WA0002-CN040326BID NO. 2004-070-1491
DALLAS COUNTY, TEXAS
DEPARTMENT OF PUBLIC WORKS
COMMUNITY DEVELOPMENT BLOCK GRANT
GRANT NO. B-02-UC-480003
DISTRICT 4
PROGRAM
73156
CONTRACT DOCUMENTS
FOR , ,
CDBG FY 2002 COPPELL FIRE
HYDRANTS & WATER MAINS
IN THE CITY OF COPPELL
LIMITS: IN THE GOLDEN TRIANGLE MOBILE HOME PARK
CONSISTING OF:
INSTALLATION OF 8-IN. AND 6-IN. WATER MAINS, 3 FIRE
HYDRANTS, AND RELATED APPURTENANCES
DALLAS COUNTY PUBLIC WORKS
CDBG FY 2002 COPPE?,?,
FIRE HYDRANTS & WATER MAINS
BID NO. 2004-070-1491
TAB?.w. OF CONTENTS
PROPOSAL DOCUMENTS
NOTICE TO CONTRACTORS
PROPOSAL FORMS
PAYMENT AND PERFORMANCE BONDS
CONTRACT
MINORITY/WOMEN BUSINESS ENTERPRISE SPECIFICATIONS
CONTRACT DOCUMENTS
NOTICE TO CONTRACTORS
GENERAL PROVISIONS AND REGULATIONS
INDEX OF GOVERNING STANDARD SPECIFICATIONS, SPECIAL PROVISIONS
AND SPECIAL SPECIFICATIONS
SPECIAL PROVISIONS TO THE GOVERNING SPECIFICATIONS
SPECIAL SPECIFICATIONS
GENERAL NOTES
PROJECT INFORMATION SIGN SPECIFICATIONS
NOTICE TO CONTRACTORS
DALLAS COUNTY CDBG CONSTRUCTION
Sealed proposals addressed to County Judge and Commissioners Court for construction of the
CDBG (Community Development Block Grant) Program FY 2002 Coppell Fire Hydrants &
Water Mains Project in the City of Coppell, Dallas County, Texas, will be received at the office of
the Dallas County Purchasing Agent at Room 623 Dallas County Records Building, 6th Floor,
509 Main Street, Dallas, Texas, until Two o'clock, P.M., Monday~ April 19~ 2004, and then
publicly opened and read.
DESCRIPTION OF WORK TO BE DONE
Installation of 1,000 I.f. of 8-in. and 40 l.f. of 6-in. water mains, 3 fire hydrants, and related
appurtenances, in Coppell, Dallas County, Texas, for the Golden Triangle Mobile Home
Park. There are 60-calendar days allocated for the total project.
A PRE-BID CONFERENCE will be held on Tuesday, April 13, 2004, at 2:00 PM in the Public
Works Conference Room, 4* Floor, Dallas County Adiminstration Building, 411 Elm Street,
Dallas, Texas.
Detailed plans and specifications of the work may be obtained for a $25.00 NON-REFUNDABLE
FEE at the office of the County of Dallas Director of Public Works at 411 Elm Street, 4th Floor,
Dallas, Texas. Documents may be obtained by mail upon receipt of a separate check in the
additional amount of $10.00, which is NON-REFUNDABLE for postage or handling charges. I__f
the bidder elects to have a courier service pick up plans and contract documents, the
courier MUST provide Dallas County with a contact person, phone number~ and fax
number for the bidder on the bidder's letterhead with the proper mailing address
indicated.
IF YOU ARE A SUB-CONTRACTOR TO THE LOW BIDDER, YOU MUST NOTIFY THE
PUBLIC WORKS OFFICE AT 214-653-7153.
A certified check, cashier's check, or Bidder's Bond for five percent (5%) of the amount of the
bid, made payable without recourse to the order of the County Judge of Dallas County, Texas,
must accompany each proposal, as a guaranty that the bidder, if successful, will enter into a
contract and make bond in accordance with the requirements of the specifications. The fight is
reserved by Dallas County to reject any and all proposals or to waive any irregularities in the bid
proposal when in the best interests of the County.
Proposals shall be submitted in sealed envelopes marked "Bid No. 2004-070-1491 for the
Construction of CDBG FY 2002 Coppell Fire Hydrants & Water Mains Project". All bids
received will be retained by Dallas County and will not be returned to bidders.
GENERAL PROVISIONS AND REGULATIONS
1
CDBG FY 2002 COPPELL
GOLDEN TRI~uNGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
ITEM 1 - DEFINITION OF TERMS
1.1
DEFINITION: Whenever in these Specifications or in
other Contract Documents the following terms or pronouns
in place of them are used, the intent and meaning shall
be interpreted as follows:
1.2
COUNTY: A political subdivision of the State; the
County of Dallas; Party of the First Part to this
agreement; Owner.
1.3
COUNTY CO~4ISSIONERS COURT: The duly elected County
Judge and four County Commissioners; the legally
constituted governing body of the County of Dallas,
Texas.
1.4
ENGINEER: The Director
County, Texas, acting
authorized representatives.
of Public Works of Dallas
directly or through duly
1.5
INSPECTOR: The authorized representative of the
Engineer, assigned to supervise and inspect any or all
parts of the work and the materials to be used therein.
1.6 BIDDER: An individual, firm or corporation or any
combination thereof, submitting a Proposal.
1.7
CONTRACTOR: The individual, firm or corporation or any
combination thereof, Party of the Second Part, with
which the Contract is made by the County of Dallas.
1.8
SUPERINTENDENT: The representative of the Contractor
authorized to receive and fulfill instructions from the
Engineer and who shall supervise and direct the
construction.
1.9
PROPOSAL: The offer of the Bidder, made out on the
prescribed form, giving prices for performing the Work
described in the Plans and Specifications.
1.10
PROPOSAL GUAPJ%NTY: The security designated in the
Proposal and furnished by the Bidder as a guaranty that
the Bidder will enter into a Contract if awarded the
Work.
1.11
PLANS: The Plans, profiles, typical sections, general
cross-sections, working drawings and supplemental
drawings, or reproductions thereof, approved by the
Engineer, which show the location, dimensions and
details of the Work and which are a part of the
Contract.
2
CDBG FY 2002 COPPELL
GOLDEN TRIA2qGLE M.H.
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
1.12
SPECIFICATIONS: The Specifications shall include the
General Conditions and Covenants, herein provided, the
Third Edition, 1998, of the North Central Texas Council
of Governments (NCTCOG) Standard Specifications for
Public Works Construction and the latest edition of the
City of Coppell Standard Construction Details, supported
by the "Special Provisions" and any Supplemental
Agreements necessary for the completion of the Project.
Where the phrases "as directed by the Engineer,"
"ordered by the Engineer," or "to the satisfaction of
the Engineer" occur it is to be understood that the
directions, orders or instructions to which they relate
are within the limitations of, and are authorized by the
Contract.
1.13
CONCRETE PAVEMENT: Where the term "Concrete" is shown,
specified, mentioned or referred to, the meaning shall
be Portland Cement Concrete.
1.14
SPECIAL PROVISIONS: "Special Provisions" are the
specific requirements necessary and pertinent to the
particular project covered by the Contract Documents
wherein the North Central Texas Council of Governments
Standard Specifications are modified and/or supplemented
to more clearly define the project construction
requirements including work performance and quantities
and qualities of material to be furnished. Wherever
there may appear to be a conflict between the
requirements of other sections of the Specifications and
those of the "Special Provisions", the requirements of
the latter shall take precedence and shall govern.
1.15
SUPPLEMENTI%L AGREEMENTS: Written agreements, usually
termed Change Orders or Field Changes, entered into
between the Contractor and Dallas County and approved by
the Surety, covering alterations and changes in Plans
which may be necessary to the proper completion of the
work.
1.16
CONTRACT: The agreement between the County of Dallas
and the Contractor covering the furnishing of materials
and performance of the work. The Contract will include
the Plans, Specifications, Special Provisions, Contract
Bonds and Supplemental Agreements.
1.17
SURETY: The corporate body or bodies bound with and for
the Contractor for the faithful performance of the work
covered by the Contract and for the payment for all
labor and material supplied in the prosecution of the
work.
3
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRA/gTS & WATER MAINS
MARCH 2004
1.18
PERFORMANCE BOND: The security furnished by the
Contractor to guaranty the completion of the work in
accordance with the terms of the Contract.
1.19 PAYMENT BOND: The security furnished by the Contractor
solely for the protection of claimants, as defined by
law, supplying labor and materials for the prosecution
of the work in accordance with the terms of the
Contract.
1.20
1.21
1.22
1.23
1.24
1.25
THE WORK: The work shall include the furnishing of all
labor, materials, equipment and other incidentals
necessary or convenient to the successful completion of
the project and the carrying out of all the duties and
obligations imposed by the Contract.
PROJECT: The specific section of
together with all appurtenances and
performed thereon under the Contract.
the street or road
construction to be
LABORATORY: Amy qualified commercial laboratory which
may be designated or approved by the Engineer.
WORKING DAY: Not applicable.
CA?~NDAR DAY: The Contract provides that calendar days
shall be the measure of construction time. It shall be
accepted that a calendar day is any day of the week or
month; weather, Sundays, and legal holidays as defined
by the Dallas County Commissioners Court are not
excepted.
ABBREVIATIONS: Wherever the abbreviations defined
herein occur on the Plans, in the Specifications,
Contract, Bonds, Advertisements, Proposal or in any
other document or instrument herein contemplated or to
which the Specifications apply or may apply, the intent
and meaning shall be as follows:
AAN
AAR
AASHTO
AITC
ANSI
AP1
AREA
CDBG FY 2002 COPPELL
GOLDEN TRI~dNGLE M.H. PARK FIRE HYDRANTS & WATER PLAINS
American Association of Nurserymen
Association of American Railroads
American Association of State
Highway and Transportation Officials
American Institute of Timber
Construction
American National Standards
Institute
American Petroleum Institute
American Railway Engineering
Association
4
MARCH 2004
ASA
ASTM
AWWA
AWS
AWG
AWPA
AWPB
AWPI
Asph.
ACP
Ave.
Blvd.
C.I.
C.L.
C
C.O.
conc.
cond.
corr.
Cu
C.F. or Cu. Ft.
CFS
C.Y. or Cu. Yd.
culv.
DFPA
DP& L Co.
DWU
Dia
Dr.
Elev
F
Ft or '
Gal
G.I.
GTE
IES
IMSA
I.D.
ITE
Lin
L.F.
LSG Co.
Lb or #
M.H.
Max.
MGD
CDBG FY 2002 COPPELL
GOLDEN TRIA~NGLE M.H.
American Standards Association
American Society of Testing and
Materials
A_merlcan Water Works Association
3American Welding Society
American Wire Gage
American Wood Preservers Association
Amerzcan Wood Preservers Bureau
Amerzcan Wood Preservers Institute
Asphalt or Asphaltic Concrete
Asphaltic Concrete Pavement
Avenue
Boulevard
cast iron
center line
Centigrade (Celsius)
clean-out
concrete (Portland Cement Concrete)
conduit
corrugated
cubic
Cubic Feet
Cubic Feet per Second
cubic Yard
culvert
Douglas Fir Plywood Association
Dallas Power & Light Co.
Dallas Water Utilities
Diameter
Driveway
Elevation
Fahrenheit
Federal Emergency Management Agency
Foot or Feet
Gallon
Galvanized Iron
General Telephone and Electronics
Illuminating Engineering Society
International Municipal Signal
Association
Inch or Inches
Inside Diameter
Institute of Transportation
Engineers
linear
Linear Feet
Lone Star Gas Co.
Pound
Manhole
Maximum
Million Gallons per Day
5
PARK FIRE HYDR/~NTS & WATER ~INS
MARCH 2004
Mono.
NBFU
NEC
NEMA
NFPA
NIST
No. or #
O.D.
OS~
%
PPP
psi
R
P~AP
Reinf.
Rem.
Rep.
R/W or R.O.W.
Sani.
SFPA
SPIB
SWBT
Sq
S.F. or Sq.
S.Y. or Sq.
Std.
St.
Str.
SWPPP
TNRCC
TP& L Co.
TU Elec
TxDOT
UL
Vol.
WUT Co.
WW
WWPA
Yd
Ft.
Yd.
Monolithic
National Board of Fire Underwriters
National Electrical Code (Published
by NBFU)
National Electrical Manufacturers
Association
National Forest Products Association
National Institute of Standards and
Technology
Number
Outside Diameter
Occupational Safety and Health
Administration
Percent
Pollution Prevention Plan
Pounds per square inch
Radius
Reclaimed Asphalt Pavement
Reinforced
Remove
Replace
Right-of-Way
Sanitary
Southern Forest Products Association
Southern Pine Inspection Bureau
Southwestern Bell Telephone Co.
Square
Square Feet
Square Yard
Standard
Street or storm
Street or Strength
Storm Water Pollution Prevention
Plan
Texas Natural Resources Conservation
Commission
Texas Power and Light Company
Texas Utilities Electric Company
Texas Department of Transportation
Underwriters Laboratory, Inc.
Volume
Western Union Telegraph Company
Waste water
Western Wood Products Association
Yard
1.26 BRIDGES: Not applicable.
1.27 CERTIFICATE OF INSUPJ%NCE Dallas County approved form
covering insurance requirements stated in the contract.
1.28 CONSTRUCTION BULLETIN C-5 Not applicable.
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H.
6
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
1.29 CONSTRUCTION BULLETIN C-6 Not applicable.
1.30 CONSTRUCTION BULLETIN C-8 Not applicable.
1.31 CONSTRUCTION BULLETIN C-9 Not applicable.
1.32 CONSTRUCTION B~J.RTIN C-11
followed in the design and
concrete.
Manual of procedures to be
control of portland cement
1.33 CONSTRUCTION BULLETIN C-14 Manual
followed in the design and control
paving mixtures.
of procedures to be
of asphaltic concrete
1.34 CULVERT Not applicable.
1.35 DEPARTMENT The Texas Department of Transportation
(TxDOT).
1.36 DEPARTMENTAL MATERIAL SPECIFICATIONS Specifications for
various materials published by the Division of Materials
and Tests.
1.37
1.38
HAZARDOUS MATERIALS/WASTE Hazardous materials/waste
include, but are not limited to, such materials as:
explosives, compressed gas, flammable liquids, flammable
solids, combustible liquids, oxidizers, poisons,
radioactive materials, corrosives, etiologic agents and
other material classified as hazardous by 40CFR261, or
applicable state and federal regulations.
INTERSECTION The area embraced within the prolongation
or connection of the lateral curb lines, or, if none,
then the lateral boundary lines of the roadways, of two
highways which join one another at, or approximately at,
right angles; or the area within which vehicles
traveling upon different highways joining at any other
angle may come in conflict.
1.39 ISLAND An area within a roadway for which vehicular
traffic is intended to be excluded, together with any
area at the approach thereto occupied by protective
deflecting or warning devices.
1.40 MANUAL OF TESTING PROCEDURES As referenced in the Third
Edition, 1998, of the North Central Texas Council of
Governments (NCTCOG) Standard Specifications for Public
Works Construction and the latest edition of the City of
Coppell Standard Construction Details.
1.41 MATERIALS Definitions of materials and material
properties are as found in Test Method Tex-100-#, Part
I.
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
1.42 MEDIAN The portion of a divided highway separating the
traffic lane(s) in opposite directions.
1.43 OSHA Occupational Safety and Health Administration
1.44 PAVEMENT That part of the roadway having a constructed
surface for the facilitation of vehicular traffic.
1.45
POWER OF ATTORNEY FOR SURETY BONDS An instrument under
corporate seal which appoints an attorney-in-fact to act
in behalf of a Surety Company in signing bonds.
1.46 RAMP Not applicable.
1.50
REGISTERED PROFESSIONAL ENGINEER A person who has been
duly licensed and registered by the Texas State Board of
Registration for Professional Engineers to engage in the
practice of engineering in this state.
1.51 RENTAL RATE BLUE BOOK FOR CONSTRUCTION EQUIPMENT
Equipment rental rates published by Dataquest (also
known as the Rental Rate Blue Book or the Blue Book.)
1.52 RIGHT OF WAY The land provided for a highway.
1.53
ROADBED The graded portion of a highway which is
prepared as foundation for the pavement structure and
shoulders. On divided highways, the depressed median
type and the raised median type highways will be
considered to have two roadbeds. Highways with a
continuous two-way left turn lane will be considered to
have one roadbed.
1.54 ROADWAY The portion of the highway within the limits of
construction.
1.55 SCREENS AND SIEVES As defined by the ASTM.
1.56
SHOULDER That portion of the roadway contiguous with
the traffic lane(s) for accommodation of stopped
vehicles for emergency use and/or for lateral support of
base and surface courses.
1.57
SPECIAL SPECIFICATIONS Supplemental Specifications
applicable to the individual project, not covered by the
Standard Specifications.
1.58
SPECIFICATIONS The directions, provisions and
requirements referenced or contained herein or in
special specifications, supplemented by such special
provisions as may be issued or made pertaining to the
method and manner of performing the work or to
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H.
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
1.59
1.60
1.61
1.62
1.63
1.64
quantities and qualities of materials to be furnished
under the contract. Where the phrases such as "or
directed by the Engineer", "or as approved by the
Engineer" or "or to the satisfaction of the Engineer"
occur, it is to be understood that the directions,
orders or instruction to which they relate are within
the limitations of and authorized by the contract.
Special provisions and special specifications will cover
work pertaining to a particular project and included in
the proposal but not covered by the Standard
Specifications. Where reference is made to Departmental
material specifications, specifications of ASTM, AASHTO
or Bulletins and Manuals of the Department, it shall be
construed to mean the latest standard or tentative
standard in effect on the date of the proposal.
Incorporation of subsequent changes to the above
documents will be considered by the Engineer in
accordance with Item 4, "Scope of Work", as appropriate.
STATE The State of Texas.
SUBGRA/~E That portion of the roadbed upon which the
subbase, base or pavement structure is to be placed.
SUBSTRUCTUT{E That part of the structure below the
bridge seats or below the springing lines of arches.
Parapets, backwalls and wingwalls of abutments shall be
considered as parts of the substructure.
SUPERSTRUCTURE Not applicable.
TEMPORARY STRUCTURES Not applicable.
TI~JTCD Most current version of the Texas Manual on
Uniform Traffic Control Devices for Streets and
Highways.
1.65 TRAFFIC LANE The strip of roadway intended to
accommodate the forward movement of a single line of
vehicles.
1.66
TRAVELED WAY The portion of the roadway for the
movement of vehicles, exclusive of shoulders and
auxiliary lanes.
ITEM 2 - INSTRUCTIONS TO BIDDERS
2.1
PROPOSAL FORM: Upon request, bidders will be furnished
a Proposal form by the Department of Public Works which
will state the location and description of the proposed
Work and an itemized list of the items of Work to be
9
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
done, or materials to be furnished, upon which bid
prices are asked. The Proposal form will provide the
time within which the Work is to be completed, the
amount of Proposal guaranty, and such information as to
ability, skill and business standing as may be
necessary. The Specifications and "Special Provisions"
may be bound with the Proposal form or in a separate
binder.
2.2
QUA/~TITIES IN PROPOSAL FORM: The quantities of Work or
materials as set forth in the Proposal form or on the
Plans are a calculated approximation and are for the
purpose of comparing the bids on a uniform basis.
Payment will be made by the County to the Contractor
only for the actual quantities of Work performed or
materials furnished in accordance with the Contract and
Item 4, "Scope of Work" and Item 9, "Measurement and
Payment." The quantity of Work to be done and materials
to be furnished may be increased or decreased as
hereinafter provided.
2.3
EXAMINATION OF PLANS, SPECIFICATIONS ~ SITE OR WORK:
Bidders are advised that the Plans, Specifications and
other documents on file in the Dallas County Department
of Public Works shall constitute all the information
which the County will furnish. Bidders are required,
prior to submitting any Proposal, to read the
Specifications, Proposal, Contract and Bond forms
carefully, to visit the site of the Work, to examine
carefully local conditions, to inform themselves by
their independent research, tests and investigations of
the difficulties to be encountered and judge for
themselves of the accessibility of the Work and all
attending circumstances affecting the cost of doing the
Work or time required to make an intelligent Proposal.
No information given by the County or any official
thereof, other than that shown on the Plans and
contained in the Specifications, Proposal and other
documents, shall be binding upon the County. Bidders
shall rely exclusively on their own estimates,
investigations, tests and other data which are necessary
for full and complete information upon which the
Proposal may be based. Amy Bidder by the filing of his
Proposal represents and warrants that he/she has
prepared his/her bid in accordance with the
Specifications, with full knowledge and understanding of
the terms and provisions thereof; that he/she has
reviewed, studied and examined the bid prior to the
signing and filing of same, and that he/she was
cognizant of the terms of his Proposal, verified his
calculations and found them to be correct and agrees to
be bound thereby.
10
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
2.4
Bidders are hereby further advised to visit the site of
Work and to carefully examine conditions, particularly
with respect to utility installations, that may affect
their scheduling, administering, progress and/or cost of
doing the Work. Bidders are further advised that
failure on the part of any utility (public or
franchised), after issuance of a work order (Article
3.7) at a time mutually agreed to by the Engineer and
Contractor, to adjust and/or relocate, in a timely
manner, a utility installation (surface or sub-surface)
that is obstructing proposed construction under this
Contract, shall not be considered sufficient basis for a
claim for adjustment in the unit prices or Contract
amount in any manner whatsoever, except under the
conditions of Item 5, paragraph 5.3, when changes in
lines or grades, as authorized by the Engineer, requires
extra work.
Time charges may be suspended, when in the opinion of
the Engineer, such utility obstructions will delay the
satisfactory execution and completion of the Work as
anticipated by the approved schedule of work submitted
by the Contractor.
PREP~RATION OF PROPOSAJu: The Bidder shall submit
his/her Proposal on the forms furnished by the Dallas
County Department of Public Works. Ail blank spaces in
the form shall be correctly filled in and the Bidder
shall state the prices, both in words and numerals for
which he/she proposes to do the contemplated work or
furnishing the required material. The bidder shall
submit a unit price for each item for which a bid is
requested (including a zero if appropriate.) The prices
shall be written in ink, distinctly and legibly. In
cases of discrepancy between the price written in words
and the price written in figures, the price written in
words shall govern. If the Proposal is submitted by an
individual, his name must be signed by him/her or
his/her duly authorized agent. If the Proposal is
submitted by a partnership or joint venture, the name
and address of each member must be given and the
Proposal signed by a member of the partnership or joint
venture, duly authorized. If the Proposal is submitted
by a corporation, the corporate name and business
address must be given and the Proposal signed by an
official or duly authorized agent. Powers of Attorney
or Corporate Resolutions, authorizing signatory to bind
the bidding entity, must be properly certified in
writing and submitted with the Proposal. The entire
Proposal must be executed in ink. It is understood and
agreed that the Proposal may not be withdrawn after the
bids have been opened.
i1
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
2004
2.5
PROPOSAL GUARANTY: No Proposal will be considered
unless it is accompanied by a Certified or Cashier's
Check on any State or National Bank in Dallas County or
an acceptable Bidder's Bond, in the amount of not less
than five (5) per cent of the total amount of the bid
and payable unconditionally to County Judge, Dallas
County, Texas. The Proposal guaranty is required by
Dallas County as evidence of good faith and as a
guaranty that if awarded the Contract, Bidder will
execute the Contract, furnish the required Bonds within
ten days after the award of said Contract or pay the
damages as set forth in Article 3.6 hereof. Said
Bidder's Bond shall not be withdrawn after the opening
of the bids. Checks and Bonds of unsuccessful bidders
will be returned to them by the County Commissioners
Court or the Director of Public Works as soon as
possible after all Proposals have been checked. In
event the successful Bidder fails or refuses to execute
the Contract in accordance with his Proposal, he and the
surety shall become liable to the County of Dallas for
the amount of the Bidder's Bond and the defaulting
Contractor, in addition thereto, shall be liable for
further damages as set forth in Article 3.6 hereof. In
each Bidder's Bond submitted the surety thereon shall
designate an agent resident in Dallas County, Texas, to
whom requisite notices may be delivered and upon whom
service of process may be had should it become
necessary. Certified or Cashier's Checks shall receive
the same consideration as Bidder's Bond under conditions
as outlined above.
2.6
FILING OF PROPOSALS: No Proposal will be considered
unless it is filed with the County Purchasing Department
at its office located at Room 623 Records Building, 509
Main Street, Dallas, Texas, 75202, within the time limit
for receiving proposals as stated in the Advertisement.
Each Proposal shall be in a sealed envelope, plainly
marked with the word "Proposal" and the name or
description of the project as designated in the
Advertisement.
2.7
WITHDRAWING PROPOSAL: Proposals filed with the County
Purchasing Department cannot be withdrawn or modified
prior to the time set for opening proposal. Request for
non-consideration of a proposal must be made in writing,
addressed to the County Commissioners Court and filed
with the County Purchasing Department prior to the time
set for opening proposals. After other proposals are
opened and publicly read, the Proposal for which
non-consideration is properly requested may be returned
unopened. No Proposal may be withdrawn after the bids
have been opened and each Bidder, in submitting a
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H.
12
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
2.8
2.9
2.10
Proposal, warrants and guarantees that his bid has been
carefully reviewed and checked and that it is in all
things true, accurate and free of mistakes and that it
will not be and cannot be withdrawn because of any
mistakes committed by him.
OPENING OF PROPOSALS: Proposals will be publicly opened
and read aloud at the time and place indicated in the
Advertisement. Bidders or their authorized
representatives are invited to be present.
IRREGULAR PROPOSALS: Proposals will be considered
irregular if they show any omissions, alteration of
form, additions, conditions not called for, unauthorized
alternate bids or irregularities of any kind. However,
the Commissioners Court reserves the right to waive any
irregularity and to make the award in the best interest
of the County.
REJECTION OF PROPOSALS: The Commissioners Court
reserves the right to reject any or all of the proposals
submitted. Proposals may be rejected if they show any
alteration of words or figures, additions not called
for, conditional or uncalled for alternate bids,
incomplete bids, any alteration of words or figures or
erasures not initialed by the person or persons signing
the proposal or irregularities of any kind. The
following specific reasons may be cause for rejection:
(a)
(b)
(c)
(d)
(e)
The proposal certification is not signed.
Proposal guaranty is not a Cashier's Check or Bank
Money Order on a State or National Bank Association
payable to the order of the County Judge.
Proposal guaranty is less
prescribed by the proposal.
than the amount
Proposal is submitted by an unqualified bidder.
The proposal submitted has too few or too many bid
items due to bidder not submitting latest revised
version of the proposal as amended by addendum.
(f)
Proposal received after the time limit for
receiving proposals as stated in the Advertisement.
(g) Unbalanced value of any bid item.
Any proposal found to be non-responsive for one or more
of the above deficiencies, after having been read, will
be tabulated as Non-responsive.
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H.
13
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
2.11
Any proposal found to be missing a unit price for one or
more of the required bid items, after having been read,
will be tabulated as Incomplete.
DISQUALIFICATION OF BIDDERS:
disqualified and their proposals not
of the following specific reasons:
Bidders may be
considered for any
{a) Reason for believing collusion exists among the
bidders.
(b)
Reasonable grounds for believing that any Bidder is
interested in more than one proposal for the Work
contemplated.
(c) The Bidder having an interest in any litigation
against Dallas County.
(d) The Bidder being in arrears on any existing
Contract or having defaulted on a previous
Contract.
(e) Lack of competency as revealed by the financial
statement, experience record, equipment statement,
questionnaires, etc.
(f)
Uncompleted work which in the judgment of
Commissioners Court will prevent or hinder the
prompt completion of additional work if awarded.
(g) Obviously unbalanced unit bid price or prices.
ITEM 3 - A~RD A~D EXECUTION OF CONTRACT:
3.1
3.2
CONSIDERATION OF BIDS: For the purpose of award, after
the proposals are opened and read, the correct summation
of the products of the approximate quantities shown in
the Proposal by the unit bid prices will be considered
the amount of the bid. The amounts will then be
compared and the results of such comparison will be made
available to the public. Until the final award of the
Contract, however, the right will be reserved to reject
any or all proposals and to waive technical errors as
may be deemed best for the interests of Dallas, County.
AWARD OF CONTRACT: The award of the Contract, if it be
awarded, will be to the lowest responsible Bidder whose
Proposal shall comply with the requirements necessary to
render it formal. The award, if made, will be within
thirty (30) days after the opening of the proposals but
in no case will an award be made until all necessary
14
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
3.3
3.4
investigations are made as to the responsibility of the
Bidder to whom it is proposed to award the Contract.
RETURN OF PROPOSAL GUARANTY: As soon as all proposals
have been tabulated the ~roposal guaranties will be
returned to those Bidders whom, in the opinion of the
Commissioners Court and the Director of Public Works,
would not be considered in the award of the Contract.
The Proposal guaranty for the two lowest and/or best
proposals will be retained by the Commissioners Court
until the required Bonds have been furnished and the
Contract executed, following which these guaranties will
be returned. In no event will Proposal guaranties be
returned until at lease five days shall have elapsed
from the time of opening proposals.
SURETY BONDS AND INSURANCE: Upon execution of the
Contract the Contractor shall furnish and file with the
Commissioners Court Surety Bonds in the amounts herein
provided, in accordance with the provisions of Article
5160, Revised Civil Statutes of the State of Texas, as
amended by Acts of the Regular Session of the
Legislature, 1959, and Workmen's Compensation Insurance
and Public Liability and Property Damage Insurance in
the amounts herein required unless otherwise provided in
the "Special Provisions".
(a) Performance Bond: A good and sufficient Bond in an
amount equal to 100 percent of the approximate
total amount of the Contract, as evidenced by the
Proposal tabulation, or otherwise guaranteeing the
full and faithful execution of the Work and
performance of the Contract in accordance with the
Plans, Specifications and Contract Documents,
including any extensions thereof, for the
protection of Dallas County. This Bond shall
provide for the repair, and for maintenance
attendant thereto, of all defects due to faulty
materials, workmanship, defects, and failures that
may appear within a period of one year from the
date of completion and acceptance of the Work by
the Commissioners Court, or such other period of
time as may be designated by the "Special
Provisions".
(b)
CDBG FY 2002 COPPELL
GOLDEN TRIA~NGLE M.H.
Payraent Bond: A good and sufficient Bond in an
amount to equal to 100 percent of the approximate
total amount of the Contract, as evidenced by the
Proposal tabulation, or otherwise guaranteeing the
full and proper protection of all claimants
supplying labor and materials in the prosecution of
the Work provided for in said Contract and for the
15
MARCH 2004
PARK FIRE HYDRANTS & WATER MAINS
use of each such claimant.
(c)
Compensation Insurance: The Contractor shall
provide and maintain during the life of this
Contract Workmen's Compensation Insurance for all
of his/her employees at the site of the project and
in case any Work is sublet shall require the
sub-contractors similarly to provide Workmen's
Compensation Insurance for all of the latter's
employees unless such employees are afforded
protection by the Contractor. In case any class of
employees engaged in hazardous work under this
Contract at the site of the project is not
protected under the Workmen's Compensation statute,
the Contractor shall provide and shall cause each
sub-contractor to provide adequate and suitable
insurance for the protection of his/her employees
not otherwise protected.
(d)
Public Liability and Property Damage Insurance:
The Contractor shall take out and maintain during
the life of this Contract such Public Liability and
Property Damage Insurance as shall protect him and
any sub-contractor performing Work covered by this
Contract, from claims for damages for personal
injury, including accidental death, as well as
claims for property damages which may arise from
operations under this Contract, including blasting
when done on or in connection with the Work of the
Project, whether such operations be by himself or
by any sub-contractor or by any one directly or
indirectly employed by either of them. The amounts
of such insurance, unless otherwise provided in the
"Special Provisions", shall be as follows:
Public Liability Insurance in an amount of not
less than one hundred thousand dollars
($100,000) for injuries, including accidental
death, to any one person, and subject to the
same limit for each person in an amount not
less than three hundred thousand dollars
($300,000) on account of one accident; and
Property Damage Insurance in an amount of not
less than one hundred thousand dollars
($100,000) for one accident and a total of
three hundred thousand dollars ($300,000) in
aggregate for the project.
(e) SUltETIES: No sureties will be accepted by the
Commissioners Court who are now in default or
delinquent on any bonds or who are interested in
any litigation against the County of Dallas. Ail
CDBG FY 2002 COPPELL
16
MA/RC H 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
Bonds shall be made on forms furnished by the
County of Dallas and shall be executed by not less
than one corporate surety authorized to do business
in the State of Texas and acceptable to the
Commissioners Court. Each Bond shall be executed
by the Contractor and the surety. Each surety
shall designate an agent resident in Dallas County,
Texas, to whom any requisite notices may be
delivered and on whom service of process may be had
in matters arising out of such suretyship.
3.5
EXECUTION OF CONTRACT: The person or persons,
partnership, company, ~irm, association or corporation
to whom a Contract is awarded shall within
seven{7)calendar days after such award sign the required
contractual agreements and file the necessary Bonds and
insurance policies. The Contract shall become effective
when signed by the Director of Public Works, indicating
investigation of responsibility is satisfactory, Article
3.2 hereof, and the County Judge and County
Commissioners.
3.6
FAILURE TO EXECUTE CONTRACT: The failure of the Bidder
to execute the Contract, as hereinabove provided, within
the prescribed seven(7)calendar days after the award of
Contract, shall constitute a breach of his Proposal and
the County may annul the award and apply the provisions
of Article 2.5 as liquidated damages and as a penalty
together with any additional expense incurred by the
County in executing a contract for this Work. The
County Commissioners Court, at its option, may either
accept the bid of the second lowest or best bid, as
provided in Article 3.3 hereof, or may re-advertise for
bids. In event of re-advertisement, the defaulting
Contractor shall not be eligible to bid again and the
lowest responsible bid obtained in the re-advertisement
shall be the bid referred to herein.
3.7
WORK ORDER: The Engineer shall issue written orders to
the Contractor within seven (7)calendar days after the
execution of the Contract to commence Work, except that
if unforeseen circumstances (including, but not limited
to ROW or utilities) are not sufficiently clear, the
work order may be delayed by mutual consent of the
parties of the Contract.
As required by Article 2.3, bidders are to have visited
the site of Work and carefully examined conditions,
particularly with respect to utility installations that
may affect their scheduling, administering, progress
and/or cost of doing the Work. Failure on the part of
any utility (public or franchised), after issuance of a
17
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H.
work order in accordance with this Article at a time
mutually agreed to by the Engineer and Contractor, to
adjust and/or relocate, in a timely manner, utility
installation (surface or subsurface) that is obstructing
proposed construction under this Contract, shall not be
considered sufficient basis for a claim for adjustment
in the unit prices or Contract amount in any manner
whatsoever, except under the conditions of Item 5,
paragraph 5.3, when changes in lines or grades, as
authorized by the Engineer, requires extra Work. These
requirements are no way intended to deny the Bidder
remedies at law as may be otherwise available from
others directly affecting the work progress.
Time charges may be suspended, when in the opinion of
the Engineer, such utility obstructions will delay the
satisfactory execution and completion of the Work as
anticipated by the approved schedule of Work submitted
by the Contractor, except that such suspension shall not
be authorized on calendar day contracts with early
completion incentive payments.
ITEM 4 - SCOPE OF WORK:
4.1
INTENT OF PLAlqS A/qD SPECIFICATIONS: The intent of the
Plans and Specifications is to describe a completed Work
to be performed by the Contractor. Unless otherwise
provided, it is also the intent of the Plans and
Specifications that the Contractor shall furnish all
materials, supplies, tools, equipment, machinery, labor,
and supervision necessary for the proper prosecution and
completion of the Work in full compliance with the
Proposal, Plans, and Specifications and other Contract
Documents.
4.2
4.3
4.4
"OR EQUAL" CLAUSE: Whenever a material or article
required is specified or shown on the Plans, by using
the name of a proprietary product or of a particular
manufacturer or vendor, any material or article which
will perform adequately the duties imposed by the
general design will be considered equal and
satisfactory, provided the material or article so
proposed is of equal substance and function and is
approved in writing by the Engineer.
SPECIA~L PROVISIONS: When "Special Provisions" are
included in the Contract Documents, the conditions
provided in Article 1.14 hereof shall govern.
INCREASED OR DECREASED QUANTITIES OF WORK: The County
of Dallas reserves the right to make changes in the
18
CDBG FY 2002 COPPELL
GOLDEN TRIf~NGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
4.5
4.6
quantities of the Work, as may be considered necessary
or desirable, and such changes shall not be considered
as waiving or invalidating any conditions or provisions
of the Contract or Bond nor release the surety, and the
contractor agrees to perform the work as altered. The
Contractor shall perform the Work as altered, whether
increased or decreased, and no allowance will be made
for anticipated profits. Payment to the Contractor for
the Contract items will be made for the actual
quantities of Work performed and material furnished at
the unit prices set forth in the Contract except as
provided below which shall apply to major items of the
Contract only. A major item shall be those items that
amount to five percent or more of the original Contract.
When the quantity of Work to be done or of materials to
be furnished under a major item of the Contract is more
that 125% of the quantity stated in the Contract, either
party to the Contract, upon demand, shall be entitled to
negotiate for revised consideration of that portion of
the Work above 125% of the quantity stated in the
Contract.
When the quantity of Work to be done or of materials to
be furnished under a major item of the Contract is less
that 75% of the quantity stated in the Contract, either
party to the Contract, upon demand, shall be entitled to
negotiate for revised consideration on the Work
performed.
Amy revised consideration will be paid for as is
hereinafter provided.
ALTERATION OF PLANS AND SPECIFICATIONS: The County of
Dallas reserves the right to make such changes in the
Plans and Specifications and in the character of the
Work as may be necessary or desirable to insure
completion of the Work in the most satisfactory manner,
provided such changes do not materially alter the
original Plans and Specifications or change the general
nature of the Work as a whole. Such changes shall not
be considered as waiving or invalidating any condition
or provision of the Contract or Bond.
EXTRA WORK: When any Work is necessary to the proper
completion of the project for which no prices are
provided in the proposal and Contract, the Contractor
shall do such Work when ordered in writing by the
Engineer to do so. Payment for extra Work will be made
as hereinafter provided.
19
CDBG FY 2002 COPPELL
GOLDEN TRIA/~GLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
4.7
CLAIMS AND DISPUTES: In the event that the Contractor
requests additional compensation for work not clearly
covered in the contract or for changed conditions, the
Contractor shall notify the Engineer in writing of
his/her intention to make a claim for additional
compensation before beginning such work, once he/her has
knowledge, or during the initial stages of such work.
/An assessment of costs of damages is not required to be
a part of this notice but is desirable. If such notice
is not given and the Engineer is not provided an
opportunity to keep an accurate account of the actual
cost of the work in question, then the Contractor waives
his/her right to file a claim for such work, unless the
circumstances are such that the Contractor could not
reasonably have knowledge of the additional cost prior
to the performance of the work. Notice of claim by the
Contractor and the documentation of the cost of the work
by the Engineer shall not be construed as proof or
substantiation of the validity of said claim. Every
effort will be made to resolve this dispute at the
project level and develop a supplemental agreement or
change order to the contract; however, in the event that
it is not resolved, the Contractor may file a formal
claim with the Engineer to be forwarded to the proper
officials in accordance with the County's Administrative
Procedures.
4.8 REMOVAL ~ DISPOSA~L OF STRUCTURES AND OBSTRUCTIONS:
Unless otherwise provided in the "Special Provisions",
all fences, buildings and structures of any character
not necessary to the construction of the Work or other
obstructions upon or within the limits of the right of
way shall be removed by the Contractor and disposed of
as directed. The removal and disposal of such
structures and obstructions shall be performed by the
Contractor at his own expense and shall be considered
incidental to other items of the Contract. Provided,
however, that all utility lines along and across the
right of way shall be protected by the Contractor. The
respective owners of any utility line in conflict with
the Work herein provided shall remove and/or adjust such
line at no cost to the Contractor.
4.9
FINAL CLEANUP: Upon the completion of the Work and
before acceptance and final payment will be made, the
Contractor shall clean and remove from the site of the
Work all surplus and discarded materials, temporary
structures and debris of every kind. He shall leave the
site of the Work in neat and orderly condition equal to
that which originally existed. Surplus and waste
materials removed from the site of the Work shall be
disposed of at locations satisfactory to the Engineer.
20
CDBG FY 2002 COPPELL FDARCH 2004
GOLDEN TRIA2gGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
On selected projects, one or more of the Dallas
County Commissioners Road and Bridge District Forces may
be performing work within the limits of the project.
Where such district forces are performing work, the
Contractor and the Coramissioners District Forces shall
each be responsible for cleanup, removal of surplus
construction and discarded materials, existing pipes or
structures removed, and debris of every kind resulting
from their portion of the work. Neither party shall
leave for, nor expect the other to perform cleanup work
resulting from his/her own construction operations.
Materials and construction debris shall be handled in
such a manner as to not be a hardship or detriment to
the work of the other forces involved in this project.
5.2
ITEM 5 - CONTROL OF THE WORK
5.1 AUTHORITY OF THE ENGINEER: All Work shall be performed
under the supervision of the Engineer, in a workmanlike
manner, to the Engineer's satisfaction and in accordance
with the Contract, Plans and Specifications. He shall
decide all questions which may arise as to the quality
and acceptability of materials furnished, Work
performed, manner of performance, rate of progress of
the Work, sequence of the construction, interpretation
of the Plans and Specifications, acceptable fulfillment
of the Contract, compensation, mutual rights between
Contractors under these Specifications and suspension of
the Work performed. He shall determine the amount and
quality of Work performed and materials furnished. His
decisions shall be final and he will have executive
authority to enforce and make effective such decisions
and orders as the Contractor fails to carry out
promptly.
CONFORMITY WITH PLANS: The finished surface in all
cases shall be in reasonable conformity with lines,
grades, cross-sections and dimensions as shown on the
Plans as determined by the Engineer. Such deviations
from the Plans and approved working drawings as may be
required will in all cases be determined by the Engineer
and authorized in writing.
In the event the Engineer finds that the work performed
or the materials used are not within reasonably close
conformity with the plans, specifications and special
provisions, the affected material or product shall be
removed and replaced or otherwise satisfactorily
corrected by and at the expense of the Contractor.
21
CDBG FY 2002 COPPELL
GOLDEN TRITkNGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
5.3 EXISTING STRUCTURES: The Plans show the locations of
all known surface and subsurface structures. However,
the location of many gas mains, water mains, conduits,
sewers, etc., is unknown, and the County assu~es no
responsibility for failure to show any or all of these
structures on the Plans or to show them in their exact
location. It is mutually agreed that such failure will
not be considered sufficient basis for claim for
additional compensation for extra Work or for increasing
the pay quantities in any manner whatsoever unless the
obstruction encountered is such as to necessitate
changes in the lines or grades or requires the building
of special work. When this occurs the provisions in
these Specifications for payment of extra work will
apply.
As required by Articles 2.3 and 3.7, bidders acknowledge
that they have visited the site of Work and carefully
examined conditions, particularly with respect to
utility installations that may affect their scheduling,
administering, progress and/or cost of doing the Work.
5.4 CO-ORDINATION OF PLANS, SPECIFICATIONS AND SPECIAJu
PROVISIONS: The Specifications, the accompanying Plans,
Special Provisions, and Supplemental Agreements, are
essential parts of the Contract and a requirement
occurring in one is as binding as though occurring in
all. They are intended to be co-operative and to
describe and provide for a complete Work. In cases of
disagreement, figured dimensions shall govern over
scaled dimensions, Plans shall govern over
Specifications and Special Provisions shall govern over
both Specifications and Plans.
CO-OPERATION OF CONTRACTOR: The Contractor will be
supplied with four copies of the Plans, Specifications
and Special Provisions and shall have available to the
Work at all times one copy of each. He shall give the
Work his constant attention to facilitate the progress
thereof and shall co-operate with the Engineer, his
inspector and other Contractors in every way possible.
The Contractor shall provide a competent superintendent
employed by the firm on the Work at all times who is
fully authorized to act as his agent on the Work. Such
superintendent shall be cooperative, responsible and
competent and capable of reading and understanding the
Plans and Specifications and shall receive and fulfill
instructions from the Engineer and his/her authorized
representatives. The Contractor shall provide all
facilities to enable the Engineer and his/her inspectors
to observe the workmanship and materials entering into
the Work.
5.5
22
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRA2NTS & WATER MAINS
MARCH 2004
5.6
The Superintendent will be available at all times. In
the event a competent superintendent is not available,
the Engineer may suspend work until one is available.
CONSTRUCTION STA/(ES: It shall be the responsibility of
the Contractor to construct the Work to the position and
elevations as set out on the Plans and approved changes.
The Engineer will furnish the Contractor control points
at intervals not to exceed 500' and near each major
structure and at alignment changes throughout the
project for determining lines and grades.
From the control points established by the Engineer, the
Contractor shall establish and be responsible for the
correctness of alignment, elevation and position of all
construction required by the contract. As a minimum,
construction stakes shall be placed at intervals of 100
feet. In the event that the Contractor's personnel are
unable to construct an item of work to the tolerances
allowed in the specifications with construction stakes
at 100 foot intervals, then the stakes shall be placed
at closer intervals as directed by the Engineer. The
Contractor shall provide a qualified and experienced
work force to perform this work. He shall keep the
Engineer informed a reasonable time in advance of the
time and place he intends to work, in order that
measurements may be made as necessary for the record and
for determination of pay quantities.
The Engineer may, at his option, make spot or complete
checks on all construction alignment and grades to
determine the accuracy of the Contractor's survey work.
These checks, however, will not relieve the Contractor
of their responsibility of constructing the Work to the
positions and elevations as shown on the Plans or
approved changes. Computations, sketches and other
drawings used in the design and layout of this project
will be made available to the Contractor, but these
items will not relieve the Contractor of his
responsibility as set out above.
The Contractor shall furnish free of charge all stakes
and other materials necessary to preserve control points
for aligrunent and grade.
The Contractor will be held responsible for the
preservation of all control points established by the
Engineer and if, in the opinion of the Engineer, any of
the stakes or bench marks have been carelessly or
willfully destroyed or disturbed by the Contractor they
shall be replaced at the expense of the Contractor.
23
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H.
5.7
After the project is let to contract, the County will
furnish the Contractor, at no cost, with two copies of
the earthwork cross sections (when available) and two
copies of the computer printouts of the "Design Cross
Section List" (when available). These cross sections
will be used as a basis for Construction excavation and
embankment staking.
No direct payment will be made for this Work, but the
cost of all labor, equipment and supplies necessary to
perform the Work shall be included in the Contract unit
prices bid for the various Contract items.
INSPECTION: The Contractor shall furnish the Engineer
with every reasonable facility for ascertaining whether
or not the Work as performed is in accordance with the
requirements and intent of the Contract. If the
Engineer so requests, the Contractor shall at any time
before acceptance of the Work, remove or uncover
portions of the finished Work as may be directed. After
examination, the Contractor shall restore said portion
of the Work to the standard required by the
Specifications. Should the Work thus exposed or
examined prove acceptable, the uncovering or removing
and replacing of the covering or making good of the
parts removed shall be paid for as "Extra Work". Should
the Work so exposed or examined prove to be
unacceptable, the uncovering or removing and the
replacing of the covering or making good of the parts
removed shall be at the Contractor's expense. No work
shall be done nor materials used without suitable
supervision or inspection.
5.8
AUTHORITY AND DUTIES OF INSPECTORS: Inspectors will be
authorized to inspect all work done and all materials
furnished. Such inspection may extend to all or to any
part of the Work and to the preparation or manufacture
of the materials to be used. An Inspector will be
assigned to the Work by the Engineer and will report to
the Engineer as to the progress of the Work and the
manner in which it is being performed; also to report
whenever it appears that the materials furnished and the
Work performed by the Contractor fail to fulfill the
requirements of the Specifications and Contract; and to
call the attention of the Contractor to any such failure
or other infringement. Such inspection will not relieve
the Contractor from any obligation to perform the Work
in accordance with the requirements of the
Specifications. In case of any dispute arising between
the Contractor and the Inspector as to materials
furnished or the manner of performing the Work, the
24
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIA/~GLE M.H. PARE FIRE HYDRANTS & WATER MAINS
Inspector will have authority to reject materials or
suspend Work until the question at issue can be referred
to and decided by the Engineer. The Inspector will not
be authorized to revoke, alter, enlarge, or release any
requirement of these Specifications, nor to approve or
accept any portion of Work, nor to issue instructions
contrary to the Plans and Specifications. He will in no
case act as foreman or perform other duties for the
Contractor or interfere with the management of the Work.
His instructions and co-ordination will be directly with
and through the Contractor's Superintendent and not with
sub-contractor's, suppliers nor other employees.
The Project Engineer and other Dallas County personnel
connected with the project shall immediately report to
the Engineer any offer of gifts, services, or
solicitations from the Contractor, sub-contractor,
commercial laboratories, or materials suppliers which
could be construed as an attempt to compromise the
quality of Work or integrity of the inspection.
5.9
CITY INSPECTION: When the project is within the city
limits of an incorporated City and the City is to pay a
portion of the cost of the work covered by the contract,
the work will be subject to inspection by City
representatives. Such inspection will in no sense make
the City a party to the contract.
5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: Ail Work
which has been rejected shall be removed and replaced in
an acceptable manner by the Contractor at his expense.
Work done beyond the lines and grades given or as shown
on the Plans, except as herein provided, or any extra
Work done without written authority will be considered
as unauthorized and done at the expense of the
Contractor and will not be paid for. Work so done may
be ordered removed at the Contractor's expense. Upon
failure on the part of the Contractor to comply with any
order of the Engineer made under the provisions of this
paragraph, the Engineer shall have authority to cause
the defective Work to be removed and replaced and
unauthorized Work to be removed, the cost thereof shall
be deducted from any moneys due or to become due to the
Contractor.
5.11 FINAL INSPECTION: The Engineer and the City's
representative, where applicable, will make final
inspection of all Work included in the Contract as soon
as practical after the Work is completed and ready for
acceptance. If the Work is not acceptable to the
Engineer at the time of such inspection the Contractor
will be notified of the particular defects requiring
25
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
correction. As soon as the corrections have been made,
another inspection will be scheduled.
At the time of the final inspection the entire ROW will
be clean, neat and presentable. Grass shall be cut,
slopes dressed, pipes and structures clear of silt,
debris or other foreign material. Pavement, gutters,
sidewalks and inlets shall be clean.
The "Final Acceptance" will not release the Contractor
from responsibility for all items, materials or
equipment requiring performance test periods or final
measurements unless otherwise shown in the contract.
PLANS AND WORKING DRAWINGS: The plans, where applicable, will
show in detail the work to be accomplished under the contract.
ITEM 6 - CONTROL OFMATERI3%L
6.1 SOURCE OF SUPPLY ~ QUAJ~ITY OF MATERI3%LS: The source
of supply of each of the materials shall be approved by
the Engineer and shall be sampled and tested to
determine compliance with the governing Specifications
before delivery is started. If it is found after trial
that sources of supply previously approved do not
produce uniform and satisfactory products, or if the
product from any source proves unacceptable at any time,
the Contractor shall furnish materials from other
approved sources. Only materials conforming to the
requirements of these Specifications and approved by the
Engineer shall be used in the Work. All materials being
used are subject to inspection or test at any time
during their preparation or use. A_ny materials which
have been tested and accepted at the source of supply
may be subjected to a check test after delivery and all
materials which, when tested, do not meet the
requirements of the specifications will be rejected. No
material which, after approval, has in any way become
unfit for use shall be used in the Work. The Engineer
may approve the use of salvable material which, when
properly sampled and tested, conforms to the governing
Specifications.
If the normal trade practice for manufacturers is to
furnish warranties or guarantees for the materials and
equipment specified herein, the Contractor shall turn
the guarantees and warranties over to the Engineer for
potential dealing with the manufacturers. The extent of
such warranties or guarantees will not be a factor in
selecting the successful bidder.
26
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
For all Federal-aid funded projects, all manufacturing
processes for cement or steel materials must occur in
the United States except:
These requirements do not prevent a minimal use of
foreign material, if the cost of such materials
used does not exceed one tenth of one percent (0.1
percent) of the total Contract cost or $2,500,
whichever is greater.
Ail manufacturing processes are defined as all
processes required to change the raw ore or scrap
metal into the finished, in-place steel product.
The Contractor shall furnish, to the Engineer,
certified mill test reports on the base metal and
producer's certifications on all subsequent
manufacturing processes stating compliance with the
applicable specification(s) and that all
manufacturing processes occurred in the United
States. Producer's certifications shall bear the
notarized signature of a responsible authorized
representative of the producer.
6.2
SA/4PLES AaND TESTS: Initial field testing of all
materials, construction items, or products incorporated
in the Work will be performed at the direction and
expense of the County, including initial compaction and
density tests deemed necessary in connection with the
construction of embankment, backfill of structures, or
excavation.
In the event a material, construction item or product
incorporated in the Work, embankment, backfill,
excavation or any other item tested, fails to satisfy
the minimum requirements of the initial test described
above, appropriate prove-out tests may be made when
directed by the Engineer in writing to determine the
extent of the failure and to verify that the corrective
measures have brought the item up to Specifications
requirement. The cost of all testing necessary to
determine the extent of the failure and the adequacy of
the corrective measures will be the responsibility of
the Contractor. The intent of this requirement is to
determine the extent of the defective material and shall
not be interpreted as a means to obtain approval for
payment of defective materials and/or workmanship.
The County shall contract with an independent testing
laboratory to perform field testing as required by
Item 6, Control of Materials, and the various
construction Specifications of the Contract. Where the
Contractor notifies the County of scheduled Work
27
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER M~AINS
MARCH 2004
requiring sampling and testing and the Contractor
cancels the Work for any reason whatsoever after the
Laboratory personnel have departed their office for the
project site, the testing laboratory shall bill the
Contractor for their time and travel expenses.
The failure of the County to make any tests of materials
shall in no way relieve the Contractor of his
responsibility of furnishing materials conforming to the
Specifications.
Tests, unless otherwise specified, will be made in
accordance with the latest methods of the Texas
Department of Transportation and the North Central Texas
Council of Governments. The Contractor shall provide
such facilities as the Engineer may require for the
collecting and forwarding samples and shall not use the
materials represented by the samples until tests have
been made. The Contractor shall furnish adequate
samples without charge.
When requested, the Contractor shall furnish a complete
written statement of the origin, composition and/or
manufacturer of any or all materials that are to be used
in the Work. A certificate of compliance may be
required for the Work. A certificate shall be signed by
the material manufacturer, the manufacturer of assembled
materials or the material supplier and shall state that
the materials involved comply with the Specifications.
6.3
STORAGE OF MATERIALS: Materials shall be stored as to
ensure the preservation of their quality and fitness for
the Work. When considered necessary by the Engineer,
they shall be placed on wooden platforms or other hard,
clean surfaces and not on the ground and shall be
covered when so directed. Stored materials shall be so
located as to facilitate prompt inspection.
6.4
CDBG FY 2002 COPPELL
GOLDEN TRIA~NGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
DEFECTIVE MATERIALS: Ail materials not conforming to
the requirements of the Specifications and/or Special
Provisions shall be considered as defective, and all
such materials whether in place or not shall be rejected
and removed immediately from the site of the Work unless
otherwise ordered by the Engineer. No rejected
materials, the defects of which have been subsequently
corrected, shall be used until approval has been given
in writing by the Engineer. Upon failure on the part of
the Contractor to forthwith comply with an order of the
Engineer based on the provisions of this Article, the
Engineer shall have the authority to remove and replace
defective material and to deduct the cost of removal and
replacement from any monies due or which may become due
28
MARCH 2004
6.5
to the Contractor.
CONSTRUCTION LOADS ON STRUCTURES: Construction loads on
structures which will remain in service by the traveling
public during or after completion of the project, for
the purpose of performing construction operations, such
as cranes erecting beams in adjacent spans, may be
allowed if necessary. Prior to any operation which may
require placement of such equipment on a bridge, the
Contractor shall prepare and submit for approval
detailed erection analyses, prepared by a Registered
Professional Engineer.
The erection analyses shall include all axle loads, tire
loads, outrigger placements, center of gravity,
equipment weight, and predicted loads on such tires
an/or outriggers for all planned movements, swings or
boom reaches. The County will make available to the
Contractor any available plans and material reports for
the existing structure. The analyses shall demonstrate
that no overstresses will occur in excess of those
normally allowed for occasional overweight loads.
ITEM 7 - LEGAL RELATIONS AND RESPONSIBILITIES
7.1
LAWS TO BE OBSERVED: The Contractor shall make himself
familiar with and at all times shall observe and comply
with all Federal, State and local laws, ordinances,
Court Orders and regulations which in any manner affect
the conduct of the Work and shall indemnify and save
harmless the County of Dallas and its representatives
against any claim arising from the violation of any such
law, ordinance, Court Order or regulation, whether by
himself or by his employees.
7.2
PERMITS AND LICENSES: Except as specified in Articles
7.12, 7.13 and 7.14, the Contractor shall procure all
permits and licenses, pay all fees and give all notices
necessary and incidental to the due and lawful
prosecution of the Work.
7.3
PATENTED DEVICES~ MATERIALS ~ PROCESSES: If the
Contractor is required or desires to use any design,
device, material, or process covered by letters of
patent or copyright, he/she shall provide for such use
by suitable agreement with the patentee or owner. The
Contractor and his surety shall indemnify and save
harmless the County of Dallas from any and all claims
for infringement by reason of the use of any patented
design, device, materials, or process, or any trademark
or copyright used in connection with the Work and they
29
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
shall indemnify the County of Dallas against any costs,
expenses, or damages which it may be obliged to pay, by
reason of such infringement, at any time during the
prosecution or after the completion of the Work.
7.4
SA~NITARY PROVISIONS: The Contractor shall establish and
enforce among his employees such regulations in regard
to cleanliness and disposal of garbage and waste as will
tend to prevent the inception and spread of infectious
or contagious diseases and to prevent effectively the
creation of a nuisance about the Work on any property
either public or private, and such regulations as are
required by the Engineer shall be put into immediate
force and effect by the Contractor. The necessary
sanitary conveniences for the use of laborers on the
Work, properly secluded from public observation, shall
be constructed and maintained by the Contractor in such
a manner and at such points as shall be approved by the
Engineer and their use shall be strictly enforced by
Contractor. Ail sanitary laws and regulations of the
State and local Health Departments shall be carefully
observed and complied with.
7.5
PUBLIC SAFETY AND CONVENIENCE: The safety of the public
and the convenience of traffic shall be regarded as of
prime importance. The Contractor shall secure the
Engineer's approval of his plan of operations, sequence
of work, traffic control plan and methods of providing
for safe passage of traffic before it is placed in
operation. Unless otherwise provided on the plans or in
the "Special Provisions", all portions of the existing
road shall be kept open to traffic, it being the
responsibility of the Contractor to provide for traffic
along or across the road as well as for ingress and
egress to private property. During construction of
proposed structures the Contractor shall provide and
maintain detours and/or temporary structures or
cross-overs of adequate structural design as may be
required for the safety and convenience of the traffic.
If, because of rain or for other reasons, the shoulders,
slopes and ditches become unsatisfactory for handling
traffic, construction operations shall be suspended
until the necessary repairs have been completed. Where
the Plans or the "Special Provisions" require, or the
Engineer directs, that traffic be carried over or along
the existing roadway, construction operations shall be
so prosecuted and new material so placed, spread and
maintained as to allow the passage of traffic in comfort
and safety. All equipment not in actual use shall be
removed from the roadway and temporarily stored in such
manner and at such location as not to interfere with the
safe passage of traffic.
30
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
The Contractor shall provide and maintain flagpersons at
such points and for such periods of time as may be
required, or as directed by the Engineer, to provide for
the safety and convenience of public travel and the
Contractor's personnel. Flagperson shall be
English-speaking, courteous, well informed, physically
and mentally able to perform their duties in
safe-guarding and directing traffic and protecting the
Work. When directing traffic, flagperson shall use the
standard attire, flags and signals and follow the
flagging procedures set forth in "Instruction to
Flagmen" published by the Texas Department of
Transportation.
Except as otherwise provided in the "Special Provisions"
or elsewhere in the Contract these provisions for
directing traffic, maintenance of detours and subsequent
obliteration thereof, flagmen, etc., will not be paid
for directly but shall be considered as subsidiary work
pertaining to the various bid items of this Contract.
7.6 BARRICADES, WARNING AND DETOUR SIGNS AND TRAFFIC
HANDLING: The Contractor shall have the sole
responsibility for providing, installing, moving,
replacing, maintaining, cleaning and removing upon
completion of Work, all barricades, warning signs,
barriers, cones, lights, signals and other such type
devices and of handling traffic as indicated in the
Texas Manual of Uniform Traffic Control Devices or as
directed by the Engineer. Ail barricades, warning
signs, barriers, cones, lights, signals or other such
type devices shall conform to details shown on the Plans
or those indicated in the Texas Manual of Uniform
Traffic Control Devices.
The Contractor may provide special signs not covered by
Plans to protect the travelling public against special
conditions or hazards, provided, however, that such
signs are approved by the Engineer.
Upon completion of the Work, all barricades, warning
signs, barriers, cones, lights, signals and other such
type devices and evidence thereof shall be removed by
the Contractor.
7.7
PROTECTION OF ADJOINING PROPERTY: The Contractor shall
take proper measures to protect the adjacent or
adjoining property which might be injured by any process
of construction, and, in case of any injury or damage
resulting from any act or omission on the part of or on
behalf of the Contractor, shall restore at his own
expense the damaged property to a condition similar or
equal to that existing before such injury or damage was
31
CDBG FY 2002 COPPELL MA~RCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
7.8
7.9
7.10
done, or he shall make good such injury or damage in an
acceptable manner.
RESPONSIBILITY FOR DAMAGE CLAIMS: The Contractor shall
indemnify and save harmless the County of Dallas, its
agents and employees and the Commissioners Court from
all suits, actions or claims brought on account of any
injuries or damages sustained by any person or property
in consequence of any neglect in safeguarding the Work
by the Contractor; or from any claims or amounts arising
or recovered under the "Workmen's Compensation Laws" or
any other laws. The Contractor shall further so
inder~nify and shall be responsible for all damages or
injury to property of any character occurring during the
prosecution of the Work resulting from any act,
omission, neglect, or misconduct on his/her part in the
manner or method of executing the Work; or from his/her
failure to properly execute the Work; or from defective
Work or materials. He/she shall not be released from
such responsibility until all claims have been settled
and suitable evidence to that effect furnished to the
Commissioners Court.
CONTRACTOR'S RESPONSIBILITY FOR WORK: Until the final
acceptance of the project by the Engineer, the
Contractor shall have the charge and care thereof and
shall take every precaution against injury or damage to
any part thereof by the action of the elements or from
any other cause, whether arising from the execution or
from the nonexecution of the work. The Contractor shall
rebuild, repair, restore and make good all injuries or
damages to any portion of the work occasioned by any of
the above causes before final acceptance and shall bear
the expense thereof. In case of suspension of work for
any cause, the Contractor shall be responsible for the
preservation of all materials. He shall provide
suitable drainage of the roadway and shall erect
temporary structures where required. The Contractor
shall maintain the roadway in good and passable
condition until final acceptance.
PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out
the provisions of the Contract or in exercising any
power or authority granted thereunder, there shall be no
liability upon the Engineer or his authorized
assistants, either personally or otherwise, as they are
agents and representatives of the Dallas County
Commissioners Court.
7.11 WORK NEAR ELECTRICAL POWER AND GAS LINES: Any
operations by the Contractor which are located near any
electrical power or gas lines shall be accomplished
32
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
7.12
using established industry and utility safety practices.
The Contractor shall consult with the appropriate
utility company prior to beginning any such work. Ail
associated costs will be the responsibility of the
Contractor.
WORK IN WATERS OF THE UNITED STATES: Where it becomes
necessary for the Contractor to work in waters of the
United States or their adjacent wetlands as delineated
by the U.S. Department of Agriculture, the County will
obtain any Section 404 permits prior to commencement of
construction on a project by project basis. The
Contractor will be required to adhere to any agreements,
mitigation plans and standard best management practices
required for a permit on any project. It the Contractor
makes changes in the project construction method that
would result in changes of project impacts to waters of
the U.S., the Contractor will be responsible for any new
Section 404 permit.
7.13
WORK IN NAVIGABLE WATERS: Any operations by the
Contractor relating to the placement of embankment into,
or the placement or rehabilitation of structures in or
over navigable waters of the U.S. as designated by the
U.S. Army Corps of Engineers or the U.S. Coast Guard, is
subject to regulation by these agencies. Approval will
be coordinated by the County and construction should not
commence until the activity is approved by the
regulatory agency. The Contractor will be required to
adhere to the stipulations of the permit and the
associated best management practices. If the Contractor
makes changes in the project construction method that
would result in changes of project impacts to navigable
waters of the U.S., the Contractor will be responsible
for any new Section 9 permit from the U.S. Coast Guard.
7.14 WORK OVER THE RECHARGE ZONE OF PROTECTED AQUIFERS:
Relating to work over the recharge zones of protected
aquifers, as defined and delineated by the Texas
Commission on Environmental Quality (TCEQ), the
Contractor shall make every reasonable effort to
minimize the degradation of water quality resulting from
construction impacts. The Contractor will be required
to follow best management practices and to use and
maintain those sedimentation and water pollution control
devices as required by the Engineer.
If a Water Pollution Abatement Plan (WPAP) is
required by the TCEQ, modification to the approved WPAP
by the Contractor will require the Engineer's approval
and be coordinated through the County with the TCEQ.
33
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
ITEM 8 - PROSECUTION AND PROGRESS
8.1
SUBLETTING THE WORK: No portion of the Work covered by
these Specifications and Contract, except the purchase
and delivery of materials, may be sublet without written
permission of the County Commissioners Court. The Court
reserves the right to not grant permission to sublet to
the various sub-contractors whose relations with the
County Work on a previous project, progress and
adherence to schedule and prices for extra Work have
been less than as desired. If the Contractor is
permitted to sublet any part of the Work to be done
under this Contract he will not under any circumstances
be relieved of his responsibility and contractual
obligations. Ail transactions of the Engineer will be
with the Contractor; sub-contractor's will be considered
only in the capacity of employees or workmen, subject to
the same requirements as to character and competency.
The County of Dallas will not recognize any
sub-contractors on the Work. When the Work is in
operation, the Contractor shall at all times be present
in person or represented by a qualified Superintendent.
The Contractor shall perform with his own forces, work
of a value of not less than 50 percent of the value of
all Work embraced in the Contract.
8.2
ASSIGNMENT OF CONTRACT: The Contractor shall not
assign, transfer, convey or otherwise dispose of the
Contract or his right, title or interest in or to the
same, or any part thereof, without previous consent of
the County of Dallas, expressed by resolution or court
order of the Commissioners Court and concurred in by the
sureties. If the Contractor does, without such previous
consent, assign, transfer, convey or otherwise dispose
of the Contract or his right, title or interest therein,
or any part thereof to any person or persons,
partnership, company, firm or corporation, or by
bankruptcy, voluntary or involuntary, or by assignment
under the insolvency laws of any state, attempt to
dispose of the Contract or make default in or abandon
said Contract, then the Contract may at the option of
Dallas County Commissioners Court, be revoked and
annulled, unless the sureties shall successfully
complete said Contract, and any moneys due or to become
due under said Contract shall be retained by Dallas
County as liquidated damages and as penalty for the
reason that it would be impracticable and extremely
difficult to fix the actual damage.
8.3 PROSECUTION OF THE WORK: Prior to beginning
construction operations, a pre-construction conference
between the Contractor and the Engineer will be
34
CDBG FY 2002 COPPELL M3LRCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
conducted. The Contractor shall begin the work to be
performed under the contract within 7 calendar days
after the date of the authorization to begin work as
shown on the work order and shall continuously prosecute
same with such diligence as will enable him to complete
the work within the time limit specified. He/she shall
notify the Engineer at least 48 hours before beginning
work and any new operation. The Contractor shall not
start new operations to the detriment of work already
begun. The prosecution of the work shall be conducted
in such a manner as to impose minimum interference to
traffic.
Also, prior to beginning construction operations, the
contractor shall submit to the Engineer for approval a
Gantt or bar chart outlining the schedule of all planned
major work activities or major phases that he intends to
follow in order to complete the contract within the
allotted time. A beginning date and a duration in
working days shall be shown for each work activity or
phase. An estimated production rate for each activity
or phase shall also be shown. Material procurement,
known utility relocations and other activities which may
affect the completion of the project should be included
with the work activities shown on the bar chart.
A project status meeting will be held with the Engineer,
usually weekly, after work begins. The progress of the
work will be reviewed during this meeting. In the event
the progress review indicates the Contractor is behind
in the schedule, he will be expected to accelerate his
work at his own cost until such time as his work is on
schedule. The Engineer may require the Contractor to
submit a revised schedule reflecting the Contractor's
accelerated work effort.
A Critical Path Method (CPM) schedule may be submitted
in lieu of a Construction Schedule bar chart. Such
schedule may use the Arrow Diagram Method (ADM) or the
Precedence Diagram Method (PDM). Ail planned major work
activities and sequences as well as material
procurement, known utility relocations and other
activities which may affect the completion of the
project should be included in the bar chart schedule or
CPM. The review of the progress of the work at project
status meetings will be as previously outlined for bar
charts.
The Contractor may submit a revised bar chart or CPM
schedule if, in his opinion, additional work, unforeseen
conditions or delays beyond his control affect the
completion of the project. The Engineer will promptly
35
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDPJ~NTS & WATER MAINS
review the new schedule and will have the right of
approval. The approved revised schedule will be used to
evaluate the progress of the project. The original bar
or Gantt chart or CPM and any subsequent revisions must
be signed by an officer of the Contractor's firm.
The observance of the requirements herein is an
essential part of the work to be done under the
contract. No direct compensation will be allowed for
fulfilling this requirement, as such work is considered
subsidiary to the various bid items of the contract.
8.4
WORKMEN AND E~UIPMENT: The Contractor shall employ such
superintendents, foremen and workmen as are skilled,
competent, and careful. The Engineer may demand the
dismissal of any person employed by the Contractor in,
about or on the Work whom, in his/her opinion, does not
perform his/her work in a proper and skillful manner or
who is disrespectful, intemperate, disorderly or
otherwise objectionable and such person shall not be
employed thereon again without the written consent of
the Engineer. Ail workmen shall have sufficient skill
and experience to perform properly the Work assigned
them. The Contractor shall furnish such equipment and
construction forces as is considered necessary for the
prosecution of the Work in an acceptable manner and at a
satisfactory rate of progress. Ail equipment, tools and
machinery used for handling materials and executing any
part of the Work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory
working condition.
A failure to comply with these requirements may cause
the Engineer to withhold all estimates which have or may
become due and the Engineer may suspend the Work until
his requests are complied with.
8.5
LABOR PREFERENCE: The Contractor shall give preference
to all labor hired for the project in the following
order:
(1) To bona fide residents of the County of
Dallas, Texas.
(2) To bona fide residents of the State of Texas.
(3) To bona fide residents of the United States.
Provided that these preferences shall apply only when
such qualified labor is available to perform work to
which the employment relates.
8.6 EXTENSION OF TIME OF COMPLETION: The Contractor shall
be entitled to an extension of time as provided herein
36
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
only when claim for such extension is submitted to the
Dallas County Commissioners Court in writing by the
Contractor within seven days from and after the time
when an alleged cause of delay shall occur, and then
only when such claim is approved by the Commissioners
Court. In adjusting the Contract time for the
completion of the project, unforeseeable causes beyond
the control and without the fault or negligence of the
Contractor, including but not restricted to inability to
obtain supplies and materials, acts of God, or the
public enemy, acts of the owner, fires, floods,
epidemics, quarantine restrictions, strikes, freight
embargoes, unusually severe weather conditions and/or
delays of sub-contractors due to such causes, shall be
taken into consideration. If the satisfactory execution
and completion of the Contract should require work and
materials in greater amounts or quantities than those
set forth in the Contract, then the Contract time shall
automatically be increased in the same proportion as the
cost of the additional work bears to the cost of the
original Work contracted for. No allowances will be
made for delays or suspension of the prosecution of the
Work due to the fault of the Contractor.
8.7
FAILURE TO COMPLETE ON TIME: The time of completion is
the essence of the Contract. For each working day that
any Work shall remain uncompleted after the time
specified in the Proposal and the Contract, or the
increased time granted by the Commissioners Court or as
automatically increased by additional Work or materials
ordered after the Contract is signed, the sum per day
given in the following schedule, unless otherwise
specified in the "Special Provisions," will be deducted
from the moneys due the Contractor.
Amount of Contract
Amount of
Liquidated Damages
Less than
$ 25,000 00 to
50,000 00 to
100,000 00 to
500,000 O0 to
1,000,000 00 to
2,000,000 00 to
5,000,000 00 to
7,500,000.00 to
More than
$ 25,000.00 $ 65.
50,000.00 105.
100,000.00 155.
500,000.00 210
1,000,000.00 350
2,000,000.00 500
5,000,000.00 850
7,500,000.00 1050
10,000,000.00 1750
10,000,000.00 2500
00 / day
O0 / day
00 / day
00 / day
00 / day
00 / day
00 / day
00 / day
00 / day
00 / day
The sum of money thus deducted for such delay, failure
or non-completion is not to be considered as a penalty
but shall be deemed, taken and treated as reasonable
37
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
liquidated damages since it would be impractical and
extremely difficult to fix the actual damages.
8.8
TEMPORARY SUSPENSIONS: The Engineer shall have the
authority to suspend the Work wholly or in part for such
period or periods as he may deem necessary due to
unsuitable weather conditions as are considered
unfavorable for the suitable prosecution of the Work or
to failure on the part of the Contractor to correct
conditions unsafe for workmen or the general public. If
it should become necessary to stop Work for an
indefinite period of time, the Contractor shall store
all materials in such a manner that they will not
obstruct or impede the public unnecessarily nor become
damaged in any way and he shall take every precaution to
prevent damage or deterioration of the Work performed;
he shall provide suitable drainage about the Work and
erect temporary structures where necessary. The
Contractor shall not suspend Work without written
authority from the Engineer and shall proceed with the
Work promptly when notified by the Engineer to resume
operations.
8.9 SUSPENSION OF WORK AND ANNUI24ENT OF CONTRACT: The Work
under Contract, or any portion thereof, shall be
suspended immediately on written order of the Engineer
or the Commissioners Court, a copy of such order to be
served on the Contractor's sureties, or the Contract may
be annulled by the Commissioners Court for any good
cause or causes, among which special reference is made
to the following:
(a)
Failure of the Contractor to start within seven (7)
days from the date of written notice by the
Engineer to begin work.
(b)
Substantial evidence that the progress of work
being made by the Contractor is insufficient to
complete the Work within the specified time.
(c) Notice by Contractor of filing a claim or intent to
file a claim.
(d) Failure of the Contractor to provide sufficient and
proper equipment or construction forces for
properly executing the Work.
(e) Substantial evidence that the Contractor has
abandoned the Work.
(f} Substantial evidence that the Contractor has become
insolvent or bankrupt or otherwise financially
38
CDBG FY 2002 COPPELL M3LRCH 2004
GOLDEN TRI;LNGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
unable to carry on the Work.
(g)
Deliberate failure on the part of the Contractor to
observe any requirements of these Specifications or
to comply with any orders given by the Engineer as
provided for in these Specifications.
(h)
Failure of the Contractor to promptly make good any
defects in materials or workmanship or any defects
of any nature, the correction of which has been
directed in writing by the Engineer.
(i)
Substantial evidence of collusion for the purpose
of illegally procuring a Contract or perpetrating a
fraud on the Commissioners Court in the
construction of Work under Contract.
When the Work is suspended for any of the causes
itemized above, or for any other cause or causes, the
Contractor shall discontinue the Work or such part
thereof which the Engineer shall designate, or that
portion thereof which the Engineer has ordered the
Contractor to discontinue, and may perform the same or
may, with written consent of the Commissioners Court,
sublet the same provided, however, that the sureties
shall exercise their option, if at all, within two weeks
after the written notice to discontinue the Work has
been served upon the Contractor and upon the sureties or
their authorized agents. The sureties in such event
shall assume the Contractor's place in all respects and
shall be paid by the County for all Work performed by
them in accordance with the terms of the Contract. All
monies remaining due the Contractor at the time of his
default shall thereupon become due and payable to the
sureties as the Work progresses, subject to all the
terms of the Contract. In case the sureties do not,
within the hereinabove specified time, exercise their
right and option to assume the Contract or that portion
thereof which the Engineer has ordered the Contractor to
discontinue, then the Commissioners Court shall have the
power to complete by contract or otherwise, as it may
determine, the Work herein described or such part
thereof as it may deem necessary, and the Contractor
hereto agrees that the Engineer, acting under authority
of the Commissioners Court, shall have the right to take
possession of or use any or all or the materials, plant,
tools, equipment, supplies and property of every kind
provided by the Contractor for the purpose of his Work
and to procure other tools, equipment, and materials for
the same, and to charge the account of the Contractor
the expense of said Contract or labor, materials, tools,
equipment and expenses incident thereto. The expense so
39
CDBG FY 2002 COPPELL MJkRCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDR/kNTS & WATER MJ~INS
8.10
8.11
charged shall be deducted by the Commissioners Court out
of such monies as may be due or may at any time
thereafter become due the Contractor under and by virtue
of the Contract or any part thereof. The Commissioners
Court shall not be required to obtain the lowest bid for
the Work of completing the Contract, but the expenses to
be deducted shall be the actual cost of such Work. In
case such expense is less than the sum which would have
been payable under the Contract, if the same had been
completed by the Contractor, then in such case the
Commissioners Court will pay to the Contractor the
difference in the cost, provided that the Contractor
shall not be entitled to any claim for damages or for
loss of anticipated profits. In case such expense shall
exceed the amount which would have been payable under
the Contract if the same had been completed by the
Contractor, then the Contractor and his/her sureties
shall pay the amount of the excess to the County of
Dallas on notice of the Commissioners Court for excess
due. When any particular part of the Work is being
carried on by the Commissioners Court by Contract or
otherwise under the provisions of this section, the
Contractor shall continue the remainder of the Work in
conformity with the terms of the Contract, and in such
manner as not to hinder or interfere with the
performance of workpersons as above provided by the
Commissioners Court.
MAINTENANCE PROVISIONS FULFILI24ENT: Prior to the
expiration of any specified maintenance period provided
for in the Contract, the Engineer will make a detailed
inspection of the project and will advise the Contractor
and his/her surety of the items that require correction.
The Engineer will make a subsequent inspection and if
the corrections have been properly performed, the
Engineer will issue a letter of release on the
maintenance stipulations to the Contractor and his
surety. If for any reason the Contractor has not made
the required corrections before the expiration of the
maintenance period, the maintenance stipulations as
provided for in the Contract shall remain in effect
until the corrections have been properly performed and a
letter of release issued.
TERMINATION OF CONTRACT: The Contract will be
considered fulfilled, save as provided in any
maintenance stipulations, Bond, or by law, when all the
Work has been completed, the final inspection made by
the Engineer and final acceptance and final payment made
by the Commissioners Court.
40
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MTkRCH 2004
8.12
WAGE DECISIONS AND HUD REQUIREMENTS: See Special
Provisions To The Governing Specifications for Wage
Decisions and HUD Requirements.
ITEM 9 - MEASUREMENT AND PAYMENT
9.1
MEASUREMENT OF QUANTITIES: Ail Work completed under the
Contract will be measured by the Engineer according to
United States Standard Measures unless otherwise
specified. Measurement for each item of construction
contained in the Proposal and included in the Contract
shall conform to the requirements of the Specifications
for each item as provided herein. Ail materials which
are specified for measurement by the cubic yard in
vehicles shall be hauled in approved vehicles and
measured therein at the point of delivery on the
roadway. Vehicles for this purpose may be of any type
or size satisfactory to the Engineer provided that the
body is of such type that the actual contents may be
quickly and accurately determined. Each approved
vehicle must display the Engineer's approval and plainly
legible number. The Inspector may reject all loads not
hauled in such approved vehicles.
In those items which provide for payment by "Plan
Quantity," the calculations used to determine such
quantities shall be made by standard methods of
calculation, using the methods described in the
governing specification, and may or may not represent
the exact quantity of material moved, handled or placed
in the roadway or structure during the execution of the
contract. The quantities shown on the plans, adjusted
in accordance with the governing specification when
required, will be the quantity for which payment will be
made.
9.2
SCOPE OF PAYMENT: The Contractor shall accept the
compensation as provided in the Contract in full payment
for furnishing all materials, supplies, labor, tools and
equipment necessary to complete the Work provided under
the Contract; for any loss or damage which might arise
from the nature of the Work, from the action of the
elements, or from any unforeseen difficulties which may
be encountered during the prosecution of the Work, until
the final acceptance by the Engineer, except where there
is conclusive evidence that such damage is due to
inadequate design and not to improper prosecution of the
Work, for all risks of every description connected with
the prosecution of the Work; for all expenses and
damages which might accrue to the Contractor by reason
of delay in the initiation and prosecution of the Work
41
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
9.3
for any cause whatsoever; for any infringement of
patents, trademark, or copyright; and for completing the
Work according to the Plans and Specifications. The
payment of any current or partial estimate shall in no
way affect the obligation of the Contractor at his/her
own cost to repair or renew any defective parts of the
construction or to replace any defective materials used
in the construction and be responsible for all damages
due to such defects if such defects or damages are
discovered on or before the final inspection and
acceptance of the Work or before the termination of the
maintenance provisions.
PAYMENT FOR EXTRA WORK: The extra work done by the
Contractor and authorized and approved by the Engineer
will be paid for in the manner hereinafter described and
the compensation thus provided shall be accepted by the
Contractor as payment in full for all labor, materials,
tools, equipment and incidentals and all
superintendent's and time-keepers' services, insurance,
bond and all other overhead expense incurred in the
prosecution of the extra work. Payment for extra work
will be made by one of the following methods:
(a) Method "A" - By unit prices agreed on in writing by
the Engineer and Contractor and approved by the
Commissioners Court before said extra work is
commenced, subject to all other conditions of the
Contract.
(b) Method "B" - By lump sum price agreed on in writing
by the Engineer and Contractor and approved by the
Commissioners Court before, said extra work is
commenced, subject to all other conditions of the
Contract.
(c)
Method "C" By actual field cost of the work plus
fifteen (15) percent as described herein below,
agreed on in writing by the Engineer and Contractor
and approved by the Commissioners Court before said
extra work is commenced, subject to all other
conditions of the Contract.
In event the extra work is to be performed and paid for
under Method "C", the actual field cost of the Work will
include the wages of all workers, forepersons,
timekeepers, mechanics and laborers, the cost of
materials, supplies, teams, trucks, rentals on machinery
and equipment for only the time actually employed or
used on such extra work, plus all power, fuel,
lubricants, water and similar operating expenses and
ratable portion of premiums on construction and
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H.
42
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
9.4
maintenance bonds, public liability and workmen's
compensation and all other insurance required by law or
ordinances. The Engineer will direct the form in which
the account of actual field cost will be kept and will
specify in writing the method of doing Work, and the
type and kind of machinery and equipment to be used.
The fifteen (15) percent of the actual field cost to be
paid the Contractor shall cover and compensate him for
profit, overhead, general superintendence, field office
expense and all other elements and cost and expense not
embraced within the actual field cost as herein
specified. The Contractor shall give the Engineer
access to all accounts, bills and vouchers relating
thereto.
MONTHLY ESTIMATE ~ PA=RTIAL PAYMENTS: Between the 25th
day and the last day of each month, the Contractor will
submit to the Engineer an approximate estimate of the
value of the Work done under these Specifications during
the month. Whenever the estimate of Work done since the
last previous estimate exceeds one thousand dollars
$1,000.00) in amount, a percentage of such estimated sum
will be paid the Contractor. The monthly estimate may
include 80% of the value of acceptable non-perishable
materials delivered to the project site. The Contractor
shall furnish a paid invoice to the County on all
materials on hand. The paid invoice shall contain a
statement signed by the Contractor indicating that
payment for materials shown on the invoice has been
made. The County of Dallas will retain fifteen (15)
percent on all contracts of $200,000.00 and less, ten
(10) percent on contracts less than $400,000.00 and five
{5) percent on contracts of $400,000.00 and over. When
the project is 95 percent complete and Work is
progressing satisfactorily and on schedule, the
Contractor may apply for a reduction in the amount
retained. The request for a reduction in the amount
retained is subject to the approval of the Engineer. In
no case shall the amount retained be less than 10
percent of the Work remaining at the time of the
request. Said amount retained will not be paid until
final acceptance of the project. The Contractor shall
furnish to the Engineer such detailed information as may
be requested to assist in the verification of monthly
estimates. It is understood that monthly estimates will
be approximate only and that all monthly estimates and
partial payments in which errors may occur will be
automatically corrected in the succeeding estimate and
partial payment. Such estimates shall not in any
respect be taken as a certification of the amount of
Work done or of its quality or sufficiency or as an
acceptance of Work nor, in any way, release the
43
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER ~UIINS
9.5
Contractor from any responsibility of the Contract.
WITHHOLDING PAYMENTS: Payments of estimates may be
withheld if the Work is not being executed in accordance
with the Specifications and Contract, including
Article 8.4.
9.6
FINAL ACCEPTANCE: Whenever the Work provided for by the
Contract shall have been fully performed by the
Contractor he shall notify the Engineer that the project
is ready for final inspection. The Engineer will make
such inspection and if the Work is satisfactory and in
accordance with the Plans, Specifications and Contract
will issue a Letter of Acceptance to the Contractor.
9.7
FINAL PAYMENT: Whenever the improvements provided for
by the Contract shall have been completed by the
Contractor as evidenced by the Engineer's Letter of
Acceptance, a final estimate showing the itemized value
of the Work will be prepared by the Engineer as soon as
the necessary measurements and computations can be made.
Ail prior estimates upon which payments have been made
are subject to corrections or revisions in the final
payment. The amount of the final estimate, less any
sums that have been previously paid, deducted or
retained under the provisions of the Contract, will be
paid the Contractor within thirty (30) days after the
final acceptance provided the Contractor has furnished
the Commissioners Court satisfactory evidence that all
sums of money due for labor, materials, apparatus,
fixtures or machinery furnished for and used in the
prosecution of the Work have been paid or satisfactory
evidence the persons to whom money may respectively be
due for any of the above have consented to such final
payment. The acceptance by the Contractor of the final
payment shall operate as and be a release to the County
of Dallas from all claims or liabilities under the
Contract.
9.8
PLANS QUANTITY MEASUREMENT: When plans quantity
measurement is specified for an item, adjustment of
quantities will be made by the following:
If the quantities measured as outlined under
~Measurement" vary from those shown in the proposal by
more than 5 % (or as stipulated under the measurement
article for the Item), either party to the contract may
request, in writing, an adjustment of the quantities by
each separate bid item, except that when stated in the
particular item, the adjustment will be made based upon
a designated element shown in the Item. The party to
the contract which requests the adjustment shall
44
CDBG FY 2002 COPPELL
GOLDEN TRITkNGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
present, to the other, one copy of field measurements
and calculations showing the revised quantities in
question. These revised quantities, when approved by
the Engineer, together with all other quantities under
the same bid item, shall constitute the final quantity
for which payment will be made.
When quantities are revised by a change in design, the
"Plan Quantity" will be increased or decreased by the
amount involved in the design change.
Payment for revised quantities will be paid for at the
unit price bid for that item, except as provided for in
Article 4.4
45
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
INDEX OF GOVERNING STANDARD SPECIFICATIONS,
SPECIAL PROVISIONS, AND
SPECIAL SPECIFICATIONS
DEPARTMENT OF PUBLIC WORKS
DALLAS COUNTY, TEXAS
INDEX OF GOVERNING STANDARD SPECIFICATIONS
FOR THE CONSTRUCTION OF
CDBG FY 2002 COPPELL FIRE HYDRANTS & WATER MAINS
REMOVAL AND PAVING
STANDARD SPECIFICATIONS:
Ail removal and paving construction works for this project shall be
performed in accordance with the Third Edition, 1998, of the North
Central Texas Council of Governments (NCTCOG) Standard
Specifications for Public Works Construction, and the latest
edition of the City of Coppell Standard Construction Details, and
County of Dallas Special Provisions to the Standard Specifications,
and Special Specifications.
SPECIAL PROVISIONS:
The following Special Provisions shall govern and take precedence
over the Specifications listed above, whenever in conflict
therewith:
Special Provision -
Special Provision -
Special Provision -
Special Provision -
Special Provision -
Special ProvIsion -
Special ProvIsion -
Special Provmslon -
Special Provision -
Important Notice to Contractors -
Equal Employment Opportunity
Important Notice to Contractors -
Minority/Women Owned Business Involvement
Policy
Important Notice to Contractors
Texas State Sales Tax
Important Notice to Contractors -
Gifts
Important Notice to Contractors -
Construction Payments
Important Notice to Contractors
Uncontrolled Random Cracking
Important Notice to Contractors -
Workers Compensation Regulations
Important Notice to Contractors -
Submitting Bid Proposal by Computer
Printout
Wage Decisions and HUD Requirements
SPECIA~L SPECIFICATIONS:
The following Dallas County Public Works Department Special
Specifications are applicable to this project:
Item 7000 - PARTNERING
Item 8000 - GUIDANCE FOR DOCUMENTING CONTRACTOR PERFORMANCE
EVALUATIONS
Item 9000 - CITY OF COPPELL WATER UTILITIES PRE-CONSTRUCTION
PACKET
(
Not a pay item. Work which would be
classifiable under these specifications is
subsidiary to other work for which pay items
are provided. Whether or not listed, any of
the Standard Specifications which are
pertinent to work performed on this project
are applicable and shall be observed.
DALLAS COUNTY, TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
EQUAL EMPLOYMENT OPPORTUNITY
The Contractor shall not discriminate against any employee or
applicant for employment because of race, color, religion, sex, age
or national origin. The Contractor shall take affirmative action
to insure that applicants are employed, that employees are treated
during employment without regard to their race, color, sex,
religion, age or national origin. Such action shall include, but
not be limited to, the following: employment, upgrading, demotion,
or transfer; recruitment or recruitment advertising; layoff or
termination, ratios of pay or other forms of compensation; and
selection for training, including apprenticeship, except that
illegal-aliens shall not be employed in this project. The
Contractor shall post in conspicuous places, available to employees
or applicants for employment, notices to be provided setting for
the provisions of this non-discrimination clause.
The Contractor shall, in all solicitations or advertisements for
employees place by or on behalf of the Contractor, state that all
qualified applicants shall receive consideration for employment
without regard to race, color, religion, sex, national origin or
age.
The Contractor shall send to each labor union or representative of
workers with which he has a collective bargaining agreement or
other contract or understanding, a notice to be provided, advising
the said labor union or worker's representatives of the
Contractor's commitments under this Section, and shall post copies
of the notice in conspicuous places available to employees and
applicants for employment.
The Contractor shall include the provisions of this special
provision in all subcontracts pertaining to the work.
During the course of the work, the Contractor shall submit to the
Engineer, on a monthly basis, a breakdown by ethnic group of all
employees, including sub-contractor's employees, at the site of the
work. The Contractor shall certify that no illegal aliens are
employed on the project.
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
DALLAS COUNTY, TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
MINORITY/WOMEN OWNED BUSINESS INVOLVEMENT POLICY
It is the policy of Dallas County to involve qualified
minority/women-owned businesses and/or employees to the greatest
extent feasible in the performance of contracts awarded by Dallas
County in support of the Minority/Women-Owned Business Involvement
Policy adopted by the County on August 25, 1986, and any amendments
thereto. The Contractor shall comply with the following
requirements of the policy:
1. Prospective Contractor shall submit prior to award of contract:
(a)
A completed copy of the Dallas County Statistical Report
for the company and for each proposed and actual sub-
contractor who shall be doing 20-percent or more of the
contract amount.
(b)
The name, address, and telephone numbers of proposed and
actual sub-contractors, trade, minority/women ownership
status, and estimated dollar amount of each actual
subcontract, and
(c)
The successful Contractor will show documented evidence
of a "Good Faith Effort" in soliciting and securing
minority/women-owned business involvement for all
subcontract and supply activities. The "Good Faith
Effort Plan", Attachment "B" of the Policy, shall be a
guide in determining documentation solicitation and
utilization of qualified minority/women-owned
businesses, employees, etc., and
(d)
Documented evidence of previous use of
on similar projects with dollar amounts
of total contract.
sub-contractors
and percentages
2. Dallas County shall be notified
proposed to actual, as they pertain to
for said changes.
of sub-contractor changes,
t(b) above and the reasons
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
DALLAS COUNTY, TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
TEXAS STATE SALES TAX
The Contractor's attention is directed to the fact that the Texas
Limited Sales, Excise and Use Tax Statue, Chapter 20, Title t22A
has been amended, effective October 2, 1968. This statute was
further affected by House Bill 11 (HB-11) passed by the Texas State
Legislature in 1991 and recent interpretations of this bill by the
Texas State Comptroller.
The Contractor will furnish a "Resale Certificate" to the supplier
or vendor from which he acquires the materials which are
incorporated into the project. Dallas County is a tax-exempt agency
in accordance with the above-cited statutes and as the final
purchaser of the materials incorporated into the project will
provide an exemption certificate to the Contractor for those
materials.
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
DALLAS COUNTY, TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
GIFTS
The Contractor's specific attention is directed to Title 8,
Articles 36.08 and 36.09, Texas Penal Code, titled "Gifts to Public
Servant by Persons Subject to his Jurisdiction" and "Offering Gifts
to Public Servant".
Article 36.08 states that any public servant who solicits, accepts,
or agrees to accept any benefit from a Contractor has committed an
offense punishable as a Class A misdemeanor.
Article 36.09 states that any Contractor who offers, confers, or
agrees to confer any benefit on a public servant has committed an
offense punishable as a Class A misdemeanor.
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIA/qGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
DALLAS COUNTY, TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
CONSTRUCTION PAYMENTS
Dallas County's policy for periodic construction payments
as follows:
shall be
Dallas County construction funds shall be disbursed to Dallas
County Contractors in time intervals of not less than 30 days,
consistent with time frames which meet the requirements of the
State Timely Payment Act.
Construction contracts, without exception, shall include an
estimated Draw Down Schedule, outlining expected payments which
shall be made no sooner than completion of contracted work, subject
to weather, materials availability and the normal review and
certification of specified Dallas County officials and outside
consultants and authorities, as may be required.
Contractors shall provide Dallas County with an updated Draw Down
Schedule on a quarterly basis.
CDBG FY 2002 COPPELL
GOLDEN TRIA/qGLE M.H.
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
DALLAS COUNTY, TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
UNCONTROLLED RANDOM CRACKING
The Contractor's attention is directed to Item 360, CONCRETE
PAVEMENT, Article 360.9 Joints. It is the Contractor's
responsibility to promptly and correctly saw the weakened plane
joints to prevent uncontrolled cracking of pavement from occurring.
The requirements for sawed joints applies equally to Item 360,
Concrete Pavement; Item 530, Concrete Curb, Gutter, Curb and
Gutter, Sidewalks and Driveways and Item 534, Concrete for
Structure Approach Slabs.
To prevent uncontrolled cracking, longitudinal joint spacing should
not exceed fifteen feet. Transverse joint spacing should not
exceed twenty feet. Concrete pavement joint sawing should commence
as soon as the pavement has hardened sufficiently to support the
saw and operator without scarring and the sawing operation does not
pull out aggregate. This will assist in preventing random cracks.
The Specifications require sawing at approximately 60-foot
intervals as soon as sawing can be accomplished without damage to
the pavement and before 24 hours after the concrete has been
placed. The intervening joints would then be sawed. Ail sawing
must be completed within 24-hours to prevent uncontrolled cracking.
Where there is considerable difference between day temperatures
and night temperatures, cracking is more likely to occur.
Therefore, the Contractor is cautioned to proceed with sawing as
quickly as possible after placing and commensurate without causing
damage to the pavement. Delaying sawing until the next day or to
near the end of the 24-hour period is likely to result in
uncontrolled cracking. Concrete which has uncontrolled cracking is
considered deficient workmanship and unacceptable Work under the
terms of the Contract Documents. Such cracks shall be repaired
according to the Plans or as directed by the Engineer at the entire
expense of the Contractor.
Surface cracks shall be routed to the depth and width specified and
shall be sealed with joint sealing material, Class 3 as specified
in Item 433 or Type V as specified in Item 5699 as directed by the
Engineer in writing.
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
Uncontrolled cracks which extend completely through the concrete
section are considered failed pavement. Sections must be removed
and replaced in accordance with details in the Plans or as directed
by the Engineer. Such failed pavement will not be accepted for
payment until repaired. Necessary repairs shall be
made at the Contractor's entire expense.
CDBG FY 2002 COPPELL
GOLDEN TRIA/~GLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
DALLAS COUNTY, TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
WORKERS CO~R~ENSATIONREGLrLATIONS
The Contractor's attention is directed to Texas Workers'
Compensation Commission Rule 110.110. The contractor and Dallas
County shall comply with all aspects of said rule including the
posting of "Required Workers' Compensation Coverage" notice and
"Texas Workers' Compensation commission 406.121-127 of the Texas
Workers' Compensation act, Texas Labor Code, Forms TWCC-81 and 85."
Sample forms are included in the contract documents.
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
TEXAS
WORKERS' COMPENSATION COS~4ISSION
SOUTHFIELD BUILDING, 4000 SOUTH IH-35, AUSTIN, TEXAS 78704
406.121 - 127 of the Texas Worker's Corflpensation Act, Texas Labor Code
FORMS TWCC - 81 AND 85
(4 PAGES - HARD COPY)
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H.
PARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
TEXAS WORKERS' COMPENSATION COMMISSION
Southfield Building, 4000 South IH-35
Austin, Texas 78704
If you are not certain whether all parties meet the requirements for entering into this agreement, you may wish to consult an
attorney.
AGREEMENT BETWEEN GENERAL CONTRACTOR AND SUBCONTRACTOR
TO PROVIDE WORKERS' COMPENSATION DtSURANCE
Notice of Agxeement
The undersigned General Contractor and the ~ndersigned Subcontractor hereby agree that the General Contractor [] will withhold[--] will not withhold the cost
of workers' compensation insurance coverage from thc Subcontxactor's contract price and that, for the purpose of providing workers' compensation insurance
coverage, thc General Contractor will be the employer of the Subcontractor and the Subcontrantor's employees. This agreement makes the General Contractor the
employer of the Subcontractor and the Subcontractor's employees only for the pm2~ses of workers' compensation laws of Texas and for no other purpose.
TERM (DATES) OF AGREEMENT: FROM:
TO:
LOCATION OF EACH AFFECTED JOB SITE (OR STATE WHETHER TH'iS IS A BLANKET AGREEMENT):
ESTIMATED NUMBER OF EMPLOYEES AFFECTED:
THIS AGREEMENT SHALL TAKE EFFECT NO SOONER THAN THE DATE IT IS SIGNED.
General Contractor's Affirmation
If the General Contractor's workers' compensation carrier change~
during the effective period of coverage, it is ~dvisable for the General Contractor
to l'de this form with the new insurance carrier.
Federal Tax I.D. Number
Signature of General Contractor
Date
Address (Street)
Address (City, State, Zip)
Printed Nme of General Contractor
Subcontractor's Affirmation
Federal Tax I.D. Number
Signarttre of Subcontractor
Date
Address (Street)
Address (City, State, Zip)
Printed Name of Subcontractor
Four copies of this form must be completed: This agreement must be filed by the General Contractor with both the Texas Worker~' Compensation Commission and
the workers' compensation insurance carrier of the GeneraI Contractor within 10 days of the date of execution. The original must be filed with the Commlqsion.
The agreement must be fded by pERSONAL DELIVERY OR REGISTERED OR CERTII:IED MAIL. Failure to file this agreement may result in a fine of up to
$5,000. Both the General Contractor and the Subcontractor must also retain a copy of the agreement.
Rule 112,101
TWCC-B1 (Rev. 5/95)
TEXAS WORKERS' COMPENSATION COMMISSION
Southfield Building, 4000 South IH-35
Austin, Texas 78704
If you are not certain whether all parties meet the requkements for entering into this agreement, you may wish to consult an
attorney.
Texas Workers' Compensation Act, Texas Labor Code, Section 406.121(2) defines 'independent contractor' as follows: (1) "iadependem contractor' means a
person who contracts to perform work or provide a service for the benefit of another and who ordinarily: (A) acts as the employer of any employee of the
contractor by paying wages, directing activities, and performing other similar functions characteristic of an employer-employee relationskip; (B) is free to
determine the manner ia wbicb the work or service is performed, including the hours of labor of or method of payment to any employee; (C) is required to furnish
or have ~ employees, if any, furnish necessary tools, supplies, or materials to perform the work or service; and (D) possesses the s 'kills required for the specific
work or service.
AGREEMENT BETWEEN GENERAL CONTRACTOR AND SUBCONTRACTOR
TO ESTABLISH INDEPENDENT RELATIONSHIP
Notice of Agreement
The undersigned General Contractor and the undersigned Subcontractor hereby declare that:
(A) the Subcontractor meets the qualifications of an Independent Contractor under Texas Workers' Comper~sation Act, Texa~ Labor Code,
Section 406.121;
(B) the Suboontxactor is operating as an independent contractor as that term is defined under seition 406.121 of the Act;
(C) the Subcontractor assumes the respomibilities of an employer for the performance of work; and
(D) the Subcontractor and the Suboontractor's employees are not employees of the General Contractor for purposes of the Act.
TERM (DATES) OF AGREEMENT: FROM:
TO:
Name of General Contractor
LOCATION OF EACH AFFECTED JOB SITE (OR STATE WHETHER
THIS IS A BLANKET AGREEMENT):
Name of Subcontractor
Estimated number of employees affected:
THIS AG1LEEMENT SHALL TAKE EFFECT NO SOONER THAN THE
DATE IT I$ SIGNED.
General Contractor's Affirmation
If the General Contractor's workers' compensation carrier changes
during the effective period of coverage, it is advisable for the
General Contractor to File this form with the x~ew insurance carrier.
Federal Tax I. D. Number
Date Ad.ess (Street)
Address (City, State, Zip)
Subcontractor's Affirmation
Federal Tax I. D. Number
Date Address (Street)
Printed Name of Subcontractor Address (City, State, Zip)
Three copies of this form must be completed: This agreement must be filed by the Genera Contrac or w~th the workers compensation insurance carrier of the
General Contractor within 10 days of the date of execution. The original mu~t be filed with the insurance carrier by PERSONAL DELIVERY OR REGISTERED
OR CERTIFIED MA~L. Both the General Contractor and the Subcontractor must also retain a copy of the agreement.
Rule 112.101
TWCC-85 (Rev. 5/95)
DALLAS COUNTY, TEXAS
SPECIAL PROVISION
IMPORTANT NOTICE TO CONTRACTORS
SUB~4ITTING BID PROPOSAL BY COMPUTER PRINTOUT
Bidders, at their option, in lieu of hand writing in the unit
prices in words in ink in the proposal, may submit an original
computer printout sheet bearing certification by and signature
for the bidding firm. The unit prices shown on acceptable
printouts will be the unit prices used to tabulate the bid and
used in the contract if awarded by Dallas County Commissioners
Court. As a minimum, computer printouts must contain the
information and in the arrangement shown on the "Example of Bid
Prices Submitted by Computer Printout" form in the proposal.
Proposals with unit prices by computer printout will not be read
if:
1. The proposal does not bear the certification verbatim,
shown on the example in the proposal.
2. The computer printout is not signed in the name of the
firm to whom the proposal was issued.
3. The computer printout omits required bid items or
includes items not shown in the proposal.
4. The proposal issued by Dallas County Public Works
Department is not full executed as provided above.
as
If the proposal submitted by the bidder contains both the form
furnished by Dallas County Public Works Department, completed
according to the instructions, and also a computer printout,
completed according to instructions, only one will be considered.
In this situation, the unit bid prices shown on the computer
printout will be used to determine the bid.
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER ~LAINS
MARCH 2004
O0
SPECIAL PROVISIONS TO TI~E GOVERNING SPECIFICATIONS
WAGE DECISIONS
HUD REQUIREMENTS
Dallas County CDBG Contact
Rachel Brown
Community Development Assistant
214-653-6359
NOTE:
Any modifications to Federal Wage Requirements published in the Federal
Register ten (10) days or longer before the start of construction are
considered operative for the purposes of any contract by Dallas County
under the provisions of the Housing and Community Development Act of
1974.
pREVAILING RATE AS PROVIDED FOR IN THE DAVIS-BACON REGULATIONS
Section 1.2 DEFINITION
(a)
(c)
(d)
(0
The "prevailing wage" shall be the wage paid to the majority (more thar~ 50 percent) of
the laborers or mechanics in the classification on similar projects in the area during the
period in question. If the same wage is not paid to a majority of those employed in the
classification, the "prevailing wage" shall be the average of the wages paid. weighted by
the total employed in the classification.
The "laborer" or "mechanic" shall be'. those individuals whose duties are 'manual or
physical in nature, including workers who are performing the work of a trade (e.g.,
electrician).
The "apprentice" shall be a person employed and individually registered in a bona fide
apprenticeship program, including step-up apprenticeship programs designed for Davis-
Bacon construction work.
The "trainee" shall be a person registered and receiving on-the-job training in a
construction occupation pursuant to a training program approved in advance by the
Bureau of Apprenticeship and Training (BAT).
"Wages" shall be the basic hourly rate of pay plu~. any contribution irrevocably made by
a contractor or subcontractor (employer) to a bona fide fringe benefit fund, plan or
program.
,'Fringe Benefits" includes medical or hospital care, pensions on retirement or death.
compensation for injuries or illness resulting from occupational activity or insurance to
provide any of the above, unemployment benefits, life insurance, vacation or holiday
pay, defraying costs of apprenticeship or similar programs; or other bona fide fringe
benefits.
DAVIS-BACON
STATUTORY PROVISIONS.
Davis-Bacon Act (40 U.S.C.276a - 276a-5). The Davis-Bacon Act (DBA) provides that'
contracts in excess of $2,000 to which the United States is party for the construction,
alteration, and/or repair, including painting and decorating, or public buildings or public
works which involve the employment of laborers and/or mechanics, shall contain
provisions with respect to minimum wages, fringe benefits, payments without
deductions or rebates, withholding funds fi.om contractors to ensure compliance with the
wage provisions, and termination of the contract or debarment for failure to adhere to
the required provisions.
Copeland Act (Anti-Kickback Act) (40 U.S.C.276c). The Copeland Act makes it a
criminal offense for any person to induce, by any manner whatsoever, any person
employed in the construction, prosecution, completion, or repair of any public building,
public work, or building or work financed in whole or in part by loans or grants fi.om the
United States, to give up any part of the compensation to which he is entitled under his
contract of employment. The Act also provides for the submission of weekly statements
of compliance and weekly payrolls by all contractors in a format which meets the
requirements Of contractors in a format which meets the requirements of 29 CFR Section
5.5. (See Exhibits 5 and 6 in the Appendix.) The Copeland Act applies to both
contractors and subcontractors. Department of Labor Regulation 29 CFR Section 3.3(c),
which implements the Act, indicates that the payroll statement requirements do not
apply ko any contract of $2,000 or less.
REGULATORY PROVISIONS
HUD Public Housing Agencies, Indian Housing Authorities, Local and State Housing
and Community Development Agencies and Co-insuring Lenders which are responsible
for the performance of labor standards administration and enforcement activities
delegated by HUD use the regulations promulgated by the Secretary of Labor and
contained in Title 29 of the Code of Federal Regulations (CFR) Parts 1, 3, 5, and 7.
HUD has delegated certain day-to-day enforcement responsibilities to Public Housing Agencies~
Indian Housing Authorities. Local and State Housing and Community Development Agencies
and Co-insuring Lenders, which directly administer HUD-assisted programs.
The County/Contractor will comply with Davis-Bacon regulations. At a minimum the
County/Contractor shall:
a) Complete and submit to HUD the "Start Work Notice" (Exhibit A). This form
should be submitted in duplicate to:
b)
c)
d)
e)
f)
U.S. Deparhuent of Housing & Urban Development
Office of Labor Relations, 6ASL
P.O. Box 2905
Fort Worth, Texas 76113-2905
ATUN: Nancy Oakley
Pay all laborers and mechanics employed or working on the site of the work
unconditionally and not less often than once a week the full amount of wages
and bona fide fringe benefits computed at rotes not less than those contained in
wage determination.
Post at the job site. "Notice to all Employee" notice. This should be posted at
locations where it is accessible and easily seen and read by workers.
(Exhibit B)
Post the wage determination at the job site in a prominent and accessible place
where they can be easily seen and read by workers.
Make available, to County Davis-Bacon staff, those employees working on the
project for employee interviews. Require employees to complete a "Payroll
Deduction Authorization" form for deductions other than income tax and social
security deduction.
Submit weekly payroll journals: that are complete and accurate to Dallas
County Davis-Bacon staff. (Exhibit C)
2
g)
h)
i)
Ensure all lower-tier subcontractors and subcontractors submit their weekly payroll
journals to the prime contractor who will submit it to Dallas County Davis-Bacon staff.
Ensure that all payroll journals are numbered sequentially beginning with 1, and the
final journal marked "Final".
Submit weekly payroll journals to Dallas County Davis-Bacon staff no later than seven
(7) work days following completion of the work week. Both the front and back of the
form should be completed.
J)
k)
At the completion oftbejob, the Contractor shall submit with its final payroll journal
the "Termination of Work Notice" to the HUD address stated on the "Start Work
Notice".
Request additional labor classifications, if needed, by contacting Dallas Cot~nty Davis-
Bacon staff.
Require employees to complete a "Payroll Deduction Authorization" form for deductions
other than income tax and social security deductions.
RESPONSIBILITY OF THE PRIME CONTRACTOR
The principal contractor or prime contractor is responsible for the full compliance of all
employers (contractor, subcontractors and any lower'tier subcontractors) with the labor
standard provisions applicable to the project.
In addition to submitting the "Start Work Notice" and "Termination of Work" to HUD,
the contractor should also submit a copy of these reports to:
Dallas County Commissioners Court
411 Elm Street, 3rd Floor
Dallas, Texas 75202
ATTN: Rachel Brown
FORCE ACCOUNT
Under most Davis-Bacon statutes, only employees of contractors or subcontractors are
subject to Davis-Bacon wage' requirements. In some instances, rather than contracting
or subcontracting out construction work, a grant recipient performs the construction in-
house, with its own force account employees. Such force account work is not subject
to Davis-Bacon wage requirements under statutes that cover only employees of
contractors or subcontractors- Those cities using their own employees are not subject to
Davis-Bacon requirements. However, the "Start of Work Notice" must be completed
with the wording clearly marked on this notice 'Force Account'.
4
COMMUNITY DEVELOPMENT BLOCK GRANT
REQUIREMENTS
LABOR STANDARDS
AND
WAGE DESICION CERTIFICATION
NOTICE
TO ALL
EMPLOYEES
Working on Federal or Federally
MINIMUM
WAGES
You must be paid not less than the wage rote
in the schedule posted with rids Notice for
the kind of work you perform.
OVERTIME
APPRENTICES
PROPER
PAY
You must be paid not less than one and one-
half times your basic rate of pay for all
hours worked over 40 a week. There are
some exceptions.
Apprentices rates apply only to apprentices
properly registered under approved Federal
or State apprenticeship programs.
If you do not receive proper pay, contact the
Contracting Officer listed below:
RACHEL A. BROWN
or you may contact the nearest office of the
Wage and Hour Division, U.S. Depmtment
of labor. The Wage and Hour DiviSion has
offices in several hun&ed communities
throughout the country. They are listed ia
the U.S. Government section of most
telephone directories under:
U.S, Department of Labor
Employment Standards
Admmtstration
Exhibit A
Start Work Notice
PLEASE RETURN TO THE FOLLOWING ADDRESS:
HUD, Labor Relations
800 Cherry
Fort Worth, Texas 76113-2905
This is to notify you that construction has started on the following project:
HUD PROJECT NUMBER:
LOCATION:
DATE OF START OF WORK:
WAGE DECISION NUMBER:
BRIEF DESCRIPTION OF WORK:
CONTRACT AWARD DATE:
BID OPENING DATE:
AMOUNT:$
(Type or Print Name)
(Signature)
(Title)
(Telephone Number)
GENERAL DECISION: TX20030035 02/13/2004 TX35
Date: February 13, 2004
General Decision Nuraber: TX20030035 02/13/2004
Superseded General Decision Nut,bet: TX020035
State: Texas
Construction Types: Heavy
Counties: Collin, Dallas, Denton, Ellis, Kaufman and Rockwall
Counties in Texas.
Water and Sewer Lines/Utilities {Including Related Tunneling
Where the Tunnel is 48" or Less in Diameter)
Modification Number
0
1
Publication Date
06/13/2003
02/13/2004
* PLUM0100-002 05/01/2003
Rates Fringes
Plumbers and Pipefitters ....... $ 22.32
6.57
SUTX1991-004 09/23/1991
Rates Fringes
Laborers:
Common ...................... $ 6.533
Utility ..................... $ 7.467
Pipelayer ...................... $ 7.828
Power equipment operators:
Backhoe ..................... $ 10.804
Crane ....................... $ 10.942
Front End Loader ............ $ 9.163
Tunneling Machine (48"
or less) .................... $ 9.163
Truck Driver ................... $ 8.528
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) {ii)).
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
'- 1 of 2 3/26/04 4:03 PM
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.} is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
{See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.} that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
4.)
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Ail decisions by the Administrative Review Board are final.
END OF GENEPJ~L DECISION
-- 2 of 2 3/26/04 4:03 PM
o~
~E_~<
,cC
No. 2501-0011
U.S. DEPARTMENT OF HOUSING AND URBAN D~VELOPMENT
OFFICE OF LABOR RELATIONS
Report of Additional Classification and Wage
Rate to Wage Determination Number:
*Trade Classification:_
PRO4ECT IL~qE: - PRCkIECT NO:
Ccetolete one of.the following paragraphs A-O to doc~aent that the classifi-
cation and wage rate are 'prevailing in the area for y.our type of construction.
A. AS Prime Contractor I have surveyed the following contra, ctors (in the area)
and have found the classification of work at the follow~ng rates of pay and
fringe benefits (where applicable):
~ Contractor/Location (cit),/state). Base Rate. Fringe Benefits
Proposed prevailing rate: _plus fringe benefit of
B. ! am currently under a labor agreement and this classification has a base
rate of and fringe benefit:of , according to our contract.
'Copy of contract enclosed /_.._._~; copy of union contract has been provided
your offt ce
C. I am not under a union agreement or the union agreement does not state the
uested classification and rate proppsed; however, the employee and/or
.req ..... -'-.- ~ ......reed that this classification is prevailing
his/net represen~a~,v~ ,,owe o~
and has the following prevailing base rate of and fringe benefits
of
Employee. or Representative
Title -
D. Attached are signed statements fro~ the Secretary of the Trade Association
representing contractors (e.g., AGC, ABC) and the Secretary of the Building
Trades Council having Jurisdiction (representing Labor), stating the '
classification is prevailing and the prevailing mtnim~n wage rate.
(~)
~Stgnature of Prime Contractor) L$ignature ot Director of Labor
Relatt OhS)
DATE:_
*Additional classifications needed for work not included within the scope
of the classifications listed in the OOL wage determination may be added
after award only as provided in the labor standards contract clauses
(29 CFR 5.5 ia)ii)iii).
EMPLOYEES AGREE TO PROPOSED RATE YES , no _
CONTRACT AWARD OR START OF CONSTRUCTION DATE
N~:: Use of this form is ogticr, al.
indlvi~uals who
HUD-4230A (O~W_Lcr~ ~'orm)
~ Ho. 25Ol-O0)_1
o~ No. 2501-0011
(]~xpi.r~ s/31/89)
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
OFFICE OF LABOR RELATICltS
Report of Additional Classification and Wage
Rate to Wage Determination Number:
*Trade Classification:
PROJECT NAM£: PROJECT NO:
Cmpleto one of the following paragraphs A-D to document that the classifi-
cation and wage rate are prevailing in tJ~ area for y.our t~q)e of construction.
A. As Prime Contractor I have surveyed the follo~rlng contractors (in the area)
and have found the classification of work at the following rates of pay and
fringe benefits (where applicable):
~Contractor/Locatton (city/state) Base Rate Fringe Benefits
Proposed prevailing rate: plus fringe benefit of ..
B.' I am currently under a labor agreement and this classification has a base
rate of and fringe benefit, of · according to our contract.
Copy of contract enclosed /-~'/'; copy of union contract has been provided
your office
C. I am not under a union agreement or the union agreement does not state the
requested classification and rate proppsed; however, the employee and/or
his/her representative have agreed that this classification is prevailing
and has the following prevailing base rate of and fringe benefits
of
Employee. or Representative
Title
O. Attached are signed statements fro~ the Secretary of the Trade Association
representing contractors (e.g., AGC, ABC) and the Secretary of the Building
Trades Council having jurisdiction (representing Labor), stating the
classification is prevailing and the prevailing mtntm~ wage rate.
(2)
{Signature of Prime Contractor) ~Signature of Director of Labor
Relations)
DATE: ,,,
*Additional classifications needed for work not included within the scope
of the classifications listed in the DOL wage determination may be added
after award only as provided in the labor standards contract clauses
(2g CFR 5.5 (a)(1)(it).
EMPLOYEES AGREE TO PROPOSED RATE YES no
CONTRACT AWARD OR START OF CONSTRUCTION DATE
Use of t~-is form is opticr~l.
individuals who refrain Iz. Qn
,.~ir'~ .it.
HUD-4230A
c~ No. 2501-0011
SPECIAL SPECIFICATION
ITEM 7000
PARTNERING
The Dallas County Department of Public Works invites the Contractor
to join it in a voluntary "Partnering" arrangement for the work
covered by this contract. Acceptance of the partnering invitation
may result in a delayed notice to proceed in order to complete the
"Partnering Workshop" prior to pre-construction conference being
held. If the partnering invitation is accepted:
1. Contractor shall select a third-party facilitator, materials and
neutral site, in Dallas County to conduct the team building
workshop for the Contractor and Department personnel. A hotel or
convention center meeting room, minimum distance of five miles
from project site is recommended. Facilitator and site
selection shall require Department concurrence. An anticipated
cost of approximately $4,000 to $9,000 for site facilities, the
facilitator and his associated expenses, will be shared equally
(50-50) by the Department and the Contractor. The Contractor
will be reimbursed for the Department's fifty percent on the
first monthly estimate following the workshop. Procedures and
considerations for bidding this Item are set out in paragraph 9
of this section.
2. Contractor and Department will exchange lists of the key
personnel, minimum of five with maximum of twelve persons from
each of the parties, to be participants in the workshop. The
list will contain the name and job title of each person, a
contact phone number and the address for job related
correspondence. As a minimum the County personnel will include
all inspectors who are' contemplated to be assigned to the
project, the Senior Inspector and the Project Engineer. As a
minimum, contractors personnel will include the Project Manager,
Project Superintendent, and a field representative from the
paving crew, excavation crew, structure crew and the storm sewer
and/or utility crew. This will include field representatives of
the major sub-contractors and or material suppliers. In
addition, when agreed upon by the Prime Contractor and the
County, up to two representatives each from Dallas Water
Utilities and/or the incorporated City/cities involved will be
asked to participate.
3. A definitive working arrangement for the partnership will be
agreed upon and committed to writing at the workshop. The
arrangement will set out the mutually recognized goals and
expectations of each of the parties.
4. Contractor and Department agree that each of the key personnel
identified will be assigned to the work for its duration and
will not be transferred or reassigned without 30 days notice and
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. pARK FIRE HYDRANTS & WATER MAINS
adequate replacement.
5. Contractor and Department agree to provide at the work site,
persons who will be committed towards the achievement of the
goals and implementation of the partnership agreement.
6. Ail disputes shall be processed in the manner agreed upon by the
parties during the workshop.
7. Either partner may withdraw from the Partnership Arrangement
upon written notice to the other. However, no claim or dispute
settled or change approved during the existence of the
partnership shall be revived.
8. The sole remedy for non-performance of the partnership shall be
termination of Partnership arrangement as set out in paragraph 7
of this section.
9. Due to administrative considerations, Dallas County has elected
to fund its 50% share of costs indicated in paragraph 1 above,
directly from the project allocation. For this reason,
contractors accepting this invitation should submit a unit price
bid for this item, as an alternate bid. The alternate (bid
price) for this Item will not be considered for purposes of
determining the iow bidder. The price bid will be the
contractors best estimate of one half of the costs indicated in
paragraph 1 above. Payment to the contractor will be one half
(50%) of the actual workshop invoice costs, irrespective of the
unit price bid for Item 7000, but in no case more than the unit
price bid, supported by complete documentation. An alternative
price bid of $1.00 for Item 7000, in the alternate bid, will be
considered as an indication that the contractor does not wish to
accept the invitation.
10. Dallas County Department of Public Works shall have the option
to hold and/or facilitate the Partnering Workshop.
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
SPECIAL SPECIFICATION
ITEM 8000
GUIDANCE FOR DOCUMENTING CONTRACTOR PERFOP4~h~/~CE EVA~LUATIONS
3 o
o
PURPOSE - To establish a policy and procedures for
evaluating construction contractor performance.
~PPLICABILITY - The policy and procedures set forth herein
will be applied by the Dallas County Department of Public
Works to all contracts that include expenditure of County
funds for direct construction costs regardless of the
responsibility for construction management/oversight.
PROCEDURES -
(a)
Project Engineers in the Engineering and Construction
Division of the Department of Public Works will
collaborate with the Dallas County Construction
Inspector throughout the construction period to
evaluate the Contractor's performance and prepare a
performance evaluation report on the prescribed
form (s) accompanying this document.
(b)
The final performance evaluation report shall be
prepared within 60 days of substantial completion of
the work, or at the time of contract termination.
(c)
An interim performance evaluation report shall be
prepared for contracts underway when a contractor's
performance is generally unsatisfactory for any element
for a period of three months or longer, or as
appropriate.
(d)
Preaward Responsibility Determinations. Previous
performance evaluations of construction contractors
will be used in making responsibility determinations.
Before selecting qualified responsible contractors for
future awards, the Project Engineer must retrieve all
performance evaluations on file pertaining to the
prospective awardee's and make a determination of
responsibility regarding the contractors' previous
performance on County contracts. Particular attention
should be given interim unsatisfactory evaluations
whenever a final evaluation is not yet available.
IMPLEMENTATION -
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. P]~RK FIRE HYDRANTS & WATER MAINS
(a) The first step in evaluating contractor's performance is
notifying the contractor at the preconstruction conference of
the performance elements against which his performance will be
evaluated. This notification is documented in the contract
file. The contractor should be informed as to what
constitutes satisfactory and unsatisfactory performance during
the life of the contract, and that the Project Engineer and
Inspector intend to use performance evaluations to document
contract performance. Documentation to support the evaluation
should be collected throughout the course of the contract.
(b) Interim Performance Evaluation Reports
(1) P~n interim performance evaluation report must be
initiated when a contractor's performance is
unsatisfactory on one or more elements for a period of
three months or longer, or when circumstances dictate
as noted in paragraph b(3) below. When unsatisfactory
performance is noted, the contractor will be called
into a conference to discuss problem areas and their
resolution. A Memorandum for Record (MFR} of the
meeting will be prepared. The contractor will be
advised that performance must improve within 30 days or
within a reasonable period. During this period, the
Project Engineer and Inspector will closely monitor
problem areas. If no material improvement is noted, a
letter will be sent to the contractor as notification
of intent to issue an interim unsatisfactory
performance rating. The letter will address previous
meetings and identify the facts on which the interim
unsatisfactory rating is based. A copy of this
correspondence will be forwarded to the contractor's
bonding company. (NOTE: The Director of Public Works
should be kept personally aware of the status of the
contract.) It is mandatory that the contractor be
given the opportunity to meet with the Project Engineer
and/or Director of Public Works prior to issuance of
the unsatisfactory rating.
{2) The contractor will be allowed at least 14 days to
respond in writing to the notification of intent
letter. At the end of the specified time period, if
there is no response or evidence of substantially
improved performance, the interim unsatisfactory rating
will be issued. Once again, the contractor's bonding
company will be notified of the actions taken. If the
contractor responds within the allotted time frame, all
written comments will be included in the report. If
not, a comment regarding the contractor's lack of
response will be included in the evaluation. Should
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. pARK FIRE HYDRANTS & WATER MAINS
the contractor respond to the "letter of intent" within
the allotted time frame, any written comments made by
the contractor will be included in the report and
factual discrepancies alleged shall be discussed,
resolved, if possible, and made a part of the report.
Changes in the report may be made, if appropriate.
(3) As stated in paragraph 5b(1) above, the normal
time frame for initiation of an interim unsatisfactory
performance evaluation usually occurs after three
months of unsatisfactory performance. However, in
circumstances involving a critical feature of the work
that the contractor must perform satisfactorily and
does not, or if the project is of a short duration, an
unsatisfactory rating for poor performance may be
issued without waiting for the end of the three month
evaluation period.
(4) Interim unsatisfactory ratings alert contractors
of their shortcomings and serve as a valuable tool in
energizing them to improve their performance, correct
deficiencies, and avoid a final unsatisfactory rating.
After the issuance of an interim unsatisfactory
rating, the Project Engineer and Inspector must
continue to monitor the contractor's performance and to
document performance improvement. Documents should be
in the form of a memoranda of meetings, "cure" letters
to the contractor, quality assurance reports,
photographs, etc. The Project Engineer will re-
evaluate the interim unsatisfactory rating every three
months until the contract is complete. The re-
evaluation should include the reasons why it is in the
County's best interests to allow the contractor to
continue performance of the contract. A new evaluation
is not required if the unsatisfactory performance
continues for additional periods, although the files
should continue to be fully documented. However,
should the contractor's performance on any performance
evaluation element change, the original interim rating
may be amended with a written addendum which reflects
the changes. This written amendment should become a
part of the original contract file.
(C) Final Performance Evaluation Reports
(1) Within 60 days of substantial completion of the work
determined jointly by the Project Engineer and Inspector)
Performance Evaluation Form must be prepared. Final
evaluation performance reports are processed in the same
manner as described above, except that the 30-day review
(As
a
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIAJqGLE M.H. P~tRK FIRE HYDRANTS & WATER PUtINS
period stipulated is only applicable to interim
unsatisfactory evaluation reports. The original performance
evaluation report for each contract is to be retained in the
contract file for a minimum of three years after the date of
the report. The Project Engineer is usually the evaluator
who prepares the report, and each performance report shall be
reviewed for accuracy and fairness by an individual having
knowledge of the contractor's performance at a supervisory
level above that of the evaluator.
(2) If the evaluator concludes that a contractor's
overall performance was unsatisfactory, the contractor
shall be advised in writing that a report of
unsatisfactory performance is being prepared and the
basis for the report. The contractor must be afforded
the opportunity to submit written comments, which
should be addressed and included in the report. There
are no rigid rules governing the number of items of a
performance evaluation which must be unsatisfactory
before an overall unsatisfactory rating is issued.
Unsatisfactory performance on one or more of the
elements to be rated may be sufficient to justify an
overall unsatisfactory rating. Final unsatisfactory
ratings should not be a surprise to the contractor
since interim notification of the contractor's
deficiencies should be fully documented during the
course of the contract, and it is mandatory that the
contractor be given the opportunity to meet with the
Project Engineer and/or Director of Public Works prior
to issuance of the unsatisfactory rating. However, an
interim unsatisfactory report is not a prerequisite for
issuing a final unsatisfactory rating. Further, the
Contracting Officer must be satisfied that the
justification and documentation supporting an
unsatisfactory rating is adequate. Interim and final
unsatisfactory performance evaluation reports must be
signed by the Project Engineer or Director of Public
Works. The final performance evaluation report will
supersede any previous interim reports. Final
unsatisfactory ratings can be amended, if warranted, to
reflect changes in the evaluation of performance
elements caused by resolution of contractor claims or
compliance with warranty requirements. Amendments to
final unsatisfactory reports must be made in writing
stating why an amendment to the rating is necessary and
which elements need to be changed.
(3) On job order contracts, a final performance
evaluation report should be prepared at the conclusion
of the entire contract.
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PA~RK FIRE HYDRANTS & WATER MAINS
(d)
Future Exclusion from County Projects. Following
issuance of a final unsatisfactory performance
evaluation report, the Director of Public Works shall
promptly make a determination regarding the
appropriateness of pursuing exclusion of the contractor
from future consideration for work on Dallas County
projects based on his record of unsatisfactory
performance evaluations. This written determination
shall indicate the rationale for seeking or not seeking
exclusion.
(e)
Outstanding Performance Ratings. When appropriate,
contractors should be recognized for outstanding
performance on projects. When submitting an
outstanding rating, the evaluator will include a draft
letter of appreciation to the contractor with a copy of
the evaluation. The Project Engineer shall review the
draft and have it typed in final form for the Director
of Public Works signature.
(f)
Subcontractor Performance Evaluations. Where a
subcontractor is known to exert significant influence
on or control progress through a special relationship
with the prime contractor (as in the case of a
subsidiary or an affiliated company), or by virtue of
performing a significant portion of the contract, a
performance evaluation will be prepared on the
subcontractor, in addition to the evaluation report
prepared on the prime contractor. Subcontractor
evaluations are stored in the same manner as for prime
contractors.
{g) Contractor Notice. A copy of each completed
performance evaluation must be formally transmitted to the
contractor, regardless of the rating. This action is especially
important for contractors who are performing in an unsatisfactory
manner. Unsatisfactory contractors should be given a copy of the
performance evaluation report as soon as it has been processed
and signed by the Director of Public Works.
CDBG FY 2002 COPPELL MARCH 2004
GOLDE/q TRIANGLE M.H. PARK FIRE HYDRANTS & WATER MAINS
Item 9000 - CITY OF COPPELL WATER UTILITIES PRE-CONSTRUCTION PACKET
Revised 11/02
COFFELL
WATER UTILITIES
PRE-CONSTRUCTION PACKET
The Water Utilities Division of Public Works has prepared this packet of information to offer
contractors an understanding of our operations and what is to be expected on a Water/Sanitary
Sewer related project in the City of Coppell.
This packet includes the following reference documents:
Water/Sewer approved products list
3/4" through 2" xvater service fittings guide
Meter setter specifications
1" meter set detail
1 1/2" & 2" meter set detail
Walk through punch list guideline
Sanitary sewer manhole and clean-out standards
Construction meter application
Request for water shut down
Details
Approved Testing Agency/Back-flow (contact Water Utilities Division: 972-462-5155)
The above referenced information should be beneficial in the construction of water and sanitary
sewer facilities. This information should be used in conjunction with the City standard
construction details and design criteria, along with the N.T.C.O.G. standard. (In some cases,
however, actual details may not be identified in the City's standards).
If for any reason during construction the contractor needs to make a tie in to, lower, or cross an
existing water or sanitary sewer line, he should contact the Water Utilities Division for
coordination prior to any excavation. When working in the City right-of-ways and easements,
the contractor shall contact the Utilities Division for a line location 48 hours prior to any
excavation. Water Utilities field personnel will turn on or off (operate) any existing valves or
valves connected to the City's system. Contractors need to contact the Coppell Water
Department for water shut downs during construction. The contractors shall be responsible to
notify the affected properties using the form that has been provided in this packet.
When a contractor needs water on a project he will be required to provide a deposit of $1,000.00.
Upon availability, a meter will be provided by the City. Construction water rates are the same as
the City's commercial water rates.
If the project is other than residential, it will require installation of water meters. These meters
will be installed according to City standards and as referenced in this document. The meter shall
be purchased from the City and must be paid for 45 days in advance. When a contractor is issued
a water meter, he will be required to pay the cost of the meter, a $30.00 deposit for each
-- I
Revised 11/02
Irrigation and/or Fireline meter, a $35.00 deposit for a domestic meter, and $50.00 inspection fee
for each meter. Before a meter can be issued, the contractor must complete the meter set
according to City standards and an inspection must be performed on that setting. If the setting is
found acceptable, then the contractor can receive the meter. Once the meter has been installed
the contractor will call the Utilities Division at (972) 462-5155 and request a final inspection of
the meter setting. An inspector from the Utilities Division will perform the water service and
meter installation inspection and approve or deny, (if denied, the contractor will be notified). It
is'important to remember that even though a meter setting has passed its initial inspection, the
final walk through of the project may require adjustments in the meter set, boxes, or vaults. All
Back-flow devices will need to be tested by a certified tester as approved by the City of Coppell
Utility Division before p/'oject is released.
Upon completion of a project, a walk through is performed with Utility personnel present to look
at the components of the water and sanitary sewer system to insure they are properly situated to
allow for effective and efficient operation and maintenance. The contractor will participate in the
walk through and perform the following tasks during the walk through process:
I. Remove and replace all valve stack lids to allow access with a valve wrench.
Remove and replace all manhole lids to allow visual verification that ring and lid
are set properly and manhole is clean. Also to verify installation of rain pan and
chimney seal. Use type Bolt-down lid for SS Manhole (when required).
3. Operate all water valves to insure proper operation.
Operate all fire hydrants in open and capped positions to visually verify proper
operation.
Remove and replace all mainline clean out caps to allow visual verification of
proper alignment of clean out shoe and pipe end for plug placement.
Open and close each water meter box to allow visual verification that the meter
setter and valves are properly aligned.
Remove and replace all lot clean out caps to ensure proper installation of drop
pipe and sweep tee.
Each of these tasks should be performed in the presence of a representative from the Water
Utilities Division. Once the walk through is completed, a final punch list will be provided to the
contractor. After the contractor has completed the requested corrections, the punch list items will
be looked at again to insure that corrective measures have been taken. Contact the Utility
Division when required corrections are complete.
If at any time the contractor has a Water/Sanitary Sewer related emergency or needs to
communicate with the Water Utilities staff, they ;vill need to contact the Assistant Director of
Public Works at (972) 462-5151.
-- 2
COl'FELL
CONSTRUCTION REFERENCE LIST
Revised 11/02
Building Inspection Department
500 Southwestern Boulevard
Coppell, Texas 75019
Phone: 972-304-3500
Fax: 972-304-3514
Inspection Requests: 972-304-3516
Engineering Department
255 Parkway Boulevard
Coppell, Texas 75019
Phone: 972-304-3679
Fax: 972-304-3570
Fire Marshal
Travis Crump
500 Southwestern Boulevard
Coppell, Texas 75019
Phone: 972-304-3503
Fax: 972-304-3514
Planning Department
255 Parkway Boulevard
Coppell, Texas 75019
Phone: 972-304-3678
Fax: 972-304-3570
Utilities Department
816 S. Coppell Rd.
Coppell, Texas 75019
Phone: 972-462-5155
Fax: 972-462-5199
- 3
CITY OF COPPELL
WATER UTILITIES
LIST OF APPROVED MATERIALS & PRODUCTS
Water Valves (Up to 12" in Size)
Resilient Seat Inline Gate Valves
1. Waterous 500 R.W. Epoxy Coated
2. American DarIing- RS
3. Kennedy ~ Ken - Seal
4. Mueller- RS
5. Stockham - C509 R.W.
6. Clow - R.W.
7. AVK - R.W.
Tapping sleeves shall be Stainless or Epoxy coated.
Larger Valves specified in Standard Construction Details and reviewed on case by case basis.
Fire Hydrants
1. Waterous Paces - WB67-100
2. Mueller - Super Centurion 250
3. Kennedy - Guardian
4. American Darling - B84B 5 1/4"
5. Clow
6. AVK
7. Anchor Copling
8. Meg-a-lug Fittings
Meter Boxes
Bass & Hayes or Approved Equal Galvanized with cast iron ring and lid. 28" for 1", 1 I/2" & 2"
meter settings.
Meter Yokes (Setters)
3/4" Ford VBHC72-9W - 1" MIP x 3/4" DP
1" Ford VBHC74-12W - 1" MIP x 1" DP
1 1/2" Ford VVF 66-12B or equal
2" Ford VVF 77-12B or equal
(When separate double check
required * Ford V72-1 OW or equal).
(When separate double check
required * Ford V74-12W or equal).
Water Services
Type K Copper for 1" to 2"
Tapping Saddles are all bronze with double strap (Flat Strap for PVC)
4
Revised 6/2002
Brass Fittings
Jones
Ford
Mueller
McDonald
Connections need to be flared type or compression fittings connecting copper to valves or
adapters.
Water Lines
#12 wire/Blue 1 fi. above main (Tracer)
PVC - Blue in Color
I0" and smaller Class 200 DR-14 or DR-21
12" up Class 150 DR-18
Ductile Iron - Class 51 (For 16" and Larger Lines) with poly sleeve
Sewer Lines
Tracer tape I fi. above main
PVC - Green - for 8" thru 12" lines
SDR 35 - for 8" thru 12" lines
Class 50 Ductile Iron - Larger than 12" lines (Per approval of City Engineer)
PVC Pipe (types approved on individual basis) - Larger than 12" lines
Pipe Fittings
Compact Ductile Iron
Mega lug or anchor couplings used at Fire Hydrants, valves, and all ductile iron fittings.
Meter Vaults
Concrete site poured or pre-fab, if pre-fab vaults are used - will not accept fiat bottom - shall
have at least 6" wall lip recess and check detail for sump-hole.
Bilco lids are standard on Vaults. #Q-4 with lock hasp installed at lock end on lid. Vault
elevation 8" above finish grade.
Meter Settings
All meter settings shall have a UL Approved Double Check, Back-siphonage Device installed on
the discharge side of the meter loop within the City's fight-of-way or dedicated easements
adjacent to the fight-of-way. Double check to be in separate box.
All commercial, retail, and industrial meters are to be paid for by the contractors or builders and
issued by the City Water Utilities Department (residential meters are issued by Building
Inspections).
5
CITY OF COPPELL
Water Service Fittings
For 3/4" through 2" meter settings
Water Meter Boxes
Service Size
3/4" & 1"
1 1/2" & 2"
Tapping Saddles
Meter Box Size
18" x 18" galvanized with Cast Iron Ring & Lid (with lock)
28" x 18" galvanized with Cast Iron Ring & Lid (with lock)
All PVC and ductile service taps shall be installed with Double Strap, All Bronze "CC"
Threaded tapping saddle.
Corporation Stops
All corporation stops shall be bronze "CC" thread by copper flare.
Copper Service Line
All service lines shall be type "K" soft copper with flare connection fittings no smaller than 1".
Curb Stop (prior to meter setter)
All curb stops to be all bronze ball valve - copper flare by male or female iron pipe thread (1"
thru 2" curb stops can be angle stops).
Meter Setters
* Service Size
3/4"
1 1/2"
2"
Meter Setter Size
Ford Model VBHC72-9W - I" MIP x 3/4" DP or equal
Ford Model VBHC74-12W - 1" MIP x 1" DP or equal
Ford Model VVF 66-12B x length or equal
Ford Model VVF 77-12B x length or equal
All setters shall be all copper and bronze with silver solder welds and all valves to be equipped
with lock wings.
* See attached specifications on meter setters.
Meters
All meters shall be purchased from the City of Coppell and shall meet City of Coppell
specifications.
Pipe Fittings
All pipe fittings within the meter or double check setting shall be bronze and copper mater/al.
Double Checks
All double check back-siphonage devices shall meet the approval of the Underwriters
Laboratories. The device shall have test cocks for testing and shall be at and no higher than the
center line of the meter and no lower than 6" below center line of the meter.
All back-flow devices must be tested by a certified tester, approved by the City of Coppell, with
the end results being forwarded to the Water Utilities Division.
7
City of Coppell
Public Works
Water Utilities
Specifications for Meter Setters
Specification #0800
Summary:
The following specification is designed to allow copper meter setters of specific type. The meter
setters provided to the City of Coppell must meet the specific requirements listed below.
Specific Requirements
Setter Material
The setter shall be constructed totally of bronze and copper. The bronze and copper materials
used in the setter construction shall not contain more than 8% lead. The setter shall be
constructed with solder joints with solder and flux that contains n~o more than 0.2% lead. The
copper tubing used to manufacture each setter shall have minimum internal diameters as listed
below for 3/4" & 1" meter setters:
3/4" - 0.687
1" -0.9325
Setter Valves
All bronze valves provided with (as part of the meter setter) meter setter must be a full rotation
ball valve with lock wings. The ball valve must be of the full opening type according to the size
of setter.
Setter
1.
Types
Residential meter setters 3/4" & 1" - This meter setter shall be designed and constructed
of materials mentioned above. Each setter provided shall be equipped with an ASSE
approved single body dual check on the discharge side/top of setter and a ball valve on
the inlet/top of setter. The following information is provided for minimum dimensions
on setter checks.
3/4" - The minimum internal dimension of the checks of this setter shall be 0.7" on the
inlet side and 1.03" on the outlet side of each check. The minimum valve seat separation
distance of the check seats in this setter shall be 1.3" from initial seal of first check to
initial seal of second check.
1" ~ The minimum intemal dimension of the checks in this setter shall be 1.050" on the
internal side and 1.3 on the outlet side of each check.
The minimum separation distance of the check valve seats in this setter shall be 1.3" from
initial seal of first check to initial seal of second check.
-- 8
The inlet and outlet sides of the 3/4" and 1" meter setter shall be as follows:
3/4" - Inlet - 1" Meter Spud Thread (1 1/4" Standard)
Outlet - 3/4" Union 2 pc.
1" - Inlet - 1" Meter Spud Thread (1 1/4" Standard)
Outlet - 1" Union 2 pc.
The setter height shall be as follows:
3/4" - 10"
1" -12"
2. Irrigation meter setters 3/4" and 1"
These meter setters shall be provided with a ball valve on the inlet/top of setter and the following
inlet and outlet connections.
3/4" - Inlet - 1" Meter Spud Thread (1 1/4" Standard)
Outlet - 3/4" Union - 2 pc.
1" - Inlet - 1" Meter Spud Thread (1 1/4" Standard)
Outlet - 1" Union - 2 pc.
The setter height shall be as follows:
3/4"- 10"
1"- 12"
3. Other meter setters 1 1/2" and 2"
These meter setters shall be provided ball valves on the inlet/top and outlet/top of the setters.
The bottom of the meter setter shall be constructed with a 1 1/4" bypass with a 1 1/4" inline ball
valve. The bypass shall be adjustable in length to allow adjustment in length of setter for meter.
The meter setters shall be provided with the following inlets, outlets, and heights.
1 1/2" - Inlet - 1 1/2" Standard FIP
Outlet - 1 I/2" Standard FIP
2" - Inlet - 2" Standard FIP
Outlet - 2" Standard FIP
Height
1 1/2"and 2"- 12"
Revised 11/02
Acceptance:
The City of Coppell/Water Utilities Division shall maintain an approved listing of those setters
meeting this specification. If the setter supplied does not meet the specifications listed above, the
manufacturers may submit a product evaluation roma in an effort to gain approval. Contact the
Utility Division at (972) 462-5155. Provide Detail for use of Bullhead: type of material
proposed and the set location of the meter box.
10
ANGLE BALL
HE'[ERS
ANGLE DUAL CARTRIDGE
CHECK VALVE
I' LIE'TER
3/4' DOUBLE PURPOSE
FOR 3~4' FLARE COPPER
(Residential "Only")
11
ANGLE BALL VALVE
I" METER
ANGLE DUAL
CARTRIDGE
CHECK VALVE
-k~ ETE R THREAD
1" DOI.IBLE PURPOSE
FOR 1 COPPER FLARE
OR 1" FIP
(Residential "Only")
13
Z
O~
a:0
15
WATER UTILITIES
Walk Thru Punch List Items
Fire Hydrants
Check physical appearance of hydrant.
Check for proper grade.
Is hydrant level?
Check Caps threads
Operate Hydrant with Caps on.
Operate Hydrant with Caps off.
Check to ensure proper operation of weep holes.
Check hydrant valve - the valve nut or extension no lower than 48" below grade.
Operate hydrant valve to ensure proper operation.
Hydrant should be painted yellow in right-of-ways or easements.
Valve stack lid should be painted red.
2' x 2' Concrete valve pad around valve or if in pavement, a 2' x 2' Block-out.
Check for proper grade of valve stack and pad.
Check to see if hydrant is put together properly.
Check for proper thread type at nozzles.
Mainline Valves
Valve stacks shall be fully adjustable sections - NO P~E
Water samples taken by contractor and approved before main turned on by the Utility Division.
Valve stack lids should be painted blue.
Check valve nut or extension - should be 48" below grade.
2' x 2' Concrete valve pad around valve or if in pavement, a 2' x 2' block-out.
Check for proper grade of valve stack and pad.
Operate valve to ensure proper operation.
Valve stacks - fully adjustable sections.
Sanitap¢ Sewer Manholes
Contractor to clean all lines and manholes, mandrill test, air test, T.V. - Video tape with print out
of all service identified by footage.
Check for proper grade.
IfM.H. is in pavement a 4' x 4' block-out is required.
Remove manhole lid, check ring aligm'nent with top of cone and proper placement of chimney
seal. Also check for rain pan.
Check invert in manhole to ensure proper alignment of pipes, standing waste, or debris in invert.
Should be clean and free of standing water.
16
Main line and individual lot clean outs will be checked for proper grade and installation. Type of
material - approved "y" at 4" clean-out.
Lot clean outs shall be green sewer pipe with a sweep tee and 12"x12" pad poured at ground
level.
Meter Boxes and Water Meter Loops
Check box for proper grade and location.
Check lid for proper operation of lock.
Check meter (setter) for proper height.
Check to ensure that both curb stops are accessible and can be operated with turn-off wrench.
Check meter loop for proper size and type.
Need to be able to see all pipe fittings in box.
Check for proper water flow.
Miscellaneous
Water samples required on ali new water mains and fire lines.
Water samples approved.
All blow-offs for mains shall be covered with meter boxes and set at proper grade and should not
be installed in a paved area.
All water/sewer system components should be properly marked on curb adjacent to their
placement.
Blow off(BO) Blue Paint
Fire Hydrant yelloxv paint
Manholes (MH) red paint
Mainline Valve stack cap (MLV) blue paint
Fire Hydrant Valve stack cap (FHV) red paint
Meter Box (Vi) blue paint
Sewer Service (S) red paint
Sewer Clean-out (CO) red paint
All letters two (2") inches, stenciled or stamped
Tracer tape on all Sanitary Sewer mains
Blue tracer wire #12 on all water mains.
Note all water valves, meter boxes, blow-offs, meter vaults, sanitary sewer clean-outs and
manholes located within the parkway or in the median shall meet a grade of 1/4" per foot
from the back of curbline (Top of curb).
17
COPPE E
UTILITY RELOCATION CHECKLIST FOR WORK WITHIN
CITY OF COPPELL RIGHTS-OF-WAY OR EASEMENTS
Listed below are minimum requirements for utility relocation projects:
I. A copy of the valid approved City of Coppell permit is required on the project at all times.
2. Notify adjacent property owners (commercial & residential) of project timeline; provide them with contact
names and phone numbers.
3. Proper erosion control measures must be taken.
4. Follow Texas MUTCD standards for work in traffic zones.
5. Sod is to be replaced when necessary.
6. Irrigation repairs must be performed in a timely manner.
7. Follow OSHA recommended trench safety at all times.
8. Repair existing utilities that are damaged, including but not limited to clean-outs, water valves, and SS
manholes.
9. Densities may be required in trench lines (ASTM).
10. Care and repair of street signage is the responsibility of the contractor.
11. No work is to be done in collector roadways before 9:00 a.m. or after 3:00 p.m.
12. Prior notice of work activity on weekends and holidays must be in writing.
13. Line locates must be performed in advance by contacting -
CITY OF COPPELL UTILITIES DIVISION ci.coppell.tx.us
972/462-5155
CITY OF COPPELL ENGINEERING DEPT.
972/304-3679
HOMEOWNER ASSOCIATIONS
972/304-3669 (City Secretary Office)
COMCAST CABLE
817/557-8296 x22 (Phillip Gwin)
AT&T LOCAL NETWORK
214/ 215-0880 (Jim Peck)
COSERV
940/321-7844 (Roy Busby)
EXPLORER PIPELINE
918/493-5100 (Patrick Nwakoby)
ONCOR Electric Delivery Company
972/323-8719 (Larry Redick)
VERIZON COMMUNICATIONS
972/318-5276 (Lance Hall)
FEDERAL EMERGENCY MGMT. ADMIN.
940/898-5138
TEXAS COMM, on ENVIRONMENTAL QUALITY
817/ 588-5800
DENTON CO. LEVEE DISTRICT
214/352-5118 (Richard Hightower)
TXU Gas
972/570-4143 (Doug Brewer)
I 800 DIG TESS for line locates
(344 - 8377)
14. Contaminants must be removed from work area daily and disposed of properly outside the City.
15. Streets, sidewalks and alleys must be kept clean of construction material and debris.
16. "Clean-up" requires returning work area to pre-project condition or better.
17. Contractor is required to contact Public Works Division for Completion Verification Notice.
AGENCIES INVOLVED IN TRANSPORTATION & CONSTRUCTION ISSUES *
DART - Dallas Area Rapid Transit is the public transit authority for thirteen Dallas
County communities, providing bus, light rail, paratransit, HOV lanes and vanpool
services, www.dart.or.q
EPA - U.S. Environmental Protection Agency was established in 1970 to protect human
health and safeguard the natural environment. EPA is responsible for setting national
standards for a variety of environmental programs, www.¢pa.~;ov
FHWA - Federal HighWay Administration, part of the U.S. Dept. of Transportation,
provides federal financial assistance to states to construct and improve national
highways, urban and rural roads, and bridges, v,',vw.~wa.dot.~ov
NCTCOG - North Central Texas Council of Governments is a voluntary association of
local governments within the 16-county NCT area. Its 232 member governments work
through the agency to plan for common needs. The Regional Transportation Council of
NCTCOG, a series of technical committees, and the transportation staff comprise the
Metropolitan Planning Organization (MPO) for the DFW metropolitan area, responsible
for transportation and air quality planning for the region, w~,~v.drwi~o corn
OSHA - Occupational Safety & Health Administration (a division of the US Department
of Labor) was created in 1971 to protect workers from on-the-job injuries and deaths.
As a result of OSHA training and compliance inspections, workplace injuries and illness
have declined by 40 percent in the past 30 years. Compliance regulations are
numerous and industry-specific, for more information, see ~m'w.osha ~ov
TCEQ - Texas Commission on Environmental Quality, previously known as TNRCC
(Texas Natural Resource Conservation Commission), is the state agency responsible
for coordinating and submitting clean air plans for Texas to the EPA. Also grants
Construction Permits for air and water discharge on small and large projects. New rules
for permitting take effect in March 2003. www.tceq.state.tx.us Local office 817/588-5800
TxDOT - The mission of the Texas Department of Transportation is to provide safe,
effective and efficient movement of people and goods. The vision of TxDOT is to
provide transportation systems and alternatives that are comfortable, safe, durable,
cost-effective, accessible, environmentally sensitive and aesthetically appealing.
;~ ww.dot.state.tx.us
CITY OF COPPELL UTILITIES DEPT.
972/462-5155
DENTON CO. LEVEE DISTRICT
214/352-5118
AT&T BROADBAND
214/215-0880
ONCOR Electric Delivery Company
972/323-8719
COSERV
940/321-7844
VERIZON COMMUNICATIONS
972/318-5276
EXPLORER PIPELINE
918/493-5100
FEDERAL EMERGENCY MGMT. Al)MIN.
940/898-5138
1 800 DIG TESS for fine locates
(344 - 8377)
WATER UTILITIES
Walk Thru Punch List Items
Fire Hydrants
Check physical appearance of hydrant.
Check for proper grade.
Is hydrant level?
Check Caps threads
Operate Hydrant with Caps on.
Operate Hydrant with Caps off.
Check to ensure proper operation of weep holes.
Check hydnint valve - the valve nut or extension no lower than 48" below grade.
Operate hydrant valve to ensure proper operation.
Hydrant should be painted yellow in right-of-ways or easements.
Valve stack lid should be painted red.
2' x 2' Concrete valve pad around valve or if in pavement, a 2' x 2' Block-out.
Check for proper grade of valve stack and pad.
Check to see if hydrant is put together properly.
Check for proper thread type at nozzles.
Mainline Valves
Valve stacks shall be fully adjustable sections - NO PIPE
Water samples taken by contractor and approved before main turned on by the Utility Division.
Valve stack lids should be painted blue.
Check valve nut or extension - should be 48" below grade.
2' x 2' Concrete valve pad around valve or if in pavement, a 2' x 2' block-out
Check for proper grade of valve stack and pad.
Operate valve to ensure proper operation.
Valve stacks - fully adjustable sections.
Sanitary Sewer Manholes
Contractor to clean all lines and manholes, mandrill test, air test, TV - Video tape with print out
of' all service identified by footage.
Check for proper grade.
If M.H. is in pavement a 4' x 4' block-out is required.
Remove manhole lid, check ring alignment with top of cone and proper placement of chimney
seal. Also check for rain pan.
Check invert in manhole to ensure proper alignment of pipes, standing waste, or debris in invert.
Should be clean and free of standing water.
Main line and individual lot clean outs will be checked for proper grade and installation. Type of
material - approved "y" at 4" clean-out.
W/T PAGE 1
Lot clean outs shall be green sewer pipe with a sweep tee and 12"x12" pad poured at ground
level.
Meter Boxes and Water Meter Loops
Check box for proper grade and location.
Check lid for proper operation of lock.
Check meter (setter) for proper height.
Check to ensure that both curb stops are accessible and can be operated with turn-off wrench.
Check meter loop for proper size and type.
Need to be able to see all pipe fittings in box.
Check for proper water flow.
Miscellaneous
Water samples required on all new water mains and fire lines.
Water samples approved.
All blow-offs for mains shall be covered with meter boxes and set at proper grade and should not
be installed in a paved area.
All water/sewer system components should be properly marked on curb adjacent to their
placement.
Blow off(BO) Blue Paint
Fire Hydrant yellow paint
Manholes (MH) red paint
Mainline Valve stack cap (MLV) blue paint
Fire Hydrant Valve stack cap (FHV) red paint
Meter Box (W) blue paint
Sewer Service (S) red paint
Sewer Clean-out (CO) red paint
All letters two (2") inches, stenciled or stamped
Tracer tape on all Sanitary Sewer mains
Blue tracer wire #12 on all water mains.
Note all water valves, meter boxes, blow-offs, meter vaults, sanitary sewer clean-outs and
manholes located within the parkway or in the median shall meet a grade of 1/4" per foot
from the back of curbline (Top of curb).
W/T Page 2
Company's Name:
Address:
TEMPORARY CONSTRUCTION METER
Phone #:
LOCATION WHERE METER IS NEEDED:
Date Meter Required:
Date Paid: D.L. #
The applicant shall also notify the Utilities Division when they are finished with the meter. Cost of any
requires or replacements necessary shall be billed on the final statement or deducted from the deposit.
(Amount of deposit is $I,000.00)
The applicant is also rd~ponslble for wmterlmng all temporary cone'{ruction ~T~rs, and its
components to protect them against any damage due to freezing temperatures.
The customer is allowed to move or relocate a meter after the City has read the meter.
Please call 972-462-5155 to schedule the reading. The City is not responsible for any
stolen property under any condition. It is the customer's responsibility to keep the meter
from freezing.
The $1,000.00 deposit will be deposited upon receipt. The minimum monthly water bill shall be $12.00
for the first 1000 gallons used. All water in excess of 1000 gallons will be $2.60 per 1000 gallons.
Monthly payment due by the 5th of month. If payment not received by this date there will be 10%
penal~ accessed to the total balance.
I / we the applicant(s) or representative have been given and understand the rules of the temporary water
user.
Signature of Applicant/Representative
Date
(Below for City Personnel Only)
Backflow Device Approved: YES
Type Check Valve:
Physical Air Gap:
Meter Number:
NO N/A
Beginning Meter Reading:
C~ty Representative s S~gnamr
Date
28
CITY OF COPPELL
WATER UTILITIES
WATER ISOLATION REQUEST AND/OR METER RELOCATION
The following information must be provided in order to allow isolation of any part of the City of Coppell
Water System. This form must be completed and submitted to the Utilities Division for processing Forty
Eight (48) hours prior to the date the isolation is requested.
Date:
Time:
Project:
Contractor:
Print Name:
Phone #:
Area Affected (Street, Block, No.):
DATE REQUEST IS NEEDED:
Time Off:
Time On:
Water Main Size:
Water Service:
a.m./p.m.
a.m./p.m.
inches
inches
If water customers of the system will be affected, contractor shall provide a list of each of those business
or residential structures affected.
* Note: The City of Coppell Utilities Division shall perform all water line shut - downs.
Contractors are not permitted to turn any valves in the system.
Signed:
Contractors Representative Date
Print Name:
FOR METER RELOCATION Oi~LY:
Date Amount of Payment Initials
* (Attach work order for relocation only)
29
T H E - C ! T Y · 0 F
C-OPFE]
Dear Customer:
Due to construction work in yom' area, the water will be turned offon:
Date:
Time Off:
Time On:
Builder Name:
Builder Phone:
Builder Contact:
We appreciate your cooperation and understanding with regard to this matter. If you
need any further information, contact the Water Utilities Division at 972-462-5155.
Sincerely,
City of Coppell
Water Utilities Division
3o
9.
10.
11.
12.
13.
14.
15.
GENERAL NOTES FOR WATER MAIN CONSTRUCTION
All work unless noted otherwise shall conform to the Third Edition, 1998, of the North
Central Texas Council of Governments (NCTCOG) Standard Specifications for Public
Works Construction and the latest edition of the City of Coppell Standard Construction
Details.
Direct tapping of water main for services is not allowed. A double strap brass tapping
saddle is required.
Fittings for water mains shall be wrapped with polyethylene sheath and taped (duct tape
is not allowed).
All direct burial valves shall be provided with 12-in. cast iron/shorty valve box with PVC
stacks. Valve stacks shall be vertical and concentric with valve stem. Stainless steel
valve extensions required on valves where the operating nut is greater than 4-ft. below
street/ground grade.
Complete fire hydrant assembly shall consist of the fire hydrant, 6~in. PVC pipe stack,
vertical bend, and concrete thrust blocking required in order to install a functioning fire
hydrant.
For proper sterilization of the water main, keep inside of pipe clean. Water samples to be
taken by the Contractor with City of Coppell and Dallas County forces present.
Contractor to have samples tested by a certified lab (all sterilization and bacteriological
costs shall be subsidiary to the construction of the water mains).
Hydrostatic test is for 4 hours at 150 p.s.i, with City of Coppell and Dallas County forces
present (costs shall be subsidiary to the construction of the water mains).
A two-way blue reflector button for new fire hydrants is required on the adjacent street
pavement.
Keep the work site clean and safe. Safety equipment is very important.
Preliminary and Final walk-throughs for Substantial and Final Completions, respectively,
of the project with City of Coppell and Dallas County forces present.
Borings 6-in. and larger in diameter shall be medium gage smooth steel encasement pipe
with full penetration welds, and with grouted caps at each end with weepholes; carrier
pipe shall have concentric nylon spacers spaced at manufacturer's recommendation.
For Line W-1 at approximate stations 1+74.49 to 1+94.49 increase the bore length from
20 L.F. to 30 L.F. to clear the low overhead power, telephone, CATV, etc., lines.
For Line W-2 at approximate station 0+07.29 the installation of the 8" Water Main under
the existing 30" RCP is subsidiary to the cost of the construction of the water mains.
For Line W-2 the removal and replacement of any asphalt speed bumps is subsidiary to
the cost of the construction of the water mains.
Initial density and compaction tests shall taken along the water main construction at a
minimum spacing of 300 l.f. for every lift of backfill by Dallas County forces; any re-
testing shall be at the Contractor's expense.
CDBG FY 2002 COPPELL
GOLDEN TRIANGLE M.H. pARK FIRE HYDRANTS & WATER MAINS
MARCH 2004
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
GENERAL NOTES FOR CONSTRUCTION
Working hours are Monday through Friday from 7 a.m. to 6 p.mand Saturday from 8
a.m. to 5 p.m.. Work is not allowed on Sundays without written permission from the
Dallas County Public Works Project Manager.
No street closings without written permission of the Dallas County Public Works Project
Manager.
Contractor shall notify all franchise utilities (i.e. electric, telephone, gas, cable TV, etc.)
at 1-800-DIG-TESS and the City of Coppell for water, sanitary sewer, and drainage
facilities at 972-462-5155 72-hrs. prior to any construction.
Contractor shall notify the City of Coppell and Dallas County forces a minimum of 48-
hrs. prior to commencing construction.
Contractor shall notify all property owners 24-hrs. in advance of any construction near
their property.
No open trenches at the end ora workday unless used for boring and receiving pits.
Contractor shall remove all excess material at the end of each workday.
It is the Contractor's responsibility to keep all drainage facilities open at all times (i.e.
ditches, inlets, etc.).
No storage of materials on private property without written permission of the property
owner; if written permission is obtained, the Contractor shall restore the private property
to original or better condition; two (2) copies of each written permission shall be
delivered to the Dallas County Public Works Project Manager in advance of any storage
on private property.
Contractor shall obtain a temporary construction water meter with a backflow preventer
from the City of Coppell; water consumption, deposit and repair costs, etc., shall be
subsidiary to the construction of the water mains.
Weekly construction meetings with the City of Coppell and Dallas County forces to be
held at the job site.
Traffic Control Plan shall include the proper signage & barricading for 2-way traffic on
Coppell Road.
The Project Construction Sign shall be subsidiary to the costs of the Traffic Control Plan.
Contractor shall submit a Trench Safety Plan (4 copies) by a State of Texas P.E. for
approval a minimum of 72-hrs. prior to commencing construction.
Erosion Control measures shall remain in place until 70% re-vegetation of disturbed areas
has been established.
Contractor shall submit a Construction Schedule based on a 60-calendar day period from
commencing construction to substantial completion with itemized tasks, subtasks, etc.,
for approval (4 copies) a minimum of 72-hrs. prior to commencing construction.
Contractor shall submit Batch Designs for all asphalt, concrete, flowable backfill, etc.,
materials for approval a minimum of 72-hrs. prior to commencing construction.
Full Depth sawcutting of existing reinforced concrete curb is subsidiary to the costs of
Item 1-4.
Full Depth sawcutting of existing reinforced concrete valley gutters is subsidiary to the
costs of Item 1-5.
CDBG FY 2002 COPPELL MARCH 2004
GOLDEN TRIANGLE M.H. PARK FIRE HYDRTkNTS & WATER MAINS
PROJECT INFORMATION SIGN FRAME DETAIL
Special Note: The Project Information Sign shall also have
capabilities of being mobile so that it may be moved around on
the project as directed by the Engineer. Furnishing
materials, labor and incidentals, including, placing, moving,
maintaining, and removing this Project Information Sign will
not be paid for directly but shall be subsidiary to Item 502,
Barricades, Signs, and Traffic Handling, of the contract.
CDBG FY 2002 COPPELL M]kRCH 2004
GOLDEN TRIAJ~GLE M.H. PARK FIRE HYDRANTS & WATER MAINS