bid per linear foot of
4-19
Description of Pay Items
encasement, complete in place, and shall be full compensation for all materials, equipment,
tools, labor and incidentals necessary to complete the work.
Pay Item - ADJUST/LOWER EXISTING WATER LINE:
This item consists of adjusting and/or lowering the existing water lines to avoid conflict
with the proposed storm drainage improvements. The work shall include furnishing and
installing the new water pipe, cutting, plugging, removing and/or abandoning the existing
pipe, ductile iron fittings, concrete blocking and connecting to the existing system with
appropriate sleeves and/or fittings. Installation of the new water pipe shall be in
accordance with the City of CoppeWs Standard Specifications and Details.
Measurement and payment shall be made on the basis of the price bid per lump sum and
shall be full compensation for all materials, equipment, tools, labor and incidentals
necessary to complete the work.
Construction and maintaining a temporary pavement repair shall be considered incidental
to this' pay item.
Pay Item - REMOVE/RELOCATE EXISTING FIRE HYDRANT ASSEMBLY:
This item consists of removing and relocating existing fire hydrant assemblies to avoid
conflict with proposed paving or storm drainage improvements. The work shall include
the removal of the fire hydrant, gate valve and other appurtenances as necessary and
relocating the fire hydrant assembly to a location as shown on the plans or as approved by
the Engineer.
Reinstallation of the existing fire hydrant assembly shall be in accordance with the City of
CoppeWs Standard Specifications and Details. If the Engineer deems the condition of
existing fire hydrant and/or gate valve to be non-salvageable, a new fire hydrant and/or
gate valve will be used for the reinstallation and paid for separately under the appropriate
pay items in the proposal.
Measurement and payment shall be made on the basis of the unit price bid per each which
shall be full compensation for all materials (with the exception of new fire hydrant
assemblies of gate valves when deemed necessary by the Engineer), equipment, tools,
labor and incidentals necessary to complete the work.
Pay Item - REPLACE VEHICLE DETECTOR LOOPS:
This item consists of all work and materials required to reinstall the vehicle detector loops
for east-bound traffic on Wrangler Drive at the intersection with Belt Line Road. The
work shall be accomplished in accordance with TxDOT's Standard Specifications for
Construction of Highways, Streets and Bridges - 1993 Item 688 and shall match the
configuration and type of existing lops, unless directed otherwise by the Engineer. The
sealant shall be one-part polyurethane material suitable for concrete pavement in
4-20
Description of Pay Items
accordance with TxDOT Special Specification Item 6003, or as approved by the Engineer.
Measurement and payment shall be made on the basis of the price bid per linear foot and
shall be full compensation for all materials, labor, tools, equipment and incidentals
necessary to complete the work, including removal of existing loops, saw-cutting of
pavement, installation of new siring and tubing, connecting to the existing detector
unit/system and testing."
-END OF SPECIAL REQUIREMENTS-
4-21
Description of Pay Items
SECTION 5
SPECIAL PROJECT DETAILS
5 - 1 Special Project Details
4-'-0" W+2T 4'-0"
T W · T
TOOLED EDGES---~ ~1 BENT BARS~i
; / 4 ~ ~ ! TO0~ rn EDGES
· NSTRUCllON =~,:h ' -C
18" C-C
SECTION "A-A"
N.T.S.
W+ 2T
T W- OPENING
T
tt5 BENT BAR
(TYP. ALL
, ! CORNE~S) ~ TOOLED EDGES
A j ,,:,/~ A
' -
- ,-; -
_:
~ BARS AT 6'
C-C ~CH WAY
INLET SIZE T W
2' SQUARE 7' 2'-0'
4' SQUARE 7' 4'-0'
5' SQUARE 8" 5'-0'
6' SQUARE 9' 6'-0"
NOTES:
1.
2.
PLAN OF TOP SLAB
N .T.S.
MATERIAL/,ND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS Of NCTCOG STANDARD
SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES. MINIMUM CLASS 'A' CONCRETE:. :
LAYERS OF REINFORCING STEEL NEAREST THE INTERIOR AND EXTERIOR SURFACES SHALL RAVE: A COVER OF
2' TO THE CENTER OF BARS, UNLESS OTHERWISE NO'lED. .:
FOR DETAILS OF REINFORCING OF LOWER PORTIONS OF INLET SEE APPROPRIATE SQUARE MANHOLE DLrl''AJLS-
DEPTH OF DROP INL_FT FROM RNISHED GRADE TO FLOW UNE OF INLET IS VARIABLE. APPROXIMATE DE3:>TH
WILL BE SHOWN ON PLANS AT LOCATION OF INLET.
ALL STANDARD DROP INLETS SHALL HAVE ONE OPENING ON EACH SIDE UNLESS OTHERWISE: SHOWN ON pLANS.
DECK MAY BE REINFORCED SAME AS 4' SQUARE MANHOLE.
:
S'T.AI. iIARI) 9="EC!ICATIO~
IblhCeff~lTa=Ca~ldC, o~m'~b :
DROP INLET
2', 4% 5' OR 6' SQUARE
6-1
SECTION 6
ADDENDUMS
Addendums
ADDENDUM NO. 1
PROJECT:
OWNER:
Paving, Drainage and Water Line Improvements for.
WRANGLER DRIVE (Freeport Parkway to Belt Line Road)
Project No. ST 96-01, Bid No. 0398-01
City of Coppell, Texas
CONSULTING ENGINEERS:
Teague Nall and Perkins, Inc.
915 Florence Street
Fort Worth, Texas 76102
(817) 336-5773
DATE OF ADDENDUM:
DATE OF BiD OPENING:
April 22, 1998
Tuesday, April 28, 1998 at 10:00 am
INSTRUCTIONS TO BIDDERS: All bidders shall acknowledge receipt of this Addendum No.
1 by completing and initialing the appropriate space on Page 1-13 of the Bidding Documents.
I. PLAN CLARIFICATION ITEMS:
1. Sheet 1 of 36-
Note No. 2 under the Sheet Index refers to a standard drawing from the NCTCOG
Standard Drawings For Public Works Construction. A copy of this detail is attached and
will be included in the construction documents which are provided to the Conti-actor prior
to construction.
2. Sheet 3 of 36-
Note No. 11 (Phase 1) of the Construction Sequencing Notes should be revised to read as
follows:' :
"All Phase 1 improvements must be completed, accepted by the City and open to traffic'
no later than August 12. 1998."
3. Sheet 4 of 36-
The proposed reinforcement for the concrete pavement on the TYPICAL ROADWAY
SECTION FOR WRANGLER DRIVE should be revised to reflect No. 3 Bars on 24"
Centers Both Ways, instead of 18" centers.
4. Sheet 12 of 36-
The adjustment of the existing gas valve box in the driveway off of Crestside Drive will
be accomplished bv others.
5. Sheet 16 of 36- '
A note should be added to the plans at the Belt Line Road intersection, instructing' the
Contractor to replace the vehicle detector loops for east-bound traffic at this intersection,
upon completion of the new pavement.
6. Sheet 22 of 36-
The note in profile for the inlet lead at Sta. 8+59.0..6 should be revised to reflect a pipe
size of 42" instead of 45".
CONSTRUCTION SPECIFICATIONS/CONTRACT DOCUMENTS CLARIFICATION
ITEMS:
Delete Pay Item No. 11-21 Adjust Existing Gas Valve Box to Grade from Page 1-30
of the Unit Price Bid Schedule in the Bid Form and replace with the following Pay
Item No. II-21 Replace Vehicle Detector Loops. (See the attached revised Page
1-30 of the BID FORM)
Item
No.
II-21
,
Quantity Unit Description and Price in Words Unit
Price '
400 LF Replace Vehicle Detector Loops,
Total
Price
Complete in Place
Dollars
and Cents
per Linear Foot
Replace the original Page 1-30 of the Unit Price Bid Schedule in the BID FORM
with the attached revised Page 1-30.
Revise Paragraph 5.8.2 (e) (2) on Page 2-12 of the SPECIAL PROVISIONS TO
STANDARD SPECIFICATIONS to read as follows:
"(2) Contraction Joints. Delete 'the first sentence of the furst
paragraph and insert the following: Contraction or dummy joints shah be
-2-
sawed to 1-1/4 inches in depth, and 1/4 inch in width, and installed at a
max. imum spacing of 18 linear feet of pavement, and ex-tend through the curb
unless otherwise directed by the Engineer."
Revise the second paragraph in Item 1.25 CONSTRUCTION SEOUENCING: on
Page 3-7 of the SPECIFIC PROJECT REQUIREMENTS to read as follows:
"NOTE: Emphasis is placed on the completion of the Phase 1 improvements,
acceptance of these improvements by the City and opening of Phase 1 of the project
to traffic (from Freeport Parkway to Sta. 17+84), by no later than August 12,
1998. This date is critical in order to facilitate school traffic at the beginning of the
fall semester at the Coppell Middle School West Campus."
Add the following paragraph to the Pay Item for UNCLASSIFIED STREET
EXCAVATION on Page 4-3 of the DESCRIPTION OF PAY ITEMS:
"The work covered in NCTCOG Standard Specification Item 3.7
E~MBANIGMENT shall be included in the work under this pay item for
unclassified excavation as required to place and compact suitable materials
within the street right-of-ways to the llne and grades established on the plans."
Add the following paragraph to the Pay Item for MODULAR CONCRETE-
BLOCK RETAINING WALL on Page 4-6 of the DESCRIPTION OF PAY
ITEMS:
"The Contractor shah submit shop drawings and a manufacturer's approved
design for the proposed modular retaining wall to the Engineer, for approval,
prior to beginning construction."
Replace the Pay Item description for ADJUST EXISTING MANH.OLE, WATER
& GAS VALVE BOX, SANITARY SEWER CLEANOUT, AND FIRE
HYDRANT on Page 4-12 of the DESCRIPTION OF PAY ITEMS in its entirety
With the following paragraph: ~
"ADJUST EXISTING MANHOLE, WATER VALVE BOX, SANITARY'
SEWER CLEANOUT, AND FIRE HYDRANT:
At locations in which street grades are being revised as indicated on the Plans,
it will be necessary to adjust existing utility manhole rims, water valve boxes,
fire hydrants and cleanouts as required. No separate pay is allowed for
damage to utilities due to asphalt removal, additional grading, etc., as may'
occur at time of construction. Cost for repair to such damage shall be
considered incidental to the contract. :'
-3-
Measurement and payment for each item shah be made on the basis of the
price bid per each for the unit adjusted properly to Plan grade."
Add the following Pay Item description for Vehicle Detector Loops to Page 4-20
of the DESCRIPTION OF PAY ITEMS:
"REPLACE VEHICLE DETECTOR LOOPS: .
This items consists of aH work and materials required to relnstaH the vehicle
detector loops for east-bound traffic on Wrangler Drive at the intersection with
Belt Line Road. The work shall be accomplished in accordance vdth TxDOT's
Standard Specifications for Construction of Highways, Streets and Bridges -
1993 Item 688 and shah match the configuration and type of the existing loops,
unless directed otherwise by the Engineer. The sealant shall be a one-part
polyurethane material suitable for concrete pavement in accordance with
Tx.DOT Special Specification Item 6003, oi: as approved by the Engineer.
Measurement and payment shall be made on the basis of the price bid per
linear foot and shah be full compensation for all materials, labor, tools,
equipment and incidentals necessary to complete the work, including removal
of existing loops, saw-cutting of pavement, installation of new wiring and
tubing, connecting to the existing detector unit/system and testing."
a
Teague Nail and Perkins, .
-END OFADDENDUM-
file: Q:Xp roj-rl 4Xcp196164Xc~ocsX,sl~csXa~clend I. wpd
~4-
~,'-0" W+2T 4'--0'
T · W T
TOOLED EDGES --~ /-- J5 BENT BARS
..,_~;_; '. ! TOOLED EDG'r_S~
ER BOTH WAYS
CONSTRUCTION
3'-0' f/4 BARS JOINT AT CORNE~S
18" C-C
SECTION "A-A"
N.T.S.
W+ 2T
:
T w- OPENING T
tf5 BENT BAR
.~__ ~:: COVER ~
x X
' ' '~~ ~ ~~ ~~ INLET SIZE
X: 2' SQU~E7'
~ ~ 4' ~UARE 7'
' 5' S~E 8"
T T 6' sQu~.E 9'
~ ~ BARS AT 6"
C-C ~CH WAY
PLAN OF TOP SLAB
N.T.S.
'W
2'-0"
5'-0'
6'-0'
MATERIAL/JqD WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF NCTCOG STANDARD
SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES. MINIMUM CLASS "A' CONCRETE:.
LAYERS OF REINFORCING STEEL NEAREST THE INTERIOR AND EXTERIOR SURFACES SHALL RAVE A COVER OF
2' TO THE CENTER OF BARS, UNLESS OTHERWISE NOTED. :.
FOR DETAILS OF REINFORCING OF LOWER PORTIONS OF INLET SEE APPROF;RIATE SQUARE MANHOLE DETAIL~
DEPTH OF DROP INLET FROM FINISHED GRADE TO FLOW UNE OF INLET IS VARIABLE. APPROXIMATE DEPTH
WILL BE SHOWN ON PLANS AT LOCATION OF INLET.
ALL STANDARD DROP INLETS SHALL HAVE ONE OPENING ON EACH S~DE UNLESS OTHERWISE SHOWN ON PLANS.
DECK MAY BE REINFORCED SAME AS 4' SQUARE MANHOLE.
IkrlCadnt TmCamddC,,emneb S'TNC, q~ Su~CFt, A3t~N ~
DROP INLET
2', 4-', 5' OR 6' SQUARE
"0~."'%96 r"'~;4~, .o.,
Item
No.
II-21
Quantity
400
Unit
LF
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE / ST 96-01
Description and Price in Words
Replace Vehicle Detector Loops,
Complete in Place
Dollars
and Cents
per Linear Foot
Unit
Price
Total
Price
II-22
II-23
II-24
II-25
145
LS
LS
LS
LF
Reconstruct Existing Berms at
Enterprise Drive,
Complete in Place
Dollars
and Cents
per Lump Sum
Restore Parkways & Yards -
Block Sod (Approx. 9,450 s.y.),
Complete in Place
Dollars
and Cents
per Lump Sum
Restore Parkways & Yards:
Hydromulch (Approx. 4,475 s.y.),
Complete in Place
Dollars
and Cents
per Lump Sum
Thermoplastic 18" St6p Bars
(Type 1),
Complete in Place
Dollars
and Cents
per Linear Foot
I - 30
Bidding Documents
ADDENDUM NO. 2
PROJECT:
Paving, Drainage and Water Line Improvements for '
WRANGLER DRIVE (Freeport Parkway to Belt Line Road)
Project No. ST 96-01, Bid No. 0398-01
OWNER: City of Coppell, Texas
CONSULTING ENGINEERS:
DATE OF ADDENDUM:
Teague Nall and Perkins, Inc.
915 Florence Street
Fort Worth, Texas 76102
(817) 336-5773
April 27, 1998 '.
DATE OF BID OPENING:
Tuesday, April 28, 1998 at 10:00 am
INSTRUCTIONS TO BIDDERS: All bidders shall acknowledge receipt of this Addendum No.
2 by completing and initialing the appropriate space on Page 1-13 of the Bidding Documents.
I. CONSTRUCTION SPECIFICATIONS/CONTRACT DOCUMENTS CLARIFICATION
ITEMS:
The work of constructing the temporary HMAC pavement transition at Sta. 17 +84
upon completion of Phase l(see Sheet No. 3 of 36) will be paid for under the
appropriate pay items in the Unit Price Bid Schedule of the Proposal. :However,
the quantities for this work were inadvertently omitted from the totals shown.
Therefore, the quantities for Pay Items 11-12, 11-13 & 11-14 should be revised as
follows:
Pay Item II-12: 6" Type 'A', Grade 1 Flexible Crushed Stone Base for Driveway
and Pavement Tran-qition-
Revise the quantity from 475 SY to 860 SY on Page 1-28 of the Unit Price Bid
Schedule in the BID FORM.
Pay Item II-13: 2" Type 'B' HMAC for Driveway and Pavement Transition-
Revise the quantity from 475 SY to 860 SY on Page 1-28 of the Unit Price Bid
Schedule in the BID FORM.
Pay Item 11-14: 2" Type 'D' HMAC for Driveway and Pavement Transition-
Revise the quantity from 475 SY to 860 SY on Page 1-28 of the Unit Price Bid
Schedule in the BID FORM.
-1-
Replace the original Page 1-28 of the Unit Price Bid Schedule in the BID FORM
with the attached revised Page 1-28.
Michael A. Jones, P.E.
Teague Nall and Perkins, Inc.
- END OF ADDENDUM -
~l~:Q:xproj-r14xcp196164Mtoc~X.~p~xldena2.vagl
Item
No.
II-11
II-12
II-13
II-14
I1-15
Quantity
1,645
860
860
860
2,445
Unit
SY
SY
SY
SY
SF
UNIT PRICE BID SCHEDULE
WRANGLER DRIVE I ST 96-0'!
Description and Price in Words
6" Reinforced Concrete
Driveways, Driveway Transitions
& Valleys,
Complete in Place
and
per Square Yard
6" Type 'A' Grade 1 Flexible
Crushed Stone Base for Driveway
& Pavement Transition,
Complete in Place
Dollars
Cents
Dollars
Cents
and
per Square Yard
2" Type 'B' HMAC for Driveway
& Pavement Transition,
Complete in Place
Dollars
and Cents
per Square Yard
2" Type 'D' HMAC for Driveway
& Pavement Transition,
Complete in Place
Dollars
and Cents·
per Square Yard
4" Reinforced Concrete Sidewalk
and Barrier-Free Sidewalk Ramps,
Complete in Place
Dollars
and Cents
per Square Foot
Unit
Price
Total
Price
I - 28 Bidding Documents