WA0101-CN050412 T H E C ! T Y 0 F
COPPELL
CONSTRUCTION SPECIFICATIONS
AND CONTRACT DOCUMENTS
FOR
STATE HIGHWAY 121 WATER LINE
(NORTH COPPELL ROAD TO DENTON TAP ROAD)
PROJECT NO. WA-01-01
BID NO. Q-0205-02
THE CITY OF COPPELL
FEBRUARY, 2005
PREPARED BY
~, W.-' ~ '..~t ~
BIRKHOFF, HENDRICKS & CONWAY, L.L.P.
CONSULTING ENGINEERS ['"': .......................... :'"$
t, <,'.... 88835 ..-'~.,~
DALLAS, TEXAS
__ ",~..~.~'_'_~--~
TRANSMITTAL OF ADDENDUM
INSTRUCTIONS:
Acknowledge receipt of' Addenda in Proposal, on outer envelope of bid AND WITH THE FORM
BELOW FAXED TO (214) 361-0204, or e-mail apineda~bhcllp.com upon receipt.
Addendum Acknowledgment FAX to (214) 361-0204
I Acknowledge the receipt of Addendum No. 1
City of COPPELL, TEXAS
Project Name:
S.H. 121 Water Line
By Facsimile Transmission on this date:
March 11, 2005
Contractor's Signature
Company Name
E-Mail Address:
"PLEASE SIGN & FAX, THIS PAGE BACK"
(as verification that you received this Addendum)
(214) 361-0204 or Email Confirmation to apineda~bhcllp.com
Total Number of'Fax Pages: 2
Addendum No. 1
CITY OF COPPELL, TEXAS
STATE HIGHWAY 121 WATER LINE
(NORTH COPPELL ROAD TO DENTON TAP ROAD)
PROJECT NO. WA-01-01
BID NO. Q-0205-02
ADDENDUM NO.!
March 11, 2005
Plans and specifications for the State Highway 121 Water Line (North Coppell Road to Denton Tap Road) project,
for the City of Coppell, Texas, on which bids are to be received until 10:00 a.m., Thursday, March 17, 2005, are
hereby modified as follows:
1. Refer to the NOTICE TO BIDDERS: The date for receiving bids has changed. Please revise the 3ra
sentence of the 1st paragraph to read as follows:
"Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the State
Highway 121 Water Line (North Coppeli Road to Denton Tap Road) WA 01-01 will be received in the
Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, on or before Thursday,
March 24, 2005 at 10:00 a.m., and then publicly opened and read aloud."
Bidders shall acknowledge receipt of Addendum No. 1 in the space provided in the Proposal, on the outer
envelope of their bid, and by faxing back the "Transmittal of Addendum Acknowledgment Sheet" to
Birkhoff~ Hendricks & Conway~ L.L.P. at (214) 361-0204.
BIRKHOFF, HENDRICKS & CONWAY, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
TRANSMITTAL OF ADDENDUM
INSTRUCTIONS:
Acknowledge receipt of Addenda in Proposal, on outer envelope of bid AND WITH THE FORM
BELOW FAXED TO (214) 361-0204, or e-mail apineda(~bhcllp.com upon receipt.
Addendum Acknowledgment FAX to (214)361-0204
I Acknowledge the receipt of Addendum No. 2
City of
COPPELL~ TEXAS
Project Name:
S.H. 121 Water Line
By Facsimile Transmission on this date:
March 17, 2005
Contractor's Signature
Compa?y Name
E-Mail Address:
"PLEASE SIGN & FAX, THIS PAGE BACK"
(as verification that you received this Addendum)
(214) 361-0204 or Email Confirmation to apineda~bhcllp.com
Total Number of Fax Pages: 26
ADDENDUM NO:
PROJECT NAME:
LOCATION:
ISSUED BY:
BID PROPOSAL
ADDENDUM NO. 2
TWO
STATE HIGHWAY 121 WATERLINE
(North Coppell Rd. to Denton Tap Rd.)
WA-01-01
Bid No. Q-0205-02
COPPELL, TEXAS
Birkhoff Hendricks & Conway, L.L.P.
Consulting Engineers
Dallas, Texas
ISSUE DATE: March 17, 2005
BiD DATE: March 24, 2005
(revised)
On March 10, 2005 a Pre-Bid Meeting was held. Numerous items were discussed during the meeting.
However, only those items addressed by this addendum will be considered as changes to the project.
1. This addendum modifies and extends the requirements of the plans and construction specifications
for the above referenced project.
2. Staple these addenda to the inside of the rear cover of the construction specifications or bind it into
the construction specifications at the end of the Bid Proposal.
3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the
outside cover of the envelope containing the Bid Documents.
CONSTRUCTION PLANS
Item No. 1 Sheet No. 1
The following notes shall be added to the General Project Notes:
17) ...The City has determined that all disturbed areas between Sta. 53+00 and 65+00 shall be replaced
with solid sod of similar grass type to that in existence when excavation work commences. As a
minimum, the contractor should expect to replace the pipe OD + 4' along the alignment between the
referenced stations. The City Inspector will make the final determination of the extent of replacement
with solid sod. Contractor shall use proper watering techniques in order to establish a healthy stand of
grass to the satisfaction of the City Inspector. Installation and maintenance of solid sod to the
satisfaction of the City Inspector is considered subsidiary to the project (no separate pay item).
28) All borings for installation of waterline materials, whether cased or uncased, shall utilize auger or
dry bore methods. For the boring crossing the SH 121 TxDOT ROW, refer to TxDOT standards as
included in Section 7 of the Specifications and as an attachment to this addendum.
29) The City will consider the utilization of Directional Boring methods and materials under Denton
Creek. No additional cost will be considered for this alternate installation method and payment shall be
made in accordance with the Bid Schedule Units and Prices.
30) Water line embedment materials shall be as shown on Standard Detail 3030 included as an
attachment to Addendum No. 2. The City desires sand embedment of a free flowing and granular nature
meeting the specifications of Item 2.1.8(f) of the Standard Specifications for Public Works Construction,
North Central Texas, Third Edition 1998, as prepared by the North Central Texas Council of
Governments.
Item No. 2 Sheet 13
The location of the "tee" connection with Line "B" shall be moved approximately 8-feet to the west.
Revised Sheet 13R is attached.
Item Bio. 3 Sheet 19
The location of the "tee" connection with Line "B" shall be moved approximately 8-feet to the west.
Revised Sheet 19R is attached.
CONSTRUCTION SPECIFICATIONS
Item No. 4 Section 7 TxDOT Permit
Add the attached eight (8) sheets to this section of the specification.
Item No. 5 Section 8 Revised Standard Details
Add the attached thirteen (13) revised Standard Detail sheets
Specifications.
to the end of the Construction
- _WATER AND SANITARY SEWER INSTALLATIONS
1. OENERAL Longitudinal water and sanitary sewer pipelines shall be
- placed on uniform alignment three (3) to ten (10) feet from the right
of way line. The minimum depth of cover shall be twenty-four (24)
inches for non-plastic lines and thirty (30) inches for plastic lines.
_ If a nonmetallic line is installed, a durable metal wire or other
device shall be concurrently installed for detection purposes.
Each line may be installed with enough vertical fleiibility to prevent
excessive stresses; however, horizontal "snaking" of the line is
prohibited.
The utility agency shall place identification markers at the right of
way line in sufficient number for longitudinal installations and at
each highway crossing.
All' paved side streets crossed by a longitudinal line within TxDOT
righ:' of way must be installed as outlined in item ~2 below.
2. CROSS~OS Highway crossings are to be installed at or near right
angles to highway and must be installed with an encasement pipe.
Encasement pipe is also to be installed under normal center medians,
extend from the top of backslope for cut sections, and five (5) feet
beyond the toe of slope for fill sections, unless an additional length
is required as outlined in the "TRENCH EXCAVATION AND PIT LOCATION"
specification.
Ail crossings under existing pavement must be installed as outlined in
the "CONSTRUCTION OF HIGHWAY CROSSINGS BY BORE" Specification.
The depth of cover for crossings shall be twenty-four (24) inches for
non-plastic pipe and thirty (30) inches for plastic pipe under
ditches. The encasement pipe must be a minimum of eighteen (18)
inches or 1/2 the diameter of the pipe, whichever is greater, below
the bottom of the pavement structure.
The encasement shall consist of a steel pipe around and outside the
carrier pipe and support the load of the ground above the pipe, the
highway, and the superimposed loads thereon, including construction
equipment. HDPE pipe with a SDR Ratio of 11 or greater may be used
for encasement of water service lines. The HDPE pipe must be a single
continuous piece with no joints. The strength of the encasement pipe
shall equal or exceed the structural requirements for highway drainage
culverts covered under ASTM specifications.
3. ABOVE GROUND APPURTENANCES - Fire hydrants, air release valves, and
other similar appurtenances should be located at or near the right of
way line. All fire hydrants will be equipped with breakaway bases and
should not be located in the sidewalk. Any appurtenances may not be
located any closed than 3 ft from the back of curb.
Pumps, wells, and other structures associated with llft stations and
pump stations will ~ot be permitted within the limits of TxDOT right
of way.
4. MANHOLES - The outside diameter of the manhole chimney at ground
level shall not exceed thirty-six (36) inches. The 'inside diameter of
the manhole for lines up to twelve (12) inches shall not exceed four
(4) feet. For any increase in line size greater than twelve (12)
inches the manhole may be increased a like amount. · The manhole cover
shall be installed flush with the ground, meet HS-20 load
requirements, and weigh at least 175 pounds.
_CONSTRUCTION OF HIGHWAY CROSSINGS BY BORING
-- GENERAL WATER JETTING OR JACKING WILL NOT BE PERMITTED. All paved
' streets which are maintained by TxDOT must be bored & encased unless
it is specifically stated on the permit that an exception for open
-- cutting and/or no encasement is granted.
At no time shall the boring operation interfere with the traveling
- public. The safety of the traveling public and maintaining the
integrity of the roadway is the primary concern.
2. Bore Pit Locations - No excavations for bore pits will be allowed to
-- be any closer to the edge of the pavement (travel lane) than as
outlined in the "TRENCH EXCAVATIONS 3kND PIT LOCATION" specification.
If the required clear zoned distance is closer than outlined in the
above mentioned specification, then appropriate traffic control
devices such as barricades, signs, barrel mounted guard fence and/or
concrete traffic barriers will be required as deemed necessary by the
TxDOT inspector.
No excavated material will be stored closer to the traveled way than
the bore pit. ~:.11 pits an] trenches shall be backfill immediately
- after the encasement and carrier pipes has been installed. Upon
completion of the backfill, all excess material will be removed from
the right of way.
-½. METHOD OF iNSTA3~LATION - Crossings are to be installed by the AUGER
or "DRY" BORE method and shall be accomplished by use of a laser
sighted bore machine or a bore machine requiring a pilot hole. The
- pilot hole will serve as the centerline of the larger diameter hole to
be bored. The use of water or fluids in the boring operation will only
be allowed for lubricating the cutting head.
The. boring operation shall be performed from the low or downstream
end. Lateral or vertical variation of the encasement pipe from the
proposed line and grade will be permitted only to the extent of one
(1) inch in ten (10) feet, provided that such variation shall be
regular and only in one direction.
-- The encasement pipe shall be approximately the same diameter as the
bore hole. Overcutting in excess of one inch shall be remsdied by
pressure grouting the entire length of the installation with a
- mixture consisting of two (2) sacks of cement per yard of sand.
OPTIONAL WET BORE - The utility or contractor may request
installation by the Slurry or "Wet" bore method. The approval
- to wet bore is granted by the Area Engineer or his designated
representative on an individual permit basis. If the area office
allows wet bores in their designated area, approval will be based on
-- bore size and soil conditions. Wet bores should be restricted to
areas of rock or other suitable material which will prevent the
sides of the bore hole from "caving in". A geotechnical report
_ may be required prior to approval. In no instance will wet bores
be allowed to exceed eighteen (18) inches in diameter.
The amount of water used for creating the slurry will be such
- that little or no runoff is encountered. If, in the opinion of the
T3dDOT inspector, at any time during the boring operation inadequate
conditions are encountered for performing the wet bore, the process
- will be stopped and the bore will be completed by Auger bore.
The slurry material removed from the bore may not be used in the
backfilling of the bore pit.
GENERAL UTILITY INSTALLATIONS
~. GENERAL A copy of the approved notice must be kept onsite at all
times during construction. Unless other arrangements are made with the
designated Texas Department of Transportation (TxDOT) Inspector, no work
_will be performed on Saturday, Sunday, Holidays, or hours other than
standard working hours, utility lines shall be located to avoid or.
minimize the need for adjustments to accommodate future highway
_improvements.
ll utility installations will be made without excavation or longitudinal
placement being made any closer than three- (3) ft from the back of
--curb. No pavement cuts are permitted unless specifically stated on the
permit that approval is given to open cut the pavement.
~o explosives shall be used within the limits of the TxDOT highway right
of way for utility installations.
2. COORDINATIO~ OF WORK - Failure to contact the person listed on the
-approval notice as instructed may cause a delay in the utility work. If
the installation is within the limits of an active highway construction
project, the utility work must be coordinated with the TxDOT Contractor
-- and Inspectors. The utility work shall not cause any delay or
disruption to the TxDOT contractor or construction.
Locating existing utility facilities and coordination with the owners is
the responsibility of the utility agency.
3. TP~AFFIC SAFETY, BARRICADES, WAR~ING DEVICES - Traffic control and
-- protective devices shall be used and must conform to the TEXAS MAN-UAL ON
UNIFORM TRAFFIC CONTROL DEVICES for streets and highways. All
Barricades, warning devices, sign~, flashers, and flag persons shall be
-provided by the utility agency or contractor.
~raffic shall not be stopped at any time without use of a flag person.
_ Prior to beginning work, the traffic control plans must be approved by
the Area Engineer or his designated representative. Lane closures for
any utility work will not be permitted without prior approval of Area
Engineer or his designated representative. Lane closures are not
--permitted during peak "rush hour" traffic times.
Vehicles, equipment, construction material and personnel not necessary
- to the timely installation of the facility shall be kept as far as
possible from the traveling public. Any above ground obstruction or
bore pit located closer than the clear zone distances outlined in the
"Trench Excavation and Pit Locations" specification shall be protected
-by barricades, metal beam guard fence and/or concrete traffic barriers
as deemed necessary by the TxDOT Inspector.
-t the end of every construction day, all equipment and materials shall be
removed as far from the roadway edge as possible.
4. SURVEYING A/gD STAKING OF UTILITIES - Ail utility installations shall
--be staked by the utility agency so that TxDOT may inspect the alignment
prior to start of construction. The ROW line is to be staked and the
utility installed based on a set distance from the ROW line. The
_utility is ultimately responsible for the accuracy of the installation.
5. TIME PERIOD ALLOWED FOR INSTALLATION If the installation of the
--work covered by this utility permit has not started within twelve (12)
months from the approval date, a written request for an extension must
be submitted to the District Office. It is expected that the
_installation will progress to completion in an efficient manner.
However, if the work is delayed or abandoned for a period of one (1)
month or more, a written request must be submitted to continue under the
_authority of the original permit.
6. FULL TIME SUPERVISION A/qD INSPECTION The utility agency shall
~rovide competent, full time inspectors or supervisors to be present on-
site during the installation. Also, the utility may be required to
provide a telephone number which someone may be contacted 24 hours in
_case of an emergency. The utility construction may be delayed or
~topped when it is observed by the TxDOT Inspector that their is not a
agency inspector or supervisor present on the job site.
5 , DEPARTMENT INTERVENTION - TxDOT has the right to take charge of and
to remedy any immediate hazard to the traveling public when it is
-obvious the utility agency will not do so. Any costs associated with
rxDOT's action will be charged to the utility agency.
6- UTILITY ACCOM~ODATION POLICY utility installations within the TxDOT
£ight of way shall conform with the requirements contained in the TxDOT
utility Accommodation Policy, dated May 29, 1989, the Dallas District
-3tility Policy and the following industry policies.
k. Safety Rules for the installation and maintenance of electric and
. communication lines - National Electrical Safety Code.
5 Latest edition of the Rules and Requlations for Public Water Systems,
published by the Texas Department of Health, Water Hygiene Division.
C.Gas Pipelines Title 49, C.F.R., Part 192, Transportation of Natural
and Other Gas by Pipeline: Minimum Federal Safety Standards and
amendments.
D.Liquid Petroleum Pipelines Title 49, C.F.R., Part 195, Transportation
of Liquids by Pipelines and amendments.
E Latest edition of the American Society for Testinq and Materials (ASTM)
~pecifications.
F--Latest edition of the AASHT0 policy entitled "A ?91icy on the
Accommodations of Utilities within Freeway Right of Way."
S.Latest edition of the Occupational Safety and Health Administration
_ .(OSHA) Standards and Interpretations.
TRENCH EXCAVATIONS AND PIT LOCATIONS
--i. GENEP~AL - No dirt from a trench or pit excavation shall be placed on
the roadway or shoulders. All equipment and stockpiled dirt shall
meet the safety clear zone distances listed below or have adequate
-- barricades and warning devices to protect the traveling public.
Topsoil shall be kept separate from other excavation material, and be
replaced in accordance with ASPECIFICATIONS FOR BACKFILL.
Ail pits and trenches shall be kept free from standing water. If
trenches and/or bore pits are left open for extended periods of time
without a continuous progression of work, the utility will be required
to backfill the trench and/or bore pits. Any other pit will not be
left open for more than a forty eight (48) hour period.
In all excavations where sloughing is likely to occur, shoring will be
utilized to prevent damage to the highway structure(s). The utility
agency or contractor shall be responsible for maintaining trench
excavation protection as required by provisions of Part 1926, gubpart
P - Excavations, Trenching and Shoring of OSHA Standards.
TRENCHING - Longitudinal installations must be placed as near a
uniform alignment to the right of way line as possible. Trenching
machine or backhoe may be used. A backhoe will be required if a
uniform alignment can't be maintained by use of a trenching machine.
SAFETY CLEAR ZONE DISTANCES - Minimum clear zone distances required
for trench excavations and bore pit locations are as follows.
For UNCURBED Highways.
A. Thirty (30) ft. from the edge of pavement (Traveled Lane)of
high-speed (More than 40 mph), high volume (More than 750
vehicles per day) highways.
B. Sixteen (16) ft* from edge of pavement of high-speed,
(Less than 750 vehicles per day) highways.
C. Sixteen (16) ft* from ramps.
D. Ten (10) ft* for low-speed (40 mph or less) highways.
E. Ten (10) ft* for any paved intersecting side streets.
low volume
Five (5) ft MINIMUM from edge of any shoulder.
For CURBED Highways.
A. Thirty (30) ft from the back of curb for high-speed highways.
B. Five (5) ft from the back of curb, plus any additional distance
to clear sidewalks, for low speed highways.
C. Five (5) ft from the back of curb for intersecting side 'street.
BACKFILLING
GENERAL As soon as practical, all portions of the excavation shall
be backfilled. Trenches and pits shall be backfilled with the material
obtained from the excavation or from other sources. Backfill material
will be free from stones of such size as to interfere with compaction;
free from large lumps which will not break down readily under
compaction; and free from frozen lumps, wood or other extraneous
material. The TxDOT Inspector may reject any material containing more
than twenty (20) percent by weight of material retained on a three (3)
inch sieve.
The portion of top soil removed from the original excavation shall be
replaced, as nearly as feasible, in its original position.
DEPTH OF LIFTS - The portion of backfill below the top of pipe shall
be placed in uniform layers not to exceed eight (8) inches in depth
- (loose measurement). Backfill above the top of pipe shall be placed in
layers not to exceed ten (10) inches in depth (loose measurement) .
If th~ ]3ackfill is to support a portion of roadwa'y )r embankment, then
the material will be placed in uniform layer's not to exceed eight (8)
- inches in depth (loose measurement).
PROCEDURE FOR COMPACTION - Each layer of backfill material, if dry,
-- shall be wetted uniformly to the moisture content required to obtain
a density comparable with the adjacent undisturbed soil and shall be
compacted to that density by means of mechanical tampers or rammers.
_ The use of rolling equipment of the type generally used in compacting
embankments will be permitted on portions that are accessible to such
equipment. Water jetting or ponding will not. be permitted.
-- Special care shall be taken to ensure thorough compaction of material
placed under the haunches of the pipe.
- Cohesionless materials, such as sand,. .may be used for general
backfilling purposes. Compaction of cohesionless materials shall be
done with vibratory equipment.
--RESTORATION OF RIGHT OF WAY - Prompt replacement of sod, removal of
debris, and any other restoration necessary to restore the right of
way to a condition equal to that which existed prior to the utility
--installation will be required. In areas of erosion, the use of
stabilized backfill may be required. Should settlement or erosion
occur within six (6) months of the utility installation, the utility
--agency will be required to reshape, reseed, and/or resod the area.
2
SECTION 8
CITY OF COPPELL
Revised Standard Details
~o
w y-
MATCH LINE STA. 52+00
N 7047015.6186, E 2428525.2327
,
N 7047218.1895, E 2428066.-'5635
MATCH LINE STA. 47+00
'OB 306~3S 'B'3
TABLE OF CONTENTS
Section 1 -
Bidding Documents
Notice to Bidders
Instructions to Bidders
Proposal/Bid Schedule
Prevailing Wage Rates
Page #
1-1
1-2
1-15
1-23
Section 2 -
Contract Documents
Standard Form of Agreement (Contract)
Certificate of Insurance
Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
24
2-7
2-8
2-9
2-11
2-14
For this project, the Standard Specifications for Public Works
Construction - North Central Texas Third Edition, as prepared by the
North Central Texas Council of Governments, the City of Coppell
Standard Construction Details (Ord.#92-554), and Appendix 'C'
Design Criteria and Standards in the City of Coppell Subdivision
Ordinance (Ord.#94-643) shall govern all work to be done, together
with any additional Supplementary Conditions, Specific Project
Requirements, General Notes or Description of Pay Items included
herein.
Section 3 - City of Coppell's Supplementary Conditions
to the NCTCOG General Provisions
3-1
Section 4 - Specific Project Requirements
4-1
Section 5 - Description of Pay Items
5-1
Section 6
Section 7
Technical Specifications
TxDOT Permit
6-1
SECTION 1
BIDDING
DOCUMENTS
BIDDING AND DOCUMENTS
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the construction of the State Highway 121 Water Line
(North Coppell Road to Denton Tap Road) WA 01-01. Specifications may be obtained for a
non-refundable cost of $50.00 from Birkhoff, Hendricks, & Conway, L.L.P., 7502 Greenville
Avenue, Suite #220, Dallas, Texas 75231 (214-361-7900). Sealed bids addressed to the
Purchasing Agent, City of Coppell, Texas, for the construction of the State Highway 121 Water
Line (North CoppeH Road to Denton Tap Road) WA 01-01 will be received in the Purchasing
Office at the City of Coppell Town Center, 255 Parkway Boulevard, on or before Thursday,
March 17, 2005 at 10:00 a.m. and then publicly opened and read aloud. Each Bidder shall
submit two identical copies of this bid with the City of Coppell Bid No. Q-0205-02 designated
clearly on the exterior of the bid envelope. Included with the bid there should be a completed Bid
Affidavit and a Proposal Guaranty per Item 1.5 of the NCTCOG's Standard Specifications for
Public
The Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the
Engineering Department (255 Parkway Blvd.), at 2:00 p.m. on Thursday, March 10, 2005. The
conference is not mandatory, however, all interested bidders are strongly encouraged to attend.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes
no responsibility for errors or misinterpretations resulting from the use of incomplete sets of
Bidding Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR
MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on
tangible personal property to be incorporated into the project. (Note: This procedure may not be
used, however, for materials which do not become a part of the finished product, such as,
equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on
such tangible personal property, the contract shall separate and provide separate charges for
materials to be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to issue a
resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the
cost of materials (tangible personal property) in the space provided on the bid form. The
successful bidder's bid form will be used to develop a separated contract and determine the extent
of the tax exemption.
1-1 Bidding Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard
Specifications for Public Works Construction - North Central Texas latest addition, as
prepared by the NCTCOG and the Supplementary Conditions of Agreement have the
meanings assigned to them in these General Conditions. The term "Bidder" means one
who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to
a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder
to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided)
makes an award. The term "Bidding Documents" includes the Notice to Bidders,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all
Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell, P.O. Box 478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and
inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This work shall consist of the installation of approximately 7,900 linear feet of 12-inch
PVC water line by open cut with embedment; 800 linear feet of 12-inch PVC waterline in
steel encasement pipe by boring; eleven 12-inch gate valves; three 8-inch gate valves;
eight 6-inch gate valves; eight standard fire hydrants; one 6-inch blow off valve; six 2-inch
air release valves; together with all necessary appurtenances. Work shall include all
components necessary for the "mm key" construction of the State Highway 121 Water
Line (North Coppell Road to Denton Tap Road) as shown on the plans designated WA 01-
01.
3. Copies of Bidding Documents.
3.1
Complete sets of the Bidding Documents may be obtained from Birkhoff, Hendricks, &
Conway, L.L.P., 7502 Greenville Avenue, Suite #220, Dallas, Texas 75231 (214-361-
7900) for a non-refundable cost of $50.00. The following general requirements pertain to
the Bidding Documents:
A)
No bidding documents will be issued later than two (2) days prior to the bid
opening date.
1-3 Bidding Documents
3.2
3.3
B)
After award of the Contract, the successful Bidder will be furnished five (5) sets of
Contract Documents at no charge. Additional sets over five (5) will be furnished
for $25.00 per set.
c)
Bidding documents may be examined free of charge at the offices of Birkhoff,
Hendricks, & Conway, L.L.P., 7502 Greenville Avenue, Suite #220, Dallas,
Texas 75231 (214-36.1-7900).
Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant
for any other use.
Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his ftnancial responsibility, and possession of such
equipment as may be needed to complete the work in an expeditious, safe and satisfactory
manner. The required information to be submitted shall consist of, but shall not
necessarily be limited to, the following:
A.
Current Project Experience (within five (5) days if requested).
A list of all projects presently under construction by the bidder including
approximate cost and completion date shall be submitted upon request.
Past Project Experience (required to be submitted with bid see Section 7).
The Bidder shall submit a list of comparable projects completed within the
previous five years including, contract information, location, approximate cost(s),
and completion date(s).
Equipment (within five (5) days if requested).
The Bidder shall provide a list of equipment which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if
any, that he must rent/lease as may be required to complete this project.
D. Financial (within five (5) days if requested).
1-4 Bidding Documents
o
6.2
Each Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an
audited certified financial statement (current within the last six (6) months of bid
date). This information will be used to confirm that the Bidder has suitable
financial status to meet obligations incidental to performing the work.
E. Technical Experience,
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business.
Conflict of Interest.
City Charter states that no officer or employee of the City shall have a fmancial interest,
direct or indirect, in any contract with the City, nor shall be financially interested, directly
or indirectly, in the sale to the City of any land, or rights or interest in any land,
materials, supplies or services. This prohibition does not apply when the interest is
represented by ownership of stock in a corporation involved, provided such stock
ownership amounts to less than one percent (1%) of the corporation stock. Any violation
of this prohibition will constitute malfeasance in office. Any officer or employee of the
City found guilty thereof should thereby forfeit his office or position. Any violation of
this prohibition with the knowledge, expressed or implied, of the persons or corporations
contracting with the City shall render the contract voidable by the City Manager or the
City Council. The Contractor represents that no employee or officer of the City has an
interest in the Contractor.
Examination of Contract Documents and Site.
Access to the site shall be from the street and right-of-way at the respective intersections.
It shall be the contractors responsibility to provide necessary and adequate traffic control
before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the
site to become familiar with local conditions that may affect cost, progress, performance
or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that
may affect cost, progress, performance or furnishing of the Work, (d) study and carefully
correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of
all conflicts, errors or discrepancies in the Contract Documents. Failure to make these
examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of
the terms of the contract, without additional cost to the OWNER.
Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not
assume responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might otherwise occur due to construction operations. Where
construction comes in close proximity to existing structures or utilities, or if it becomes
necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be
1-5 Bidding Documents
6.3
6.4
6.5
6.6
7.2
the Contractor's responsibility to notify and cooperate with the utility or structure owner.
The utility lines and other existing structures shown on the plans are for information only
and are not guaranteed by the City to be complete or accurate as to location and/or depth.
It shall be the Contractor's responsibility to verify locations and depths sufficiently in
advance of construction such that necessary adjustments may be made to allow for the
proper installation. The Contractor shall be liable for damage to any utilities resulting
from the construction of this project.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface,
subsurface and underground facilities) at or contiguous to the site or otherwise which may
affect cost, progress, performance or furnishing of the Work and which Bidder deems
necessary to determine its Bid for performing and furnishing the Work in accordance with
the time, price and other terms and conditions of the Contract Documents.
On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder
shall fill all holes, clean up and restore the site to its former conditions upon completion of
such explorations.
The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract documents.
The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the
Bid is premised upon performing and furnishing the work required by the Contract
Documents and such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey understanding of all
terms and conditions for performance and furnishing of the Work.
Interpretations and addenda.
All questions about the meaning or intent of the Contract Documents are to be directed to
the Purchasing Agent. Interpretations or clarifications considered necessary by the
Purchasing Agent in response to such questions will be issued by Addenda mailed or
delivered to all bidders recorded as having received the Bidding Documents. Questions
received less than two days prior to the date for opening of Bids may not be answered.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect. Each Bidder shall
acknowledge on the bid proposal that all Addenda issued have been received.
Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
1-6 Bidding Documents
8.2
8.3
Contract Time.
The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall be complete within the calendar day count required by the
Contractor's Proposal. The calendar day count shall commence ten (10) calendar days
after the date of the Notice to Proceed or when the contractor begins work, whichever
comes first.
Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for
this project are: Two hundred and Forty dollars ($240.00) per day.
10. Substitute or "Or-Equal" Items.
11.
11.1
"The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or
"or-equal" items. Whenever it is indicated in the Drawings or specified in the
Specifications that a substitute or "or-equal" item of material or equipment may be
furnished or used by Contractor if acceptable to Engineer, application for such acceptance
will not be considered by Engineer until after the Effective Date of the Agreement. No
substitutions should be considered during the bidding process.
Subcontractors, Suppliers, and Others.
If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all
such Subcontractors, Suppliers and other persons and organizations proposed for those
portions of the Work for which such identification is requested. Such list shall be
accompanied by an experience statement with pertinent information regarding similar
projects and other evidence of qualification for each such Subcontractor, supplier, person
or organization if requested by the Owner. If the Owner, after due investigation, has
reasonable objection to any proposed Subcontractor, Supplier, other person or
organization, may, before the Notice of Award is given, request the apparent Successful
Bidder to submit an acceptable substitute in which case the apparent Successful Bidder
shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased)
by the difference in cost occasioned by such substitution, and the Owner may consider
such price adjustment in evaluating Bids and making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable
1- 7 Bidding Documents
11.2
12.
12.1
12.2
13.
Subcontractors, Suppliers, other persons and organizations. The declining to make
requested substitutions will not constitute grounds for sacrificing the Bid security of any
Bidder.
No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
Bid Proposal.
Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item
of work. All blanks on the bid form must be completed in ink or typed. No substitutions,
revisions, or omissions from the plans and/or specifications will be accepted unless
authorized in writing by the Owner.
The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the
organization is chartered. Bids which are signed for a corporation shall have the correct
corporate name thereof, its post office address, and the signature of the president or other
authorized officer of the corporation, manually written below the corporate name in the
following manner: "By
If the bid is made by an individual, his post office address shall be given. Bids which are
not signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the
managing member of the fLrm or partnership shall be given or the bid may be signed by an
attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power
of attorney evidencing authority to sign the bid, executed by the members of the finn or
partners.
Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this
project, may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used
for the comparison of bids. Payments will be made to the Contractor only for the actual
quantities of work performed or materials furnished in accordance with the contract. The
quantity of work to be done and the materials may be increased or decreased as provided
for in the Contract Documents.
1-8 Bidding Documents
15.
16.
16.1
16.2
17.
18.
19.
19.1
Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478,
Coppell, Texas 75019 until, 10:00 a.m. on Thursday, March 17, 2005 and then publicly
opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed
envelope and marked with the Project title, City of Coppell Bid No. Q-0205-02 and the
name and address of the Bidder shall be submitted. Included with the bid there should be
a completed Bid Affidavit and a Proposal Guaranty per Item 1.5 of the NCTCOG's
Standard Specifications for Public Works Construction Third Edition. If the Bid is sent
through the mail or other delivery system the sealed envelope shall be enclosed in a
separate envelope with the notation "BID ENCLOSED Construction of : the State
Highway 121 Water Line (North Coppell Road and Denton Tap Road) Project WA 01-01"
on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas.
Modification and Withdrawal of Bids.
Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed
written notice with the Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and substantial mistake in the preparation
of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified
from further bidding on the work.
Rejection of Bids.
Bids may be rejected d they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right
to waive any irregularities in the bids as received and to reject any and all bids without
qualification(s). More than one bid from an individual, firm or partnership, corporation
or association, under the same or different names, will not be considered. Reasonable
grounds for believing that a Bidder is interested in more than one such bid may cause the
rejection of all bids in which said Bidder is interested. Bids in which prices are obviously
unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per
NCTCOG's Item 1.5 of the Standard Specifications for Public Works Construction will be
rejected.
Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
Award of Contract.
The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
1-9 Bidding Documents
19.2
19.3
19.4
19.5
19.6
20.
21.
22.
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to
reject the Bid of any Bidder if the Owner believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the Bid is not responsive
or the Bidder is unqualified or has doubtful financial ability or fails to meet any other
pertinent standard or criteria established by the Owner. Discrepancies in the
multiplication of units of Work and unit prices will be resolved in favor of the unit prices.
Discrepancies between the indicated sum of any column of figures and the correct sum
thereof will be resolved in favor of the correct sum.
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or
not the Bids comply with the prescribed requirements, and such alternates, unit prices,
completion time, and other data, as may be requested in the Bid form or prior to the
Notice of Award.
The Owner may consider the qualifications and experience of any Subcontractors,
Suppliers, or other persons or organizations proposed for those portions of the Work as to
which the identity of Subcontractors, Suppliers, and other persons and organizations must
be submitted as requested by the Owner. The Owner also may consider the operating
costs, maintenance requirements, performance data and guarantees of major items of
materials and equipment proposed for incorporation in the Work when such data is
required to be submitted prior to the Notice of Award.
The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial
stability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract Documents
to the Owner's satisfaction within the prescribed time.
If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder
whose evaluation by the Owner indicates to the Owner that the award will be in the best
interests of the Project.
If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project
construction have been paid in full, and that there are no claims pending.
Bid Compliance.
1-10 Bidding Documents
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire
nor work any illegal alien.
25. Notice to Proceed.
25.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Calendar day count on
the project shall commence within ten (10) calendar days after the date of Notice to
Proceed or when the contractor begins work, whichever occurs first.
Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials to
be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to
issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder
shall show the cost of materials to be incorporated into the contract (tangible personal
property) in the space provided on the bid form. The successful bidders bid form will be
used to develop a separated contract and will determine the extent of the tax exemption.
Upon execution of the construction contract, the successful bidder shall provide a per item
breakdown of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission
from it of a detailed description concerning any point, shall be regarded as meaning that
only the best commercial practices are to prevail. All interpretations of these
specifications shall be made on the basis of this statement by Owner or their authorized
representative.
26. Change Orders.
No oral statement of any person shall modify or otherwise change, or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the
contract will be made in writing by the Owner.
27. Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or
in part, without the prior written consent of Owner.
28. Venue.
This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Dallas County, Texas.
1 -I 1 Bidding Documents
29.
Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to
final payment by the City.
1-12 Bidding Documents
_ BID FORM
PROJECT IDENTIFICATION:
State Highway 121 Water L'me (North Coppell Road and
Denton Tap Road) Project
WA 01-01 in Coppell, Texas
BID OF: FOX CONTRACTORS
(NAME OF FIRM)
DATE: March 24, 2005
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q- 0205-02
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders
and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days
after the day of Bid opening. BIDDER will sign and submit the Agreement with other
documents required by the Bidding Requirements within fifteen (15) days after the date of
OWNER's Notice of Award.
3. In submitt'mg this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a)
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No: 1 2
Date: 3-11-05 3-17-05
(b)
(c)
(d)
(e)
BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations
that in any manner may affect cost, progress, performance or furnishing of the
Work.
BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of the
contract documents. CONTRACTOR may rely upon the accuracy of the technical
data contained in such reports, but not upon nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
CONTRACTOR shall have full responsibility with respect to subsurface conditions
at site.
BIDDER has studied carefully all drawings of the physical conditions in or relating
to existing surface or subsurface structures on the site, which are contained in the
contract documents and which have been utilized in preparation of the contract
documents. CONTRACTOR may rely upon the accuracy of the technical data
contained in such drawings, but not for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
BIDDER has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests and
studies (in addition to or to supplement those referred to in (c) above) which pertain
to the subsurface or physical conditions at the site or otherwise may affect the cost,
progress, performance or furnishing of the Work as BIDDER considers necessary
for the performance or furnishing of the Work at the Contract Price, within the
Contract Time and in accordance with the other terms and conditions of the Contract
Documents; and no additional examinations, investigations, explorations, tests
reports or similar information or data are or will be required by BIDDER for such
purposes.
BIDDER has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect of said Underground Facilities
are or will be required by BIDDER in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents.
(0
BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
(g)
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement
or rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham
Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain
from bidding; and BIDDER has not sought by collusion to obtain for itself any
advantage over any other Bidder or over OWNER.
(i)
It is understood and agreed that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a guide in
evaluating bids.
(J)
It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are to
be performed at the unit prices set forth, except as provided for in the Contract
Documents.
It is understood and agreed that all work under this contract will be completed within the bid
calendar days. Completion date will be established in the Notice to Proceed. It is
understood that time of completion will be a consideration in the award of the bid.
It is understood and agreed that the contractors experience in this type of work will be a
strong consideration in the award of the bid.
It is strongly recommended that each bidder visit the site prior to submitting a bid.
Construction constraints exist, including traffic that could affect productivity.
BIDDER will complete the Work for the following price(s):
CITY OF COPPELL, TEXAS
State Highway 121 Water Line
(From North Coppell Road to Denton Tap Road)
WA-OI-O1
BID SCHEDULE
No. Quantity Unit Description and Price in Words Price Price
I-1 1 L.S. Mobilization $ 5,000.00 $ 5,000.00
complete in place, the sum of
Five Thousand
Dollar,,
and No
Cents per Lump Sum
Furnish and Install 12-Inch PVC Waterline
I-2 7,898 L.F. by Open Cut w/Embedment $ 34.25 $ 270,506.50
complete in place, the sum of
Thirty-Four
Dollar~,
and Twenty-Five
Cents per Linear Foot
Furnish and Install 12-Inch PVC Waterline
w/20-Inch Steel Encasement Pipe by other
1-3 802 L.F. than Open Cut $ 296.00 $ 237,392.00
complete in place, the sum of
Two Hundred Ninety-Six
Dollar~,
and No
Cents per Linear Foot
Furnish and Install 8-Inch PVC Waterline
I-4 45 L.F. by Open Cut w/Embedment $ 40.00 $ 1,800.00
complete in place, the sum of
Forty
Dollar,,
and No
Cents per Pound
Furnish and Install 6-inch PVC Waterline
I-5 184 L.F. by Open Cut w/Embedmem $ 26.00 $ 4,784.00
complete in place, the sum of
Twenty-Six
Dollars
and No
Ceres per Linear Foot
Item Quantity Unit Total
No. Unit Description and Price in Words Price Price
I-6 6,000 Lb. Furnish and Install Ductile Iron Fittings $ 4.85 $ 29,100.00
complete in place, the sum of
Four
Dollars
and Eighty-Five
Cents per Pound
I-7 11 Ea. Furnish and Install 12-Inch Gate Valve $ 1,560.00 $ 17,160.00
complete in place, the sum of
One Thousand Five Hundred Sixty
Dollars
and No
Cents per Each
I-8 3 Ea. Furnish and Install 8-Inch Gate Valve $ 930.00 $ 2,790.00
complete in place, the sum of
Nine Hundred Thirty
Dollars
and No
Cents per Each
I-9 8 Ea. Furnish and Install 6-Inch Gate Valve $ 695.00 $ 5,560.00
complete in place, the sum of
Six Hundred Ninety-Five
Dollars
and No
Cents per Each
1-10 1 Ea. Furnish and Install 6-Inch Blow-Off Valve $ 1,600.00 $ 1,600.00
complete in place, the sum of
One Thousand Six Hundred
Dollars
and No
~Cents per Each
Furnish and Install 2-Inch Aire Release and
1-11 6 Ea. Air and Vacuum Valve $ 2,100.00 $ 12,600.00
complete in place, the sum of
Two Thousand One Hundred
Dollar~,
and No
Cents per Each
Item I Unit Total
No. Quantity Unit] Description and Price in Words Price Price
1-12 8 Ea. Furnish and Install Standard Fire Hydrant $ 2,200.00 $ 17,600.00
complete in place, the sum of
Two Thousand Two Hundred
Dollars
md No
Cents per Each
For Connecting to Existing 12-Inch
1-13 2 Ea. Waterline $ 800.00 $ 1,600.00
complete in place, the sum of
Eight Hundred
Dollars
and No
Cents per Each
For Connecting to Existing 8-Inch
1-14 2 Ea. Waterline $ 1,500.00 $ 3,000.00
complete in place, the sum of
One Thousand Five Hundred
Dollars
and No
Cents per Each
1-15 193 L.F. Full Depth Concrete and Asphalt Sawcut $ 4.00 $ 772.00
complete in place, the sum of
Four
Dollars
and No
Cents per Linear Foot
Remove and Dispose of Existing Concrete
1-16 346 S.Y. Drive and/or Pad $ 6.00 $ 2,076.00
complete in place, the sum of
Six
Dollar~,
and No
Cents per Square Yard
Remove and Replace Concrete Driveway
1-17 85 S.Y. and/or Pavement $ 50.00 $ 4,250.00
complete in place, the sum of
Fifty
Dollar~,
and No
Cents per Square Yard
Item U nit Total
No. Quantity Unit Description and Price in Words Price Price
Remove and Replace Existing Barbed Wire
1-18 832 L.F. Fence $ 2.75 $ 2,288.00
complete in place, the sum of
Two
Dollars
and Seventy-Five
Cents per Linear Foot
Remove and Replace Metal Beam Guard
1-19 20 L.F. Fence $ 35.00 $ 700.00
complete in place, the sum of
Thirty-Five
Dollar~
and No
Cents per Linear Foot
1-20 1 L.S. Remove and Replace Brick Screening Wall $ 1,500.00 $ 1,500.00
complete in place, the sum of
One Thousand Five Hundred
Dollar~,
and No
Cents per Lumn~ Sum
1-21 14 Ea. Remove and Dispose of Tree $ 375.00 $ 5,250.00
complete in place, the sum of
Three Hundred Seventy-Five
Dollars
and No
Cents per Each
1-22 20 C.Y. Extra Concrete for Encasement $ 75.00 $ 1,500.00
complete in place, the sum of
Seventy-Five
Dollars
and No
Cents per Cubic Yard
Furnish, Install, & Maintain Trench Safety
1-23 8,127 L.F. Plan and System $ 0.40 $ 3,250.80
complete in place, the sum of
No
Dollars
and Forty
Cents per Linear Foot
1-19
No. Quantity Unit Description and Price in Words Price Price
Furnish, Install, Maintain & Removal of
1-24 1 L.S. Erosion Control Devices $ 28,000.00 $ 28,000.00
complete in place, the sum of
Twenty-Eight Thousand
Dollars
and No
Cents per Lump Sum
Furnish, Install & Maintain Traffic Control
1-25 1 L.S. Plan and Devices $ 6,000.00 $ 6,000.00
complete in place, the sum of
Six Thousand
Dollars
and No
Cents per Lump Sum
TOTAL BID ITEMS BASE BID I-1 Thru 1-25 $666,079.30
TANGIBLE PERSONAL PROPERTY COST* $312,083.03
(For Clarification refer to Instructions to Bidders, page 1-11 Section 24-Sales Tax)
*DO NOT ADD TO TOTAL BID AMOUNT AS THIS IS INCLUDED IN BID ITEMS I-1 THRU 1-25
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
TOTAL BID ITEMS BASE BID I-1 thru 1-25 $ 666,079.30
In Words: Six Hundred Sixty-Six Thousand Dollars and Thirty Cent.
140
BIDDER agrees that all Work awarded will be completed within 140 Calendar Days.
Contract time will commence to run as provided in the Contract Documents.
Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature page.
10.
BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on
tangible personal property to be incorporated into the project. Said taxes are not included
in the Contract Price (see Instructions to Bidders).
11.
The terms used in this Bid which are defined in the General Conditions of the
Construction Contract included as part of the Contract Documents have the meanings
assigned to them in the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem
necessary to stay within the City's available funds. Should the City elect to delete any portion,
the contract quantities will be adjusted accordingly.
SUBMITTED ON
Signature:
March 24, 2005
PROPOSAL GUARANTY
A Proposal Guaranty shall be provided in accordance with Item 1.5 of the NCTCOG's
Standard Specifications for Public Works Construction.
1-21 Bidding Documents
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed
and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or
all commodities upon which prices are extended at the price offered, and upon the conditions
contained ia the Specifications of the Invitation to Bid. The period of acceptance of this bid will
be ninety (90) calendar days from the date of the bid opening.
STATE OF Texas COUNTY OF Ellis BEFORE ME, the
undersigned authority, a Notary Public in and for the State of Texas, on this day personally
appeared Luis Velasquez who after being by me duly sworn, did depose and say:
"I, Luis Velasquez am a duly authorized office/agent for
Name
Fox Contractors and have been duly authorized to execute the
Name of Firm
foregoing on behalf of the said
Fox Contractors
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid. Further,
I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/
commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
Name and Address of Bidder: Fox Contractors, Inc., P. O. Box 951/ 3411 F. M. 663,
Midlothian, Texas 76065
Telephone: (972) 723-6870 by:
Title: Estimator/Superintendent
Luis Velasquez
Signature: C~ 4AL~
SUBSCRIBED AND SWORN to before me by, the above named
on this the / ~ dayof ~]~ F/' J
20 d5
Notary Public in and for the StaLe of
1-22 Bidding Documents
If BIDDER IS:
An Individual
By_
.(Seal)
(Individual's Name)
doing business
Business
Phone No.
as
address
A Partnership
By (Seal)
(Finn Name)
(General Partner)
Business address
Phone No.
A Corporation
By: Fox Contractors
Texas (1987)
By Luis Velasquez
(Corporation Name)
(State of Incorporation)
(Name of person authorized to sign)
Estimator/Superintendent
(Title)
(Corporate Seal) .'C--~_ ~-x.
Attest ~x.~wx>,- .-4^ \/s ~' ~
(Secret) ~ ~ ' -
P. O. 951/3411 F.M. 663, Midloth~ Texas 7~5 Phone No.
Business address
972/723-6870
A Joint Venture
By
By.
(Name) (Address)
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner
to the joint venture should be in the manner indicated above.)
1-23 Bidding Documents
FROtq ; FOXrd.~088 PHONE NO. : 387 877 ::;'285 Jul. 26 28~4 B2-'49PM P1
MINUTES OF TB £ SHAREHOLDERS OF
FOX CONTRACTORS, INC.
The monthly meeting of the share, hold~a of Fox Comxacto~ Inc.
7:30 A. M. ~n luly 26, 2~4 at 10283 Sine H~233~e~, Wy~ing 83101. T~
~d m~g w~ ~1~ by Joy S. Fox ~ 51% ~ehol~ ~ ~sid~t of~e
Co,or, on. ~escnt a the ~d m~ting wee Jo~ S. Fox ~d ~ B. Fox 4~
sh~ a~ Vi~ Pres~m of Fox Contraaom Inc. At the me~ ~ s~c~ld~s
VOt~ nn~nimou~[y ~0 ~ Ih~ ~OW~g
~ Luis Vd~uez E~r/Su~m~em ofF~ ~r, ~ ~ly
appoimed m sign for Fox Comra~o~ ~- in wh~er ~city
~, bid do~t~ c~k~ cx~t a~tic~i~ and ~~
tO ~e
the 26~ d~ of July 2004
Pres/dent
The Stale of Wyomln~
County 0f Lincoln
Witness my b,,~ and official seal.
The foregoln$..e~/l~orale minutes was acknowledged before nm by Joy S. FOX and Robert
1t. Fox this 6-~ffl~ff_-~'~tay of July. 2004
Notary Public
C
WAIS Document Retrieval Page 1 of 3
GENERAL DECISION: TX20030035 10/08/2004 TX35
Date: October 8, 2004
General Decision Number: TX20030035 10/08/2004
Superseded General Decision Number: 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 Publication Date
0 06/13/2003
1 02/13/2004
2 10/08/2004
* PLUM0100-002 05/01/2004
Rates Fringes
Plumbers and Pipefitters ....... $ 22.53 7.16
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
http://frwebgate.access.gp~.g~v/cgi~bin/getd~c.cgi?dbname=Davis-Bac~n&d~cid=TX2~~3... 4/12/2005
WAIS Document Retrieval Page 2 of 3
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 survey underlying a wage determination
Wage and Hour Division letter setting forth a position on
wage determination matter
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,
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
an
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
http://frwebgate.access.gp~.g~v/cgi~bin/getd~c.cgi?dbname=Davis~Bac~n&d~cid=TX2~~3... 4/12/2005
WAIS Document Retrieval
END OF GENERAL DECISION
Page 3 of 3
http ://frwebgate.access.gp~.g~v/cgi-bin/getd~c.cgi?dbname=Davis-Bac~n&d~cid=TX2~~3... 4/12/2005
SECTION 2
CONTRACT
DOCUMENTS
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the 12th day of April in the year 2005 by and between the
CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and Fox
Contractors (hereinafter called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
This work shall consist of the installation of approximately 7,900 linear feet of 12-inch
PVC water line by open cut with embedment; 800 linear feet of 12-inch PVC waterline in
steel encasement pipe by boring; eleven 12-inch gate valves; three 8-inch gate valves;
eight 6-inch gate valves; eight standard fire hydrants; one 6-inch blow off valve; six 2-
inch air release valves; together with all necessary appurtenances. Work shall include all
components necessary for the "turn key" construction of the State Highway 121 Water
Line (North Coppell Road to Denton Tap Road) as shown on the plans designated WA
01-01.
The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Construction of the
STATE HIGHWAY 121 WATER LINE
(NORTH COPPELL ROAD TO DENTON TAP ROAD)
WA 01-01
Article 2. ENGINEER.
The Project has been designed by the City of Coppell Engineering Department. Contract
administration will be provided by the City of Coppell Engineering Department who is
hereinafter called ENGINEER and who is to act as OWNER' s representative, assume all duties
and responsibilities and have the rights and authority assigned to ENGINEER in the ConVcact
Documents in connection with completion of the Work in accordance with the Contract
Documents.
2- l Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 140 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the time specified in paragraph 3.1 above, plus any extensions thereof
allowed in accordance with Item 1.36 of the General Provisions. They also recognize the
delays, expense and difficulties involved in proving in a legal or arbitration proceeding
the actual loss suffered by OWNER if the Work is not completed on time. Accordingly,
instead of requiring any such proof, OWNER and CONTRACTOR agree that as
liquidated damages for dally (but not as a penalty) CONTRACTOR shall pay OWNER
Two hundred Forty. dollars ($240.00) for each day that expires after the time specified
in paragraph 3.1 for Completion until the Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with
the Contract Documents in current funds subject to additions and deductions by Change
Orders as provided in the contract documents in accordance with the unit prices listed in
Section 1 Proposal and Bid Schedule. The contract sum shall be the amount
of $666,079.30. The total tangible personal property cost included in the contract sum is
$312,083.03.
A~cle5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in
the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER, each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work measured by the
schedule of values established in Item 1.51 of the General Provisions (and in the case of
Unit Price Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Provisions.
2-2 Contract Documents
5.1.1. Prior to Completion, progress payments will be made in an mount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts
the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent
of the tectmical data contained in such reports and drawings upon which CONTRACTOR
is entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations,
tests, reports, and studies (in addition to or to supplement those referred to in paragraph
7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the
site or otherwise may affect the cost, progress, performance, or furnishing of the Work
as CONTRACTOR considers necessary for the performance or furnishing of the Work at
the Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Item 1.3 of
the General Provisions; and no additional examinations, investigations, explorations,
tests, reports, studies, or similar information or data are or will be required by
CONTRACTOR for such purposes.
2-3 Contract Documents
7.3. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations, tests,
reports, studies, or similar information or data in respect of said Underground Facilities
are or will be required by CONTRACTOR in order to perform and furnish the Work at
the Contract Price, within the Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 1.3,
1.20 and 1.21 of the General Provisions.
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of
the Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise thc entire agreement
CONTRACTOR concerning the Work consist of the following:
between OWNER and
8.1. This Agreement (pages 2-2 thru 2-7, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, 3ra edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2
thru 3-10).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the "State Highway 121 Water Line (North Coppell Road and
Denton Tap Road) Project No. WA~01-01 for the City of Coppell".
2-4 Contract Documents
8.8. Drawings entitled: "WA 01-01".
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this
Agreement (except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 of the General
Provisions will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation moneys that may become
due and moneys that are due may not be assigned without such consent (expect to the
extent that the effect of this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment no assignment will release
or discharge the assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
2-5 Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by
OWNER and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on April 12, 2005.
OWNER: City of Coppell
255 Parkway Boulevard
Coppell, TX 75019
BY: [~
ATTmT: ~~ /~~
Ad&ess for giv~g n~ficas:
P.O. Box 9478
Coppell, Texas 75019
Arm: Ken Griffin, P.E.
Dir. of Engineering/Public Works
CONTRACTOR:
Fox Contractors
P. O. Box 951
Midlothian, Texas 76065
BY:
Euis Velasquez //
TITLE: Estimator/Superintendent
ATTE ST: ~,~L,,._.~ ~,.._ ~,~
Address for giving notices:
P. O. Box 951/3411 F. M. 663
Midlothian, Texas 76065
Arm: Luis Velasquez
Estimator/Superintendent
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2-6 Contract Documents
Client#: 3707 FOXCON1
ACORD,M CERTIFICATE OF LIABILITY INSURANCE05110104DATBI"M'BB 'YYYI
l~%°~;~%Lad Shreffler Insurance
'.O. Box 1119
Jedford, TX 76095
1~17 589-4500
~SURED
L.
Fox Contractors, Inc.
PO Box 951
Midlothian, TX 76065-0951
THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
IAIC #
~NSURERA: Bituminous Casualty Corp 20095
~NSURER S: Interstate Fire & Casualty 22829
~NSURERC: Texas Mutual Ins. Co. 22945
INSURER D:
INSURER E
COVERAGES
L THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE iNSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAiD CLAIMS
POLICY EFFECTIVE
TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD~YI
LP3188876 05/10/04
*Blkt AIANOSI30
;EN'L AGGREGATE LIMIT APPLIES PER:
Jired by
written contract
IABIUTY 8875
ANY AUTO
ALLOWNEDAUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
*BIkt Al/WeS/30
E LIABILITY
ANY AUTO
EXCESS/UMBRELLA LIABILITY
OCCUR L~ CLAIMS MADE
DEDUCTIBLE
$ 5000
WORKERS COMPENSATION AND
EMPLOYERS~ LIABILITY
ANY PROPRIETOPJPARTNER/EXECUTWE
OFFICEPJMEMBER EXCLUDED?
descdbe under
~L PROVISIONS below
Mired by
written contract
M01606069
TSF0001131265
*Blkt wes
*As required by
written contract
05/10/04
05/10/04
05110/04
POLICY EXPIRATION
DATE (MM/DO/YY}
05/10/05
05/10~05
05/10105
05/10/05
LIMITS
EACH OCCURRENCE $110001000
DAMAGE TO RENTED $100~000
pREMISES lEa occurrencel
MED EXP (Any one person) $10~000
PERSONAL & ADV INJURY $110001000
GENE RAL AGGREGATE $2,000,000
PRODUCTS - COMP/OP AGO $2,000,000
COMBINED SINGLE LIMIT $1 ,nnn,nnn,,,,v vvv
=a accident)
BODILY INJURY $
Per person)
BODILY INJURY
Per accident)
PROPERTY DAMAGE
Per accident)
AUTO ONLY - EA ACCIDENT
EA ACC
OTHER THAN
AUTO ONLY: AGG
EACH OCCURRENCE $2,000,000
AGGREGATE $210001000
$
$
X WC STATU- OTH
T(~RY L M TS ER
EL. EACH ACCIDENT $500,0UU
E.L. DISEASE - EA EMPLOYEE $500,000
EL DISEASE- POLICY LIMIT $500,000
EBCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Iote: Policies provide for 10 days notice of cancellation for non-payment of premium.
~,tate Highway 121 Water Line
ity of Coppell is included as Additional Insured on
;eneral Liability and Automobile policies per policy form.
CANCELLATION
-~ERTIFICATE HOLDER
City of Coppell
L P.O. Box 9478
Coppell, TX 75019
kCORD 25 (2001108) 1 of 2 #M29232
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL "{[~ DAYS WRIttEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
DKW e ACORD CORPORATION 19~8
I_
L
L
L
L
L
L
L
I
I
L
L
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
~,CORD 25-S (200tl08) 2 of 2 #M29232
General Instructions For Bonds
The surety on each bond must be a responsible surety company which is qualified to do
business in Texas and satisfactory to the Owner.
The name, and residence of each individual party to the bond shall be inserted in the
body thereof, and each such party shall sign the bond with his usual signature on the line
opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an
adhesive seal shall be affixed opposite the signature.
If the principals are parmers, their individual names will appear in the body of the bond,
with the recital that they are partners composing a firm, naming it, and all the members
of the firm shall execute the bond as individuals.
The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
If the principal or surety is a corporation, the name of the State in which incorporated
shall be inserted in the appropriate place in the body of the bond, and said instrument
shall be executed and attested under the corporate seal, the fact shall be stated, in which
case a scroll or adhesive seal shall appear following the corporate name.
The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or assistant secretary
according to the form attached hereto. In lieu of such certificate, records of the
corporation as will show the official character and authority of the officer signing, duly
certified by the secretary or assistant secretary, under the corporate seal, to be true
copies.
The date of this bond must not be prior to the date of the contract in connection with
which it is given.
2-8 Contract Documents
PERFORMANCE BOND
Bond # TXIFSU0284534
STATE OF TEXAS }
COUNTY OF DALI.AS }
KNOW ALL MEN BY TIEESE PRF_~ENTS: That Fox Contractors whose address is P. O.
Box 951, Midlothian, Texas 76065, hereln~,~er called Principal, and
international Fidelity Insurance Gompany .......................... , a corporation Ol'gnn!?~'~] ~
exisfin~ '~.dcr thc ]aw~ of thc St~¢ of New Jersey , "nd fifily licensed to tra~act b~zJ.ues~ in
the State of Tex~ ~ Surety, are held and f:mnly beund unto th~ CITY OF COPPELL, a
municipal corporation orgmxized and existing under the laws of the State of Texas, herei.~ger
called "Beneficim-y", in the penal sum of Six Hundred SixW-Six Thousand Sevcntv-Nin¢
DOLLARS and Thirvt CENTS ($ 666,079.30 ) in lawful money of the United States, to be paid
in Dallas County, Texas, for the payment of which sum wcll and truly ~o bc made, wc bind
ourselves, our heirs, executors, admini.~rators and successors jointly and severally, firmly by
these presents. This Bond shMl amornatic.~dly be increased by thc amoun~ of uny Chsm,e Order
or Supplemental Agreement which increa~cs the Contract price, but in no cvc~ shall a Change
Ordcr or Supplcmcntal Agrcomcnt which reduccz thc Contract price decrease the penal sum of
~ OBLIGATION TO PAY SAIVIE is conditioned as follows: Whereas, the
Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the 12th
of April, A.D. 2005, which is made a part hereof by reference, for the construction 0f certain
public improvements that are generally described as follows:
Construction of the:
State Highway 121 Water Line
(North Coppell Road sad Denton Tap Road)
Project No. WA-01-01
Bid No. Q-0205-02
NOW, TI-EEREFORE, ff the Principal ghsll well, truly and faitlffully perform and fi:lfill
all of the undertakings, covenants, terms, conclltiom and ag~teowamts of said Contract in
accordance with the plans, specifications and Contract documents during thc original term
thereof and any extension thereof which may be granted by the Banefieiary, with or without
notice ~to the Surety, and during the life of any guaranty or warranty required under tiffs
Conic'ant, and shall alao well and truly Imrform and fulfill all the undertakinga, covenants, texms,
conditions and agreements of any and all duly authorized modifications o£ said Conm~et that may
hereafter be m de, notice of which modifie tlor to the hereby walv~: and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year fi.om the date of final completion and final acceptance of
the Work by Owner; and, if the Principal shall fully indemni& and save harmless the Banefieiary
from all costs and damages which Beneficiary may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Beneficiary all outlay and expeme which the
2-9 Contract Documents
Beneficiary may incur in w~lelng good any default or d~ficieney, then this obligation shall be
void; otherwise, it shall remain in full force and effect.
PROVIDED I~U~RTHER, that if any legal action be filed on this Bond, exclusive Venue
8hall lie in Dallas County. Texas.
AND PROVIDED FURTtlF_~ that the said Surely, for value received, hereby
stipulates and agrees that no clmnge, extension of time, alteration or addition to the tams of the
Contract or to the Work to be performed thereunder or the specifications accompanying the
shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such
~-nge, extension of time, alteration or addition to the terms of the Contract, or to the Work or
to thc Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's .~,motated
Civil Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship,
as provided by Article 7.19-1 of the insurance Code, Vemon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WHEREOF, this instrument is executed in six copies,
each one ofwhlch shall be deemed an original, this the 12th dayof April ,20 05.
PRINCIPAL
Fox Contractors
Luis Velasqo~z
SURETY
International Fidelit}' Insurance Company
Title: Estimator/Superintendent
Title: Attorney-In-Fact
NAiVe: Baldwin Insurance a Bonds ~
AD]D~$S: 1201 Kas Drive~ Suite B: Richardson, TX 75081
NOTE; Data of Performance Bond must be date of Contract.. If Resident Agent t~ not ¢orporatior~ give person's
2- I 0 Contraat Doc~nen~
BOND Bond # TXIFSU0284534
STATE OF TEXAS
COUNTY OF DAH.~ }
KNOW Al,l, MEN BY THESE PRESENTS: That Fox Contractors whose address is P. O.
Box 951, Midlothimb Texas 76065 , hereinafter called Principal, and
International Fidelity Insurance Company , a corporation organized and
exJsti~ under thc laws oftbe State o£ New Jersey , and fully licensed to transact buainess in
the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a
municipal corporation organized and existing under the laws of the State of Texas, berei~affer
called "Beneficiary", in the penal sum of S.ix Hundred Sixty-Six Thousand Seventy-Nine
DOLLARS and ~ CENTS ($ 666.079.30 ) in lawful money of the United States, to be paid
in Dallas County, Texas, for the payment of which sum well and truly to be r-~,t., wc bind
ourselves, our heks, executors, administrators and successors jointly and severally, firmly by
these presents. This Bond shall automatically be increased by thc amount of any Che~ge Order
or Supplemental Agreement which increases the Contract priee, but in no event shall a Change
Order or Supplemental A~reement which reduces the Contract price (kereaee the penal sum of
this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract with the City of Coppell, ~tod the 12th of April, A.D.
2005 , which is made a part hereof by reference, for the construction of certain public
improvements that arc generally dcseribod as follows:
Construction of the:
State Highway 121 Water Line
(North Coppell Road and Denton Tap Road)
Project No. WA-01-01
Bid No. Q-020~02
NOW, TI-~REFORE, if thc Principal shall well, mdy and faithfully l~rform its duties
and make prompt payment to all pereens, firm,s, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided fOr in said Contract and
any and all duly authorized modifications of said Contract that may hereafter be made, notice of
which modification to the Surety is hereby expressly waived, then this obligation shall he void;
otherwise ii shall rer~aln in full force and effect.
PROVIDED FURTIq~R, that ff any legal action be fil~ on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURT~rI~.R, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, crc.,
2-11 Contract Documems
accompanying the same, shall in anyway affect irs obligation on this Bond, and it does hereby
waive notice of any such change, exte~ion of time, alteration or s,~Oi~ion to the terms of the
Contract, or to the Work to be performed thereunder.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated
Civil Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby dcsig~_?exi by ~e Surety herein as the
Resident Agent in Dallas Couniy or Denton County to whom any requisit~ notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship,
as provided by Article 7. 19-1 of the insurance Code, Vcrnon's Annotated Civil $~s of the
State of Tcxm.
IN ~'l'l'l'~__~ I,~HEI[~OF, this instrument is executed in Six
each one of which shall be deemed an original, ~ the 12th.. day of' April
200_~_5.
PRINCIPAL SURETY
Fox ConR'actor$
Luis Velas~ez '
Tifle:Estir~or/Superin~ndent
International Fidelity insurance Company
By:
Title: Attorney-In-Fact
The Resident Agent of thc Sur~_~. D~llas or
service oft.he process is:
A'I-I'EST: L
Baldwin Insurance & Bonds
ADDRESS:
1201 Kas Drive, Suite B: Richardson, TX 75081
NOr& Oate of Perforrnance Bond mu~t be date of Eontract. lf Re~ld~nt dg~nt i~ not a cor~oratiog gtwt a t~raon'~
2- ] 2 Contract Documents
]VI_A. INTE~ANCE BOND Bond # TXIFSU0284534
STATE OF TEXAS
COUNTY OF DALLAS }
KN'OW AI,I. MEN BY I'H~E PRESENTS: THAT Fox Contractors as Principal, and
international Fidelity Insurance Company , a corporation organized under the
laws of New Jersey ............................................................. . aS sureties, do hereby
exprczsly acknowledge themselves to be held and bound to pay unto the City of Coooell, a
Muriicipal Corporation, Texa~, the sum of Thr~c Hundred Thirty-Three Thousand. Thine-Nine
Dollars and Sixty-Five Cents ($333.039.65~. which this amount is ($0%)of the total conlract
amount of Six Hundred Sixty-Six Thoa~snd Seventy-Nine Dollars and Thirty Cents
($666,079.30), for thc payr-,--t of which sum will and truly be made unto said Municipal
Corporation , and its succe, ssors, said principal and sureties do hereby bind themselves, their
assigns and successors jointly and severally.
TIIlq obligat/on is conditioned; however, that whereas, the said~ this
day entered into a written contract with the said City.of Coovel[ to build and co~slruct State
Highway 121 Water Line (North Coppell Road to Denton Tap Road)~ which contract and the
plans and specifications therein mentioned, adopted by the City of Coovell are hereby expressly
made a part thereof as through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the
Contractor will mRintain and keep in good repair, thc work herein contracted to bo done and
performcd, for a period of two (2) years from the date of the acceptance of said work, and to do
all necessary repairs and/or reconstruction in whale or in part of said improvements that should
be oceasion~ by settlement of foundation, defective workmanihip or materials furnished Lu the
construction or any part thereof or any of the accessories thereto constructed by the Conlractor.
It being understood that the purpose of this section is to cover all defective conditions arising by
reason of defective material and c.~r~c thc same a~alnst thc ~aid Contractor, and sureties on this
obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages
m~mtioned in sa/d contract for each day' s failure on its' part to comply with the terms of said
provisions of said contract. Now, therefore, ff the said Contractor shall keep and perform its'
said agreemant to wal.tain said work and keep the ~me in repair for the said m~intc~ance
period of two (2) years, as provided, then these presents shall be null and void, and have not
fLuther cfi'act, but if default shall be made by the za/d Contractor in the performance of its'
contract to so maintain and repair said work, then these presents shall have full forc~ and dfcct,
and said City of Coooell shall have 0nd receive from the said Contractor and its' principal and
sureties d~maSes in the premises, as provided; and it is further agreed that this obligation shall
be a cantim~inE one against the principal and suredes, hereon, and that successive recoveries may
be and had hereon for successive branches unt/1 the full amount shall have been exhausted; and it
is further understood that the obligation herein to maintain said work shall continue t/troughout
said maintenance period, and the same shall not be changed, diminished or in any manner
affected ~om any cause during said time.
2-1 ~ Contract Documents
~ ~['][~r~ss ~r[']~a~o~', t~e S~d Principal- Fox Contractor's, Inc. ~
CA~ ~ese ~e~ to ~e ~ ~ Luis Velasquez
~ ~ ~d Surety - International Fidelity Insurance Company ~ ~ ~c~ prc~ ~
be ex~ by i~ A~om~ ~ ~ ~d ~o ~d A~m~ ~ f~t
Diana K. Willis , ~ beretta ~t ~ ~ ~c 12th ~y Of
April , 20 05
Fox C~ntr.actors
Luis Velasq)~i~z
TiQ¢: Estimator/$auerintamdent
SURRTY
International Fidelity Insurance Company
Ti'dc: Attorney-In-Fact
WITNESS: (--~-~ A'I'I'Ii;ST:
PIO'I'E: Date of Maint,nanc, Bond mu~t ~ be prior~t datg of Contract. ~ ~
2.14 Cantract Document$
Tel (973)62427200 POWER OF ATTORNEY
INTERNATIONAL FIDELITY INSURANCE COMPANY
HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR
NEWARK, NEW JERSEY 07102-5207
KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE CoMpANy~
a corporation organized and existing
laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint
MICHAEL D.
H~NDRICKSON, WILLIAM B. CADENHEAD, DIANA K. WILLIS, BECKY L. B~
Hurst, TX.
ts true and awfu attorney(s)- n-fact to execute seal and deliver for and on its behalf as surety any and all bonds and undertakings, contracts of fudenmity and
other writings obligatory tn the nature thereof, which are or may be allowed, required or permitted b}' law, statote, rule, regulation, contract or otherwise, and
- the execution of such instrument(s) in pursuance of these presents, shall be as bindtng upon me said INTERNATIONAL FIDELITY INSURANCE
COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its
principal office.
This Power of Attorne is executed, and ma be revoked, pursuant to and by authority of Article 3~Section 3, of the B -Laws ado ted by the Board of
- Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on thc 7th day of~ebruary, ~74.
The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority
(1) To appoint Attorneys-in-fact and to authorize them to execute on behalf of the Company, and atlach the Seal of the Company thereto, bonds and
undertakings, contracts of indemnity and other writings obligatory n the nature thereof and,
(2) To remove, at any time, any such attorney-in-fact and revoke the authority given.
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting
duly called and held on the 29th day of April, 1982 of which the following is a true exceq>t:
Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by
facsimile, and any such power of attorney or certificate bear ng such lacs m e s~gnatores or facsimile sealshall be valid and binding upon the Company and any
such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the fatore with respect to any
bond or undertaking to which it is attached.
IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be
signed and its coq~orate seal to be affixed by its authorized officer, this 31st day of August, A.D. 1998.
STATEcounty of EssexOF NEW JERSEY ~ ~~--INTERNATIONAL FIDE~CE COM`~.~NY
On this 31st day of August 1998, before me came the indiv dual who executed the preceding ins~3mment, to mepersonally known and, being by me duly
sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to
said thstmment is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of
said Company.
NOTARY
PUBLIC
IN TESTIMONY WHEREOF. I have hereunto set my hand affixed m) Official Seal
at the Ci% of Newark. New Jersey the day and year first above written.
CERTIFICATION
A NOTARY PUBLIC OF NEW JERSEY
My Commission Expires Nov. 21. 2005
1. the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify th~ I have compared the foregoing copy of the
Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Compan) a~ sec forth in said Power of Attorney, w~th the ORIGINALS ON
IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof and of tho whole of the said origthals, and that the said Power
of Attorney has not been revoked and is now in full force and effect
IN TESTIMONYWHEREOF. l havehereuntosetm5 hand this /~(~ day of ~t/~,~? ~
Assistant Secretary
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may call International Fidelity Insurance Company's
telephone number for Information or to make a complaint at:
800-333-4167
toll-free
You may also write to International Fidelity Insurance Company at:
Attn: Claims Department
One Newark Center, 20th Floor
Newark, NJ 07102
You may contact the Texas Department of Insurance to
information on companies, coverages, rights or complaints at:
800-252-3439
obtain
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
ATTACH THIS NOTICE TO YOUR BOND. This notice is for
information only and does not become a part or a condition of the
attached document and is given to comply with Section 2253.048,
Government Code, and Section 53.202, Property Code, effective
September 1, 2001.
SECTION 3
STANDARD SPECIFICATIONS
S UPPLEMENTAR Y
CONDITIONS
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS
OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH
CENTRAL TEXAS, THIRD ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS
COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE
NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL
PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
PART I: GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS
ITEM 1.0 - DEFINITIONS
SC-1.0
Engineer: The word "Engineer" in these contract documents and specifications shall be
understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 478, Coppell, TX
75019, Engineer of the Owner, or such other representatives as may be authorized by said owner
to act in any particular position.
Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Calendar Day: Add the following sentence to the end of the working days definitions: Hours
worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime.
Overtime request must be made in writing and approved by the City of Coppell. Seventy-two
hours notice required. All overtime incurred by the City for inspection services and any overtime
incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be
deducted from partial payments.
All other terms used in these Supplementary Conditions which are defined in the General
Provisions shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
3-1 Standard Specifications
Supplementary Conditions
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and
1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment, and to establish a working understanding among the parties as to the
Work.
ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS
SC-1.19
Add the following language at the end of the Item 1.19: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals or
codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon
the following reports of explorations and tests of subsurface conditions at the site of the work: No
geotechnical explorations or tests of subsurface conditions have been performed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5
Existing Utilities and Sewer Lines: The Contractor shall be responsible for the
protection of all existing utilities or service lines crossed or exposed by the construction
3-2 Standard Specifications
Supplementary Conditions
operations. Where existing utilities or service lines are cut, broken or damaged, the
CONTRACTOR shall replace the utilities or service lines with the same type of
original construction, or beuer, at his own cost and expense.
If it is necessary to change or move the property of any owner or of a public utility,
such property shall not be moved or interfered with until authorized by the
ENGINEER. The right is reserved to the owner of any public utility to enter upon the
limits of the project for the purpose of making such changes or repairs of their property
that may be made necessary by the performance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence:
"If requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1
Should CONTRACTOR cause damage to the work or property of any separate
Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER,
ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall
promptly attempt to settle with such other Contractor by agreement, or to otherwise
resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent
permiued by Laws and Regulations, indemnify and hold OWNER, ENGINEER and
Consulting Engineer harmless from and against all claims, damages, losses and
expenses (including, but not limited to, fees of engineers, architects, attorneys and
other professionals and court and arbitration costs) arising directly, indirectly or
consequentially out of any action, legal or equitable, brought by any separate
Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based
on a claim arising out of CONTRACTOR'S performance of the Work. Should a
separate Contractor cause damage to the work or property of CONTRACTOR or
should the performance of work by any separate Contractor at the site give rise to any
other claim, CONTRACTOR shall not institute any action, legal or equitable, against
OWNER, ENGINEER or Consulting Engineer or permit any action against any of
them to be maintained and continued in its name or for its benefit in any court or before
any arbiter which seeks to impose liability on or to recover damages from OWNER,
ENGINEER or Consulting Engineer on account of any such damage or claim. If
CONTRACTOR is delayed at any time in performing or furnishing Work by any act or
neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree -
as to the extent of any adjustment in Contract Time attributable thereto,
3-3 Standard Specifications
Supplementary Conditions
CONTRACTOR may make a claim for an extension of time in accordance with Item
1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy
with respect to OWNER, ENGINEER and Consulting Engineer for any delay,
disruption, interference or hindrance caused by any separate Contractor.
ITEM 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
1.26.6
If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the
cost thereof will be charged to OWNER by appropriate Change Order or Written
Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in
writing advise OWNER whether or not such other insurance has been procured by
CONTRACTOR.
SC-1.26.7
Add the following new item:
1.26.7
CONTRACTOR intends that any policies provided in response to Item 1.26 shall
protect all of the parties' insured and provide coverage for all losses and damages
caused by the perils covered thereby. Accordingly, all such policies shall contain
provisions to the effect that in the event of payment of any loss or damage the insurer
will have no rights of recovery against any of the parties named as insured or additional
insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR
will obtain the same.
ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREA; COORDINATION WITH OTHER CONTRACTORS; FINAL
CLEANUP
SC-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Vertical control has
been established as shown on the construction plans. Horizontal control can be established from
3-4 Standard Specifications
Supplementary Conditions
existing inlets, street intersections or other utilities indicated on the construction plans. The
Contractor shall be responsible for establishing all lines and grades, and the precise location of all
proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and
grades established by the Contractor to determine the conformance of the completed Work as it
progresses with the requirements .of the construction documents. Such checking by the Engineer
shall not relieve the Contractor of his responsibility to perform all Work in connection with
Contract Drawings and Specifications and to the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE
SC-1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract
price shall be due the Contractor."
Insert the following sentence at the end of the second paragraph of Item 1.33:
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events
to minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 1.36."
ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract
time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse
impact to the critical path and that loss of time can not be made up by revising the sequence of the
work of the project."
ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except
as provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
3-5 Standard Specifications
Supplementary Conditions
ITEM 1.49 - OWNER'S, EMPLOYEES OR AGENTS
SC-1.49-2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or
indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership amounts to
less than one percent (1%) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The
Contractor represents that no employee or officer of the City has an interest in the
Contractor.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58
Recent legislation has removed the sales tax exemption previously provided by Section
15 ! .311 of the Tax Code covering tangible personal property purchased by a contractor
for use in the performance of a contract for the improvement of City-owned realty.
It is still possible, however, for a contractor to make tax-free purchase of tangible personal
property, which will be incorporated into and become part of a City construction project
through the use of a "separated contract" with the City. A "separated contract" is one,
which separates charges for materials from charges for labor. Under such a contract, the
contractor becomes a "seller" of those materials, which are incorporated into the project,
such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in
lieu of paying the sales tax at the time such items are purchased. The contractor then
receives an exemption certificate from the city for those materials. (This procedure may
not be used, however, for materials, which do not become a part of the finished product.
3-6 Standard Specifications
Supplementary Conditions
For example, equipment rentals, form materials, etc. are not considered as becoming
"incorporated" into the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure
in sales tax for materials, which are to be incorporated into the project. The successful
bidder's bid form will be used to develop the "separated contract" and will determine the
extent of the tax exemption. Upon execution of the construction contract, the contractor
shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2)
labor, equipment, supervision and materials not incorporated into the project.
PART II: MATERIALS - DIVISION 2 MATERIALS
ITEM 2.1.5 - TRENCH BACKFILL:
(b) Types "B" and "C"
(4) Additional Requirements
(B) Additional Requirements for Type "C" backfill when used in streets: Insert the
following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 2.1.6 - RIPRAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Riprap. Add the sentence: Mortar or concrete type shall be approved
by the Engineer and shall conform to A.S.T.M. C 387-83.
ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a) General: Amend the first sentence, by striking the words "requirements for earth
bedding" and replace with "recommendations of the pipe manufacturer, and shall be
approved by the Engineer".
(b) Earth Bedding: Add the following sentence at the beginning of this paragraph:
"Earth bedding will not be permitted without written approval of the Engineer."
ITEM 2.2.2 - CHEMICAL ADMIXTURES:
3-7
Standard Specifications
Supplementary Conditions
(d)
Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as
an admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
PART III CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION
ITEM 3.1.2 - CONSTRUCTION METHODS:
Add the following sentence after the second sentence: The method of protection shall be
2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the
Engineer.
ITEM 3.7.3 - DENSITY:
Strike the first sentence and replace with the following: "Earth embedment and select
material shall be compacted to between 95 percent and 100 percent of Standard Proctor
Density as determined by ASTM D:698 at, or up to five (5) percentage points above,
optimum moisture content, using mechanical compaction methods, unless otherwise
specified in the Plans or Specifications."
PART III DMSION 4 - SUBBASE AND BASE COURSES
ITEM 4.8.4 - CONSTRUCTION METHODS:
(b) Compaction
Amend the last sentence of the first paragraph, by striking the words: "90 percent of the
maximum dry density of such material." and replace with the words "95 percent of the
maximum dry density of such material, or as directed by Engineer.
PART II1 DIVISION 5 - PAVEMENT/SURFACE COURSES
ITEM 5.8.2 - CONSTRUCTION METHODS:
(e) Joints
(1) Expansion Joints: Delete the first paragraph and replace with the following:
"Expansion joints shall be installed perpendicularly to the surface and centerline of the
pavement. Expansion Joint material shall be redwood boards, 3/4-inch in width, and
extended through curbs. Expansion joints are to be installed at each end of radius at
street intersections. Expansion joints shall be equally spaced between intersections with .
3-8
Standard Specifications
Supplementary Conditions
not less than one every 200 linear feet of pavement, unless otherwise specified on the
Plans or directed by the Engineer.
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the
Engineer ".
(2) Contraction Joints. Delete the first sentence of the first paragraph and insert the
following: "Contraction or dummy joints shall be sawed to 1-1/4 inches in depth, and
1/4 inch in width, and installed every 20 linear feet of pavement, and extend through
curb, unless otherwise directed by the Engineer."
(h) Finishing.
(1) Machine. Add the following paragraph at the end of this subsection: "Fog sprays
powered by pressure pumps, and capable of covering the entire area of freshly placed
concrete with a fine mist, shall be used if water is needed for finishing operations."
(2) Hand. Add a new paragraph after first paragraph which reads as follows: "Fog
sprays powered by pressure pumps, and capable of covering the entire area of freshly
placed concrete with a frae mist, shall be used if water is needed for finishing
operations."
PART III DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9 - BACKFILL:
(b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend
the second sentence by striking the words "to a density comparable with adjacent
undisturbed material" and replacing with "to a density between 95 percent and 100
percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5)
percentage points above, optimum moisture content, unless otherwise specified in the
Plans or directed by the Engineer."
3-9
Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
SPECIFIC PROJECT REQUIREMENTS
The construction specifications, which apply to this project, are the Standard Specifications for
Public Works Construction - North Central Texas Third Edition prepared through the North
Central Texas Council of Governmems (NCTCOG). The following Specific Project
Requirements contain general and specific project requirements applicable to this project in the
City of Coppell. These individual specifications control for this project. Additional amendments
to the NCTCOG Standard Specifications are contained in Section 3 - Supplememary Conditions
to the Standard Specifications for Construction. In the event that an item is not covered in the
Project Drawings and these Specifications, then the City of Coppell Standard Construction
Details (Ord.#92-554), and Appendix 'C' Design Criteria and Standards in the City of Coppell
Subdivision Ordinance (Ord.#94-643) shall apply.
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.S.A.
A.S.T.M.
A.A.S.H.T.O.
A.C.I.
A.W.S.
A.W.W.A.
S.S.P.C.
N.E.M.A.
W.P.C.F.
TX.DOT
OSHA
TAS
ADA
S.S.P.W.C.N.C.T.
American Standards Association
American Society of Testing Materials
American Association of State Highway
& Transportation Officials
American Concrete Institute
American Welding Society
American Water Works Association
Steel Structures Painting Council, Federal
Specifications Treasury Department
Underwriters Laboratories
National Electrical Manufacturers Association
Water Pollution Control Federation
Texas Department of Transportation
Occupational Safety and Health Administration
Texas Accessibility Standards
Americans with Disabilities Act
Standard Specifications for Public Works
Construction North Central Texas
4~ 1 Specific Project Requirements
1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell,
P.O. Box 478, Coppell, Texas 57019.
1.2
ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer,
City of Coppell, Engineer. of the Owner, or such other representatives as may be
authorized by said owner to act in any particular position.
1.3
CITY OF COPPELL: All improvements described in this Proposal and Construction
Drawings shall be done in accordance with the Project Drawings and Specifications. In
the event that an item is not covered in the Project Drawings and Specifications, then the
Standard Specifications for Construction for the City of Coppell, Texas shall apply.
1.4
SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street right-of-way. Entrance onto private property shall be at the expressed
approval of the ENGINEER, only.
1.5
PROJECT DESCRIPTION: This Contract consists of the construction of water
improvements on State Highway 121 Water Line (North Coppell Road to Denton Tap
Road) in the Contract Plans, Project No. WA 01-01.
1.6
CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the
basis of the definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written
request for final inspection. The calendar day count shall resume upon receipt by the
Contractor of a written list of items necessary to satisfactorily complete the project. This
process shall continue until such time as the project is accepted by the Engineer, and the
Owner. The calendar day count will not be suspended or otherwise affected by use of
completed portions or "substantial completion" of any of the project.
1.7
1.8
SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority having jurisdiction for the safety of persons or property
to protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards,
promulgating safety regulations and notifying owners and users of adjacent utilities.
SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
1.9
SURVEY AND FINISHED GRADES: The Contractor shall be responsible for
installation of the water lines to plus or minus 0.10-foot of the elevations shown on the
construction plans.
4-2
Specific Project Requirements
1.10
1.11
1.12
1.13
1.14
Horizontal and vertical control is provided by the owner as shown on the plans. The
Contractor shall be responsible for layout and staking of all grades and lines for
construction. The Contractor shall preserve all stakes or markings until authorized by the
Engineer to remove same. The Contractor shall bear the cost of re-establishing any
control or construction stakes destroyed by either him or a third party and shall assume
the entire expense of rectifying work improperly constructed due to failure to maintain
established points and marks.
No separate payment shall be made to the Contractor for constructisn staking which shall
be considered incidental to the project and payments made under specific Pay Items shall
be considered as full compensation for these requirements.
CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades,
cross-sections, and dimensions shown on the Drawings. Any deviation from the
Drawings which may be required by the exigencies of construction will be determined by
the Engineer and authorized by him in writing.
TESTING LABORATORY SERVICE: The Owner shall make arrangements with an
independent laboratory acceptable for all testing as required by the construction plans and
standard specifications. The Contractor shall bear all related costs of retests, or
reinspections. The Contractor shall notify the ENGINEER in a timely manner of when
and where tests or inspections are to be made so that they may be present. One copy
shall be provided to the Contractor of all reports and laboratory test results. Testing by
the City does not alleviate the contractors' responsibility for his own quality
assurance/quality control testing. Passing tests on any portion of the work does not
relieve the Contractor of his responsibility under the terms of this contract for the entire
project. Contractor shall replace any deficient construction items.
SUSPENSION OF WORK: If the work should be stopped or suspended under any
order of the court, or other public authority, the Owner may at any time during
suspension upon seven days written notice to the Contractor, terminate the Contract. In
such an event, the Owner shall be liable only for payment for all work completed plus a
reasonable cost for any expenses resulting from the termination of the Contract, but such
expenses shall not exceed $5,000.
PRESERVATION OF TREES: Permission of the Engineer must be obtained for
removal of trees on the property that obstruct the installation of the improvements as
outlined in this project. Penalty for destruction of a tree without permission shall be
$500.00 each payable to the Ovmer. If damage is continuous, tree guards shall be
erected when so directed by the Engineer at the Contractor' s expense.
COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent Superintendent capable of reading the plans and
specifications and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
4-3
Specific Project Requirements
1.15
supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required bylaw to
protect persons and property while said persons or property are approaching, leaving or
within the work site or any area adjacent to said work site. No separate compensation
will be paid to the Contractor for the installation or maintenance of any warning devices,
barricades, lights, signs or any other precautionary measures required by law for the
protection of persons or property.
The Contractor shall assume all duties owned by the City of Coppell to the general public
in connection with the general public's inunediate approach to and travel through the
work site and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-
of-way or public place, the Contractor shall at his own cost and expense provide such
flagmen and watchmen and furnish, erect and maintain such warning devices, barricades,
lights, signs and other precautionary measures for the protection of persons or property
as are required by law. The Contractor shall submit a traffic control plan to be reviewed
by the City prior to the beginning of work. No lane shall be barricaded before 9:00 a.m.
or after 4:00 p.m. The Contractor's responsibility for providing and maintaining
flagmen, watchmen, warning devices, barricades, signs, and lights, and other
precautionary measures shall not cease until the project shall have been accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable
federal and state law (by failing to furnish the necessary flagmen, warning devices,
barricades, lights, signs or other precautionary measures for the protection of persons or
property), the Engineer may order such additional precautionary measures as required by
law to be taken to protect persons and property, and shall be reimbursed by the
Contractor for any expense incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights,
or other precautionary measures in protecting said property, and whenever evidence is
found of such damage, the Engineer may order the damaged portion immediately
removed and replaced by and at the cost and expense of the Contractor. If the damages
are not corrected in a timely fashion, then the City shall have the right to repair the
damage and charge the cost back to the Contractor. All of this work is considered
incidental and shall not be separate pay item.
4.4
Specific Project Requirements
The Contractor shall obtain approval from TxDOT for his traffic control and barricade
plan along the Frontage Road to S. H. 121.
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
1.17
1.18
1.19
Prior to any excavation, the Contractor shall determine the locations of all
existing water, gas sewer, electric, telephone, telegraph, television, and other
underground utilities and structures.
After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
Where the locations of existing underground and surface utilities and structures
are indicated, these locations are generally approximate, and all items which may
be encountered during the work are not necessarily indicated. The Contractor
shall determine the exact locations of all items indicated, and the existence and
locations of all items not indicated.
The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private property, whether it is below
ground or above ground, and he shall settle in total cost of all damage suits which
may arise as a result of this operations.
To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
DRAINAGE: The Contractor shall maintain adequate drainage at all times.
PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the
contract.
CLEANUP:
During Construction. The contractor shall at all times keep the job site as free from all
material, debris and rubbish as is practicable and shall remove same from any portion of
the job site when it becomes objectionable or interferes with the progress of the project.
Final. Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner..The Contractor shall thoroughly clean all
4-5
Specific Project Requirements
1.20
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new-appearing condition.
INSPECTION: The word "Inspection" or other forms of the word, as used in the
contract documents for this project shall be understood as meaning an Owner' s agent will
observe the construction on behalf of the Owner. The agent will observe and check the
construction in sufficient detail to satisfy himself that the work is proceeding in general
accordance with the contract documents, but he will not be a guarantor of the
Contractor' s performance.
1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the
construction shall be removed from the property. Any required burning and disposal
permits shall be the sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the
job site and disposed of in a satisfactory manner.
1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction,
including water required for mixing of concrete, sprinkling, testing, flushing, flooding,
or jetting. The Contractor shall provide water as required at his own expense.
1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date
of final completion and acceptance of the project.
1.24 Addenda: Bidders desiring further information or interpretation of the plans and
specifications must make request for such information to the Engineer prior to forty-eight
(48) hours before the bid opening. Answers to all such requests will be given in writing
to all bidders in addendum form and all addenda will be bound with and made a part of
the contract documents. No other explanation or interpretation will be considered official
bor binding, any addenda issued prior to twenty-four (24) hours before the opening of
bids will be mailed or delivered to each Contractor contemplating the submission of a
proposal on this work. The proposal as submitted by the Contractor will be so
constructed as to include any addenda if such are issued by the Engineer prior to twenty-
four (24) hours before the opening of bids.
1.25 Fences and Drainage Channels: Boundary fences, gates or other improvements
removed to permit this construction shall be replaced in the same location and left in a
condition as good as or better than that in which they were found.
Where surface drainage channels are disturbed or blocked during construction, they shall
be restored to their original condition of grade and cross section after the work of
construction is completed.
4-6
Specific Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
1.2
1.4
1.3
Contractor to submit Shop Drawings, Product Data and Samples as required by
the Contract Documents and as specified in other sections of the specifications.
SHOP DRAWINGS:
As soon as practicable after contract award, submit to the Engineer, for review,
the required number of bound copies of shop drawings of all items as specified in
the various sections of these specifications, accompanied by letters of transmittal.
Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive
data for materials and equipment; showing dimensions, performance
characteristics, and capacities and other pertinent information as required to
obtain approval of the items involved.
No work requiring shop drawings will be executed until review and acceptance of
such drawings has been obtained.
PRODUCT DATA:
Preparation:
1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
Manufacturers standard schematic drawing sand diagrams:
1. Modify drawings and diagrams to delete information which is not
applicable to the work.
2. Supplement standard information to provide information specifically
applicable to the work.
SAMPLES: Provide samples as indicated in other parts of these specifications.
CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
Determine and verify:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar data.
4-7
Specific Project Requirements
4. Conformance with specifications.
Coordinate each submittal with requirements of the work and of the Contract
Documents.
Begin no work which requires submittals until return of submittals with
Engineer' s review.
Keep one (1) approved copy of shop drawings or product data at job site at all
times.
1.6 SUBMISSION REQUIREMENTS:
Make submittals promptly and in such sequence as to cause no delay in the work
or in the work of any other contractor.
Number of submittals required:
1. For shop drawings and product data: Submit the number of copies which
the contractor requires, plus four which will be retained by the Engineer.
Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project title.
3. The names of:
a. Contractor
b. Supplier
c. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the work or materials.
7. Applicable standards, such as ASTM or Federal Specification numbers.
8. Identification of deviations from Contract Documents.
9. Identification of revisions on resubmittals.
10. Contractor's stamp, initialed or signed, certifying to review of submittal,
verification of products, field measurements and field construction criteria,
and a\coordination of the information within the submittal with
requirements of the work and of Contract Documents.
11. Fabrication and erection drawings lists and schedules.
12. Basis of design and design calculations signed and sealed by a registered
professional engineer.
13. Seal and signature of a register engineer on all structural submittals.
D. REVIEW:
4-8
Specific Project Requirements
1.7
Shop drawing and product data information review will be general. Such
review will not relieve the contractor of any responsibility and work
required by the Contract.
Satisfactory shop drawings will be so designated and all sets, except four
(4), returned to the Contractor. Rejected shop drawings will be so
designated and all sets except two (2) will be returned to the Contractor,
with indications of the required corrections and changes.
Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
RESUBMISSION REQUIREMENTS:
Make any corrections or changes in the submittals required by the Engineer and
resubmit until accepted.
Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes which have been made other than those requested by
the Engineer.
1.8 ENGINEER'S RESPONSIBILITIES:
1.9
Review submittals with reasonable promptness.
Affix stamp and initials or signature, and indicate requirements for resubmittal, or
acceptance of submittal.
Return submittals to Contractor for distribution, or for resubmission.
MINIMUM LIST OF SUBMITTALS:
C.
D.
E.
F.
G.
H.
I.
J.
Waterline Materials
1. PVC
2. Ductile Iron
Gate Valves
Blow Off Valves
Air Release Valve
Fire Hydrant Assembly
Portland Cement Concrete
Brick Screen Wall Materials
Trench Safety Plan - Engineered Design
SWP3
Traffic Control Plan
4-9 Specific Project Requirements
SECTION $
DESCRIPTION OF PAY ITEMS
DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the Contractor can fully
understand the scope of work involved in the Pay Items.
Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically
included as a pay item in the Proposal, shall be considered subsidiary to the Contract
and no separate or additional payment will be made therefore. For.example, there shall
be no separate payment for the following: (a) Disinfection and hydrostatic testing of
the water line and appurtenances, (b) Any curb, gutter or valley gutter replacement
necessitated by damage during construction (not included in Bid Item 16), (c) Removal
and replacement of any signs, (d) Any concrete thrust blocking necessary for change in
pipe direction, (e) Any and all mechanical joint restraint (eg. megalugs) required for
security pipe joints up and down from any vertical and/or horizontal change in pipe
direction, (f) Any relocation or reconnection of existing fire hydrants, (g) Old valve
removal.
Construction Pay Items:
Pay items as listed in the proposal shall be measured and paid for in accordance with the
applicable measurement and payment paragraphs in the Standard Specifications for
Public Works Construction - North Central Texas Council of Governments Third
Edition, unless modified by these special provisions.
All work for this project shall be governed by the Standard Specifications for Public
Works Construction - North Central Texas Third Edition, as prepared by the North
Central Texas Council of Governments, the City of Coppell Standard Construction
Details (Ord. #92-554), and Appendix 'C' Design Criteria and Standards in the City of
Coppell Subdivision Ordinance (Ord. #94-643), together with any additional
Supplementary Conditions, Specific Project Requirements, General Notes or Description
of Pay Items included herein.
2.1
Pay Item #1 Mobilization:
This item shall consist of the mobilization of personnel and supplies at the project site
in preparation for beginning work on other contract items.
Measurement and payments shall be made on the basis of the bid price per lump sum
(L.S.) and shall be the total compensation for all activities associated with this item.
2.2
Pay Item #2 Furnish and Install 12-Inch PVC Waterline by Open Cut
w/Embedment:
This item shall include furnishing and installing 12" PVC water pipe (AWWA C900,
Class 200, SDR-14) by open cut with embedment, at the locations shown on the
Plans. Where necessary, mechanical joint restraint and/or thrust blocking is
considered to be subsidiary to this bid item.
Measurement and payment shall be made on the basis of the bid price per linear foot
(L.F.) and shall be the total compensation for furnishing all labor, materials and
Description of Pay Items
2.3
equipment necessary to complete the work, including excavation, embedment,
blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection as
delineated by the Plans.
Pay Item #3 Furnish and Install 12-Inch PVC Waterline w/20-Inch Steel
Encasement Pipe by other than Open Cut:
This item shall include furrfishing and installing 12" PVC water pipe (AWWA C900,
Class 200, SDR-14) with 20" diameter, 3/8" thick steel encasement pipe (AWWA
C2002 & C2003) by other than open cut, at the locations shown on the Plans.
Measurement and payment shall be made on the basis of the bid price per linear foot
(L.F.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work, including excavation of bore pits, spacers
and end boots on casing, backfill, testing and disinfection as delineated by the Plans.
2.4
Pay Item #4 Furnish and Install 8-Inch PVC Waterline by Open Cut
w/Embedment:
This item shall include furnishing and installing 8" PVC water pipe (AWWA C900,
Class 200, SDR-14) by open cut with~ embedment, at the locations shown on the
Plans. Where necessary, mechanical joint restraint and/or thrust blocking is
considered to be subsidiary to this bid item.
Measurement and payment shall be made on the basis of the bid price per linear foot
(L.F.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work, including excavation, embedment,
blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection as
delineated by the Plans.
2.5
Pay Item #5 Furnish and Install 6-Inch PVC Waterline by Open Cut
w/Embedment:
This item shall include furnishing and installing 6" PVC water pipe (AWWA C900,
Class 200, SDR-14) by open cut with embedment, at the locations shown on the
Plans. Where necessary, mechanical joint restraint and/or thrust blocking is
considered to be subsidiary to this bid item.
Measurement and payment shall be made on the basis of the bid price per linear foot
(L.F.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work, including excavation, embedment,
blocking, polyethylene wrap, thrust restraints, backfill, testing and disinfection as
delineated by the Plans.
2.6
Pay Item #6 Furnish and Install Ductile Iron Fittings:
This item shall consist of furnishing and installing all ductile-iron fittings (AWWA
Cll 1), including bends, tees, plugs and reducers whether shown on the Plans or not.
This item shall NOT include bends and riser pipe at fire hydrant locations. Weights
of fitting are listed in the specifications section TS-2.
5-2 Description of Pay Items
2.7
2.8
2.9
2.10
2.11
Measurement and payment shall be made on the basis of the bid price per pound
(Lbs.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work, including polyethylene wrap, excavation,
embedment and backfill.
Pay Item #7 Furnish and Install 12-Inch Gate Valve:
This item is for furnishing and installing 12" gate valves (AWWA C500) at the
locations shown on the Plans.
Measuremem and paymem shall be made on the basis of the bid price per each (Ea.)
and shall be the total compensation for furnishing all labor, materials and equipment
necessary to complete the work, including polyethylene wrap, zinc coated nut,
excavation, embedment and backfill as delineated by the Plans.
Pay Item #8 Furnish and Install 8-Inch Gate Valve:
This item is for furnishing and installing 8" gate valves (AWWA C500) at the locations
shown on the Plans.
Measurement and payment shall be made on the basis of the bid price per each (Ea.) and
shall be the total compensation for furnishing all labor, materials and equipment
necessary to complete the work, including polyethylene wrap, zinc coated nut,
excavation, embedment and backfill as delineated by the Plans.
Pay Item//9 Furnish and Install 6-Inch Gate Valve:
This item is for furnishing and installing 6' gate valves (AWWA C500) at the
locations shown on the Plans.
Measurement and payment shall be made on the basis of the bid price per each (Ea.)
and shall be the total compensation for furnishing all labor, materials and equipment
necessary to complete the work, including polyethylene wrap, zinc coated nut,
excavation, embedment and backfill as delineated by the Plans.
Pay Item #10 Furnish and Install 6-Inch Blow-Off Valve
This item is for furnishing and installing 6" blow-off assembly and valves (AWWA
C500), including all necessary pipe fittings and plugs at the locations shown on the
Plans and in accordance with the City of Coppell standard details.
Measurement and paymem shall be made on the basis of the bid price per each (Ea.)
and shall be the total compensation for furnishing all labor, materials and equipment
necessary to complete the work, including polyethylene wrap, excavation, embedment
and backfill as delineated by the Plans.
Pay Item #11 Furnish and Install 2-Inch Air Release and Air and Vacuum Valve
This item is for furnishing and installing 2" air release valves (AWWA C512), including
all necessary pipe fittings and plugs at the locations shown on the Plans and in
accordance with the City of Coppell standard details.
Measuremem and payment shall be made on the basis of the bid price per each (Ea.)
and shall be the total compensation for furnishing all labor, materials and equipment
5-3 Description of Pay Items
2.12
Pay Item #12 Furnish and Install Standard Fire Hydrant:
This item shall include furnishing and installing fire hydrants as per the City of
Coppell's General Design standards at the locations shown on the Plans. Assembly
shall include hydrant, ductile iron riser pipe, (6"), and ductile iron bends and elbows
(6"). Assembly shall exclude ductile iron "Tee" (paid under Item #6) and PVC
lateral pipe (paid under Item #5).
Measurement and payment shall be made on the basis of the bid price per each (Ea.)
and shall be the total compensation for furnishing all labor, materials and equipment
necessary to complete the work including excavation, polyethylene wrap, embedment,
thrust restraints, blocking, pipe, fittings, painting and backfill.
2.13
Pay Item #13 Connecting to existing 12-Inch Waterline:
This item shall consist of furnishing and installing a connection of the new PVC water
pipe to the existing 12" water pipe , including the removal of any existing plugs, at
the locations indicated on the Plans, including isolating the existing water line, cutting
existing line, providing sleeves and fittings.
Measurement and payment shall be made on the basis of the bid price per each (Ea.)
and shall be the total compensation for furnishing all labor, materials and equipment
necessary to complete the work.
2.14
Pay Item #14 Connecting to Existing 8-Inch Waterline:
This item shall consist of furnishing and installing a connection of the new PVC water
pipe to the existing 8" water pipe, including the removal o£ any existing plugs, at the
locations indicated on the Plans, including isolating the existing water line, cutting
existing line, providing sleeves and fittings.
Measurement and payment shall be made on the basis of the bid pr/ce per each (Ea.) and
shall be the total compensation for furnishing all labor, materials and equipment
necessary to complete the work.
2.15
2.16
2.17
Pay Item #15 Full Depth Concrete and Asphalt Sawcut:
This item shall consist of the full depth sawcutting of existing concrete or asphalt
street pavement, driveways and sidewalks as delineated by the Plans.
Measurement and payment shall be made on the basis of the bid price per linear foot
(L.F.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work as delineated by the Plans.
Pay Item #16 Remove and Dispose of Concrete Driveway and/or Slab:
This item shall include removal and disposal of concrete driveway pavement and
concrete slabs at the locations shown on the Plans.
Measurement and payment shall be made on the basis of the bid price per square
yards (S.Y.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work as delineated by the Plans.
Pay Item #17 Remove and Replace Concrete Driveway and/or Pavement:
This item shall include removal and replacement of concrete driveway and/or
pavement at the locations shown on the Plans. Finished pavement shall be constructed
Description of Pay Items
2.19
of reinforced Portland Cement Concrete to the limits delineated in the Plans and in
conformity with the City of Coppell's General Design Standards and details.
Measurement and payment shall be made on the basis of the bid price per square yard
(S.Y.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work as delineated by the Plans.
2.18 Pay Item//18 Remove andReplace Existing Barbed Wire Fence:
This item is for removing and replacing existing barbed wire fence in a condition as-
good-as or better than original, at locations shown on the Plans, or as required by
project conditions and approved in advance by the City of Coppell.
The Contractor shall make every effort to protect any livestock encountered on
adjacent properties during construction. Fencing shall be repaired or replaced
immediately, or temporary fencing installed to prevent the escape of livestock. No
excavated area shall be left open overnight without adequate fencing to restrain
livestock.
Measurement and payment shall be made on the basis of the bid price per linear foot
(L.F.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the wb~k.
Pay Item//19 Remove and Replace Existing Metal Beam Guard Fence:
This item is for removing and replacing existing metal beam guard fence in a
condition as-good-as or better than original, at locations shown on the Plans, or as
required by project conditions and approved in advance by the City of Coppell.
Measurement and payment shall be made on the basis of the bid price per linear foot
(L.F.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work.
2.20 Pay Item//20 Remove and Replace Brick Screening Wall:
This item is for removal and replacement of the existing brick screening wall adjacent
to the Magnolia Park Addition and as indicated on the Plans. The texture, color and
structure of the wall must match that of the existing wall, to the satisfaction of the
City of Coppell.
Measurement and payment shall be made on the basis of the bid price per lump sum
(L.S.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work.
2.21 Pay Item #21 Removal and Disposal of Existing Trees:
This item is for removal and disposal of existing trees in the path of the waterline
excavation, at locations shown on the Plans, or as required by project conditions and
approved in advance by the City of Coppell.
Measurement and payment shall be made on the basis of the bid price per each (Ea.)
and shall be the total compensation for furnishing all labor, materials and equipment
necessary to complete the work.
5-5 Description of Pay Items
2.22
2.23
2.24
2.25
Pay Item #22 Extra Concrete for Encasement:
This item is for furnishing and placing extra concrete for encasement not called for on
the plans. This item is only to be used at the written direction of the City of Coppell
and is included to provide for contingencies not anticipated in the Plans. This item is
exclusive of concrete for blocking which is considered subsidiary.
Measurement and payment shall be made on the basis of the bid price per cubic yard
(C.Y.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work.
Pay Item #23 Furnish, Install, & Maintain Trench Safety Plan and System:
This item shall consist of the Trench Safety Plan and System designed by a
Professional Engineer licensed in the state of Texas, installation, maintenance and
removal of the trench safety system for installation of all water lines, bore pits and
project appurtenances.
Measurement and payment shall be made on the basis of the bid price per linear feet
(L.F.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to complete the work.
Pay Item #24 Furnish, Install, Maintain & Removal of Erosion Control Devices:
This project will be subject to the Texas Commission on Environmental Quality's
(TCEQ) requirements for construction. Under the Texas Pollutant Discharges
Elimination System (TPDES) construction general permit (TXR150000), an operator
of a construction site that will disturb one (1) or more acres is required to obtain a
permit for the discharge of storm water runoff. The contractor will be required to
develop and implement at a site specific Storm Water Pollution Prevention Plan
(SWP3) and then depending on the size of the activity, either submit an NOI to the
TCEQ or post a notice on-site. The SWP3 must describe and ensure the
implementation of practices that will be used to reduce the pollutants in storm water
discharges associated with construction activity and assure compliance with the terms
and conditions of the permit. The SWP3 shall be subject to approval by the City.
The SWP3 must be retained on-site or notice must be posted if the SWP3 is retained
off-site.
Measurement and Payment shall be made on the basis of the price bid per lump sum
(L.S.) to pay the contractor for the preparation and implementation of the SWP3,
including any necessary revisions throughout the duration of the construction contract,
and for providing the physical erosion/pollution control measures throughout the
duration of the construction contract as delineated in the approved SWP3.
Pay Item #25 Furnish, Install and Maintain Traffic Control Devices:
This item shall include furnishing, installing and maintaining temporary traffic signs
in accordance with Texas Manual of Uniform Traffic Control Devices.
Measurement and payment shall be made on the basis of the bid price per lump sum
(L.S.) and shall be the total compensation for furnishing all labor, materials and
equipment necessary to prepare the traffic control plan and complete the installation of
the temporary traffic control devices and flagmen.
5-6 Description of Pay Items
Testing And Chlorination Of Water Pipe
All waterlines installed by this contract shall be tested and chlorinated in accordance
with standard City procedures and requirements. Contractor shall furnish and install
all taps for testing and testing supply points (no separate pay item).
Clean-Up Of The Site And Disposal Of Excess Material
Clean up of the site and disposal of excess material shall be considered incidental to,
and part of the installation of waterline prices without separate payment.
Description of Pay Items
SECTION 6
TECHNICAL SPECIFICATIONS
Project Sign
TECHNICAL SPECIFICATIONS
SECTION TS1 - GRAY IRON OR DUCTILE IRON FITTING WEIGHTS
TSI.O1
CONTRACT WEIGHT OF DUCTILE IRON FITTiNGS
Installation of ductile iron fittings is required at vertical and horizontal bends along the waterline
alighnment. The City has provided a payment mechanism to reimburse the Contractor for such fittings
as Pay Item #6. The following fittings will be paid at the contract rate for the poundage listed below.
Items not listed must be submitted for claification well in advance of installation to avoid discrepancies
during the payment review process.
Fitting Description Single Unit Pound Weight
12" DIP 45 degree flanged elbow 122
12" DIP 22-1/2 degree flanged elbow 93
12" DIP 11-1/4 degree flanged elbow 84
8" flanged plug 29
6" flanged plug 20
12" x 12" DIP flanged "tee" 201
12" x 8" DIP flanged "tee" 162
12" x 6" DIP flanged "tee" 128
8" x 8" DIP flanged "tee" 91
12" x 8" DIP flanged "concentric reducer" 74
CITY OF COPPELL
PROJECT SIGN
NOTES: 1) LEI H-RING SHOULD BE BOLD TYPE
2) SIGN PANEL 'WILL BE .3/4" EXTERIOR PLYWOOD
PAINTED AS SHOWN ON DETAIL
3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND
SIGN PANEL AT APPROX. 2' CENTERS
4-) ALL PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO TO BE PROVIDED BY THE CITY
6) MOUNTING POSTS TO BE 4"x4" STOCK SECURELY MOUNTED
EXAMPLE:
STATE HIGHWAY 121 WATER LINE (WA 01-01)
CONTRACTOR: XXXXXX XXXXXX XXXXXXX
(000) 000-0000
COMPLETION DATE: XXXXXX 2005
SECTION 7
TxDOT PERMIT
Notice of Proposed Installation
Utility Line on Controlled Access Highway
,ECE VED
JUL 004
D^LL $ ROW
To the Texas Transportation Cormmssion
c/o District Engineer
Texas Department of Transportation
Dallas , Texas
D~e July20, 2004
Formal notice is hereby given that
Company proposes to place a
line within the right-of-way of SH 121
Texas as follows: (give location, length, general design, etc.)
City of Coppell
12-tach PVC Potable Water Line
m Dallas and Denton
South Right-of-Way line of SH 121, between North Coppell Road and Denton Tap Road, within the city
limits of Coppell, Texas. Construction of a 12-inch diameter PVC potable water line, 7928 linear feet of
which by open cut construction methods with embedment and 802 linear feet of which by other than open
cut construction methods. The line is to be constructed~v~al~within the 10-foot TxDOT utility
corridor.
One copy of the plans and specifications are attached for review purposes
The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance
with the rules, regulaUons and policies of the Texas Department of Transportation (TxDOT), and all governing laws,
_ including but not limited to the "Federal Clean Water Act," the "Federal Endangered Species Act," and the "Federal Historic
Preservation Act" Upon request by TxDOT, proof of compliance with all governing laws, roles, and regulations Will be
submitted to TxDOT before commencement of construction.
Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation,
and we will revegetate the project area as indicated under "Revegetation Special Prox isions.'
Our firm will insure that traffic control measures complying with applicable portions of the Texas Manual of Umform Traffic
Control Devices will be installed and maintained for the duration of this installalaon
The location and description of the proposed line and appurtenances is more fully shown by
sets of drawings attached to this notice.
one complete
Construction of this line will begin on or after the 1't da5' of
September 20 04
_ By signing below. I certi~' that I am authorized to represent the Firm listed below, and that the Firm agrees to the
conditions/provisions included in this permit
Firm City of Coppell
By (Print) Mr. Kenneth M. GritTm, P.E
Signature
Title Director of Engineering and Public Works
Address P.O Box 478
Coppell, Texas 75019
Phone No. 972-304-3686
FORM 1023
APPROVAL
TO:
City of Coppell
255 Parkway Blvd
Coppell TX 75019-
Attn: Ken Griffin
HwyNo: SH 121
Control: 0364 Section:
Area Office Number: 56
Denton County
Date: 08/03/04
02
The Texas Department of Transportation (TxDOT) offers no objection to the location on the right-of-
way of your proposed 12" WATER line as shown on the accompanying drawings and notice dated
07120104 except as shown below.
It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or
easement in or upon this highway; and it is further understood that the TxDOT may require the owner
to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice.
You are requested to notify this office prior to commencement of any routine or periodic maintenance
which requires pruning of trees within the highway right-of- way, so that we may provide
specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts,
painting cuts and clean up. These specifications are intended to preserve our considerable
investment in highway planting and beautification, by reducing damage due to trimming.
The installation shall not damage any part of the highway and adequate provisions must be made to
cause minimum inconveniences to traffic, and adjacent property owners. In the event the Owner
fails to comply with any or all of the requirements as set forth herein, the State may take such action
as it deems appropriate to compel compliance.
SPECIAL PROVISIONS:
* Water & Pressure Sewer Pipelines
* Crossing By Boring
* General Utility Specifications
* Trench Excav. & Pit Locations
* Specifications For Backfill
* Revegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the
proposed installation, the project area will be revegetated
* in accordance with TxDOT's Standard Specification Item 164 which specifies the appropriate
grass seed mix to be used.
All applicants must contact and/or permit with local governments prior to start of construction.
Please notify DENTON AREA OFFICE TELEPHONE (940) 387-1414 forty-eight (48) hours
prior to starting construction of the line in order that we may have a representative present.
PERMIT NO.
20040802005
By:
Texas Department of Transportation
Utility Permit Supervisor - Dallas District