Loading...
ST9703-CN050525 T H £ C I T Y 0 F COPPEIjL CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MacArthur Boulevard Widening (from Bethel School Rd. to Belt Line Rd.) Project # ST 97-03 Bid No. Q-0405-03 FOR THE CITY OF COPPELL April 2005 TABLE OF CONTENTS Section 1 - Section 2 - Section 3 - Section 4 - Section 5 - Section 6 ~ Section 7 - Section 8- Bidding Documents ADDENDUM #1 Notice to Bidders Instructions to Bidders Proposal/Bid Schedule Prevailing Wage Rates Contract Documents Standard Form of Agreement (Contract) Certificate of Insurance Instructions for Bonds Performance Bond Payment Bond Maintenance Bond 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. City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Specific Project Requirements Description of Pay Items Technical Specifications Geotechnical Report Resolution for lane closure during construction Page # 1-4 1-5 1-15 1-26 2-2 2-8 2-9 2-10 2-12 2-14 3-1 4-1 5-1 6-1 7-1 8-1 1-2 Bidding Documents SECTION 1 BIDDING DOCUMENTS T H E C I T Y 0 l~ COPPELL 1-3 Bidding Documents BID PROPOSAL ADDENDA ADDENDUM NO: PROJECT NAME: LOCATION: ISSUED BY: ONE ISSUE DATE: April 21, 2005 MacArthur Boulevard Widening BID DATE: April 26, 2005 ST 97-03 (from Bethel School Rd. to Belt I,ine Rd.) COPPELI,, TEXAS City of Coppell This addendum modifies and extends the requirelnents of the plans and construction specifications for the above referenced project. Staple this addendum 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. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on Ibc outside cover of the envelope containing the Bid Documents. CONSTRUCTION SPECIFICATIONS Section 1-Bidding Documents _P_age 1 - 10 iNSTRUCTIONS TO BIDDERS: 9. Liquidated Damages Provisions for liquidaled damages are set forth in the Conlract. Liquidated damages for this project are: Two hundred forty dollars ($240.00) per day if thc project is not compleled prior to the calendar days bid up to August 12, 2005; and one Thousand dollars ($1,000.00) per day for any school day in which any lane along MacArthur is closed outside the hours of 9:00 am. and 3:30 p.m. · Clarification: Provisions for liquidated damages are set forth in the Contract. Liquidated damages this pro ect are: Two hundred fort3, dollars ($240.00) per day if the project is not 1DDEA Dt ,'~! Page 2 Ma~.4rlluo' Boulevard II'idening ISSUE DA T£ April 21, 2005 BID DATE 4prd 26, 2005 completed prior to tl~e calendar days bid. After August 12, 2005 there shall be au additional provision for liquidated damages in the amount of One Thousand dollars ($1,000) per day for any closure of the existing four (4) lanes along MacArthur Boulevard outside the hours of 9:00 a.m. and 3:30 p.m. Section 2 Contact Documents Article 3. CONTRACT TIME: "Accordingly, instead of requiring any such proof, OWNER AND contractor agree that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER T*~'o 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 and One thousand dollars ($1,000.00) for each school day in which any lane along MacArthur Blvd. is closed outsidc the hours of 9:00 a.m. and 3:30 p.m." · Clarification: "Accordingly, instead of requiring any such proof, OWNER AND contractor agree that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER Two hundred forty dollars ($240.00) for each day that cxpires after the time specified in paragraph 3.1 for Completion until the Work is complete. After August 12, 2005 there shall be an additional provision for liquidated damages in the amount of One Thousand dollars ($1,000) per day for an>' closure of the existing four (4) lanes along MacArthur Boulevard outside the hours of 9:00 a.m. and 3:30 p.m." Section 3-Standard Specifications Supplementary Conditions Page 3-6 ITEM 1.33 OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC-1.33 Delete the last sentence of the second paragraph and substitute the following in lieu thereof: "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided m item 1.36; howex'er, no increase m the contract price shall be due the Contractor." Any extension that causes a 41)D/z'.\DUM ONE Pczgc 3 ISSUE DA TE .4p~ d 20, 2005 PRO,/E('T V L,'~IE Mac~Irtht~r Bou/cvord l~'tdenmg B/D DA 7~ ,,Iprll 26. 2005 lane of MacArthur Blvd to be closed during the school 3'ear will subject the contractor to a One thousand dollar ($I,000) per day' Liquidated Damages. lnserl 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." · Clarification: "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." Any extension that causes a lane of MacAnhur Blvd. to be closed after August 12, 2005 will subject the contractor to the provisions for Liquidated Damages as set forth in the Construction Specifications. 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 cvents to minimize dclay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as pro'~ided in ltcm 1.36." Section 3-Standard Specifications Supplementary Conditions Page 3-6 ITEM 1.36 DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC7 1.36 Add the £o)lowing 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 carmot be made up by revising the sequence of the work of the project." Any extension that causes a lane o£ MacArthur Blvd. to be closed outside the horn's of 9:00 am. and 3:30 p.m. during the school year will suh.ject the contractor to a One thousand dollar (Sl,000) per day Liquidated Damages. 4DDI:'\'Di '.~I ,VO ONE Pa,qe 4 PROJECT,VA'tIE Ma~ 4rzhur Boldel'ard Wtdcmf?g ISSUE DA TE' April 20, 2005 ElD D.4 TE Aprd 26. 2005 · Clarification 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 cannot be made up by revising the sequence of thc work of the project." Any extension that causes a lane of MacArthur Blvd. to be closed after August 12, 2005 will subject the contractor to the provisions for l,iquidated Damages as set forth in the Construction Specifications. Section 5 Description of Pay Items Pa,ee 5-7 2 12 Pay' Item #1-12 Furnish, Install & Maintain Traffic Control Devices: During the March 8, 2005 City Council meeting, a resolution to allow' for the continuous closure of one lane of traffic in each direction along MacAnhur Boulevard, from May 31, 2005 through August 12, 2005, was approved. During this timeframe, a lane may be closed 24 hours per ;day provided all safety precautions are m place in accordance with the TMUI'CD. If the Contractor begins prior to May 30, 2005, or if the work extends beyond Augusl 14, 2005, the lane closures will be limited to 9:00 a.m. to 4:00 p.m. As previously noted, any '`'`ork extending beyond August 12, 2005 will recur Liquidated Damages of One thousand dollars ($1,000) per day. · Clarification During thc March 8, 2005 City Council meeting, a resolution to allow for the continuous closure of one lane of traffic in each direction along MacArthur Boulevard, fi-om May 31, 2005 through August I2, 2005, was approved. During this timeframe, a lane may be closed 24 hours per ;day provided all safety precautions arc in place in accordance with the TMUTCD. If the Contractor begins prior to May 30, 2005, or if the work extends beyond August 12, 2005, the lane closures will be limited to 9:00 a.m. to 3:30 p.m. As previously noted, any ~'ork extending beyond August 12, 2005 will incur Liquidated Damages as set forth in the Contract Documents. P,-qject Signs v, ill not be a requirement of this bid. However, if project signs are deemed necessary a Change Order ,,',,ii1 be issued. PROJKC?,'~A)/It5 ~,iac 4r~hur Boul'el'ard ~utenlng ISSi'E D,qTE ,4pnl 20, 2005 BID DA IF. /!pr~! 26, 2005 Message Boards wiI1 not be a requirement of this bid. However, if message boards are deemed necessary a Change Order will be issued. END OF ADDENDUM NO, ONE This addendum fox.as a part of the contract documents, The original Contract Documents and any prior addenda remain in full force and effect except as modified herein which shall take precedence over an5' contrary provisions in the prior documents. Keith R. Marvin, PE. NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of the MacArthur Boulevard Widening - Project # ST 97-03. Plans and Specifications may be obtained for a non-refundable cost of $25.00 from the Purchasing Agent, 255 Parkway Blvd., Coppell, Texas, or telephone (972) 304- 3698. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the MacArthur Boulevard Widening - Project # ST 97-03 will be received in the Purchasing Office at the City of Coppell Toxvn Center, 255 Parkway Boulevard, until 3:00 p.m., April 26, 2005, 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-0405-03 designated clearly on the exterior of the bid envelope, lncluded 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. A Pre-Bid Conference has been scheduled for this project at the Coppell Town Center, 255 Parkway Boulevard, at 3:30 p.m. on April 19, 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 BD 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 wilt 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. Bidding Documentx BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Temas 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 that submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder 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 ~vord "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Inspector: The authorized representative of the City of Coppell assigned to observe and respect any or all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the construction of a third southbound lane of traffic along MacArthur Boulevard fi-om the intersection of Bethel School Road south to approximately 430 feet north of Belt Line Road, and encompassing 1,950 linear feet. The work includes saw cutting along the existing face of curb, concrete curb removal, excavation of excess material, preparation and compaction of lime treated subgrade, and placing of new 8" concrete paving with monolithic curb and gutter. This work includes the Items listed above as well as some subsidiary work such as relocation of Air release valves with manholes, reconstruction of median irrigation systems, sodding of disturbed areas, and al1 other components necessary for the "turn key" construction of the project as shown in the plans for MacArthur Boulevard, Project # ST97-03. In addition to this widening, a crossxvalk replacement has been added at the intersection of Riverchase Drive and MacArthur Boulevard. This portion shall be bid as Stamped Concrete Pavement (Alternate 'A') or as Stamped Asphalt Pavement (Alternate 'B'). The City reserves the right to award the stamped concrete or stamped asphalt, regardless of price. This decision ] 5 Bidding Document,s will be made based on the outcome of a different proiect. As such, you are strongly advised to provide a bid for both alternates. Alternate 'A' shall consist of the removal of the existing brick pavers and underlying concrete pavement and the installation of sections of 8" concrete pavement and 8" stamped concrete pavement. The work includes, but is not limited to, the installation of base material, and traffic control. o Alternate 'B' shall consist of the removal of the existing brick pavers and underlying concrete pavement and the installation of sections of 8" concrete pavement and 2" stamped asphalt pavement. The work includes, but is not limited to, the installation of 4" of HMAC Type "B" binder course, base material, and traffic control. Copies of Bidding Documents. Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at the office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $25.00. The following general requirements pertain to the Bidding Documents: a) No bidding documents will be issued later than t~vo (2) days prior to the bid opening date. 3.2 3.3 c) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $15.00 per set. c) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal fom~s will be issued. The Owner, in making copies of Bidding Documents available on the above temps, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. I-6 Bidding Documents A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience. The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment. The Bidder shall provide a list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial. Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified 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 perforating the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract xvith 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 Iess 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 represcnts that no employee or officer of the City has an interest in the Contractor. 1-7 Biclding Documents 6.3 6.4 6.5 6.6 6.2 Examination of Contract Documents and Site. Access to the site shall be from MacArthur Blvd. It shall be the contractors responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shalI in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. Infom~ation 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 Oxvner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shaI1 be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments maybe 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, perfom~ance 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-xvay 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 xvill 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 1-8 Bidding Document.s 8.2 8.3 7.2 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 ail terms and conditions for perforn~ance 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 will not be answered. Only questions answered by fonnal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. Contract Time. The timc for completion in calendar days should be included on the Bid Form in the space provided. Completion tiine will be a strong factor in the award of this project. 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. Please note that regardless of time bid on the proiect~ the crosswalk improvement portion of the project must be complete by August 12~ 2005. 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 oftbe General Provisions. City Council approved a resolution on March 8, 2005 to allow for the continuous closure of one lane of traffic in each direction along MacArthur Boulevard, from May 31, 2005 through August 12, 2005. This time period is the summer break of the Coppeli Independent School District and the Carrollton-Farmers Branch Independent School District. Allowable closings of the intersecting streets are detailed in Section 5 - Descriptions of Pay Items, Traffic Control Plan. Due to the time constraints and the inconvenience to the citizens, time of completion will be a strong consideration in awarding this project. I-9 Bidding Documents 10. 11. 11.1 11.2 Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: Two hundred forty dollars ($240.00) per day if the project is not completed prior to the calendar days bid ap to August 12, 2005; and one thousand dollars ($1000) per day for any school day in which any lane along MacArthur is closed outside the hours of 9:00 a.m. and 3:30 p.m. Substitute or "Or-Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Dra~vings 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 Efl'ective 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 ,vhich 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 lo,vest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against xvho Contractor has reasonable objection. I 10 BiddingDocuments 12. 12.1 12.2 13. 14. 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 nmne the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By " If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 3:00 p.m. April 26, 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-0405-03 and the name and address of the IlI Bidding Documents 16. 16.1 16.2 17. 18. 19. 19.1 Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of the: MacArthur Boulevard Widening - Project # ST 97-03 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 if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. Award of Contract. The Oxw~er reserves the right to reject any and all Bids, to waive any and all informalities cxccpt for the time of submission of the Bid and to negotiate contract terms with thc Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Als0, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of'units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 1 - 12 Bidding Do cuments 19.2 19.3 19.4 19.5 19.6 20. 21. 22. 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. Time of completion will be a major consideration in the award of the bid. 23. 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 proscribed 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 xvritten 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 Insurm~ce. 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 arc no claims pending. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. Notice to Proceed. 1-13 Bidding Documents 24. 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 Contractor shall cmrmrence work within ten (I 0) calendar days after the date of Notice to Proceed. 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. 29. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 1-14 Bidding Documents BID FOI~M PROJECT IDENTIFICATION: MacArthur Boulevard Widening Project # ST 97-03 in Coppell, Texas BID OF I%L&ME OF FIRM) DATE THIS BID IS SUBMITTED TO: City of Coppe]l (hereinafter called O\VNTR) c/o Purchasing Agent 255 Park-,vay Boulevard P.O. 9478 Coppell, Texas 75019 CITY 1. OF COPPELL BID NO: Q- 0405-03 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter rote an agreement with Ox,\,%rER in the form included in the Coati'act Documents to perform and £urnish all Work as specified or indicated itl the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other ten~ns and conditions of the Contract Documents. BIDDER accepts all of the terms and conditions of the Advc~Xisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the da.,,' of Bid opening. BIDDER '~x. ill si~m~ and submit the A~eement v. ith other documents required by the Bidding Requirements v, ithin fifteen (15} days after tile date of Ox, %TR s Nonce el Av, ard. Date: Rec'& In submitting this Bid, BIDDER represents, as more £ully set £orth in the Agn'eement, that: (a) BIDDER has examined copies o£ all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknov, ledged): (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 perforn~ance 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 inforu~ation 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. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Docmnents. 1-16 Bidding Documents (g) BDDER has given ENGiNEER xtTitten 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 BDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or roles 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. City Council approved a resolution on March 8, 2005 to allow for the continuous closure of one lane of traffic in each direction along MacArthur Boulevard, from May 31, 2005 through August 12, 2005. This time period is the summer break of the Coppell Independent School District and the Carrollton-Farmers Branch Independence School District. Allowable closings of the intersecting streets are detailed in Section 5 - Descriptions of Pay Items, Traffic Control Plan. Due to the time constraints and the inconvenience to the citizens, time of completion will be a strong consideration in awarding this project. 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): 1 - 17 Bidding Documents MacArthur Boulevard Widening Project # ST 97-03 Base Bid- Third Southbound Lane - Unit Price Bid Schedule hem Quantity' Unit Description and Price in Words Unit Total N° I I Price Price I-1 I LS Mobilization & Demobilization Complete in Place and Iq. Cents 3'~ 0OO - per Each. I-2 1884 LF Remove & Dispose of Concrete Curb per Linear Fool I-3 1299 CY Excavation and Removal of I Excess Material Complete in Place i and ~,~..d Cents I ] , I per Cubic 'lard' [-4 ] 2 EA Relocation of Air Release Vabes Complete in Place and r-.[. Cents _ per Each i-5 I1 LS Extention oflmgation Condmt at Median Openings Complete in Place ~nd ~ Cents j per Lump Sum. I-ti [ 2579 SY Subgrade Preparation Completein Place per Square Yard. ,I/S .8,ddmg Docz~men,,~ MacArthur Boulevard V~'idening Project # ST 97-03 Base Bid-Third Southhound l.ane - Unit Price Bid Schedule hem Quantity, Unit Description and Price in Words ] Unit Total No. Price Pffce I 7 ~ 2374 SY 8" Concrete Pavement with Monolithic Curb Complete in Place and '~'r~ Cents per Square Yard I-8 164 SY 6" Stamped Concrete for Median Noses Complete in Place nd . Ce ts I'bct ~ per Square Yard. I-9 1 LS Pavement Markings & Signage Complete in Place per Lump Sum. I-10 1 LS Restore Irrigation System C.~lete in Place and ~L. --- Cents lOlO°° ~ 10IOO0'''2 per Lump Sum. ~I-11 I LS Final Shaping & Sodding of Median ~Complele in Place and M., Cents per Lump Sum. 12 1 LS Furnish, l. nstall & Maintain Traffic Control Devices Complete in Place .. 4,'~ and q,~ Cents .~ per Lump Sum. l /9 BMdtng Documentx MacArthur Boulevard VVidening Project # ST 97-03 Base Bid-lhird Southbound Lane - Unit Price Bid Schedule Item Quanmy Unit Description and Pricc in Words Unit Total No Price Price I-13 1 [ S Furnish, Install Maintain, and Remove Erosion Control Devices C. on)plete in Place ~'000 ~ ~"0o O '"=" ~'~'~,~ ~ ,a ~ Dollars and M. Cents per Lump Sum. TOTAl. BID ITEMS BASE BID !-1 Thru 1-13 TANGIBLE PERSONAl. PROPERTY COST /-20 BMd~g Doc'ume~ts MacArthur Boulevard gVidening Project # ST 97-03 Alternate 'A' Stamped Concrete - Unit Price Bid Schedule hem Quantity Unit Description and Price in YVords Unit Total No. Price Price 1-14A I } LS Brick Paver Replacement at -- Riverchase Drive - Stamped Concrete CgmDlete in p. lace _~,,.~. ~ .~,~ ,~ _ Dollars and M. Cents per Lump Sum TOTAL BID ITEMS Ad[.TERNATE 'A' 1-14A s --/ 0wv ':' T.&NGIBI.E PERSONAl. PROPERTY COST Alteroate 'B'- Stamped Asphalt Pa',ing - Unit Price Bid Schedule Item [ Quantity Unit Description and Price in VVords Unit Total No. -- Price Price 1-14B ] 1 LS Brick Paver Replacement at ] Riverchase Drive - I Stamped Asphah  and M,~ Cents per Lump Sum. TOTAL BID Il'EMS ALTERJh'ATE 'B' 1-14B TANGIBLE PERSONAI. PROPERTY COST ] 2/ S BID SUMMARY TOTAL PRICE CALENDAR DAYS TOTAl. BID ITEMS: BASE BID Plus ALTERNATE 'A' Stamped Concrete Pavement I-1 thru 1-13 Plus 1-14A BASE BID Plus ALTERNATE 'B' Stamped AsphaltPa,.ement 1-1 thru 1-13 Plusl-14B BIDDER a~ees that all Work a:'~ardcd will be completed within ~ 5 Calendar Day's. Contract time will commence to run as provided in thc Contract Documents. Conmmnications concenring this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. BIDDER understands that the evener is exempt from State Limited Sales and Use Tax on tangible personal property to be mcmporated into the project Said taxes are not included in the Contract Pr/ce (see Instructions to Bidders). 10 The terms used in this Bid v~t~ich are defined in the General Conditions of'the Construction Contract included as part of the Contract Documents have the meanings assigmed 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 '~,,ithin the City's available funds. Should the City, elect to delete any portion, the contract quantities will be adjusted accordingly,. SUBMITTED ON Signature: B~d,/t,~g L)oct~me,~t~ BID AFFIDAVIT The undersigned certifies that the bid prices contained in this bid have been carefully re',iev, ed and are submitted as correct and final Bidder further certifies and agrees to furnish anv ariel/or all commodities upon which puces are extended at the puce offered, and upon the~ conditions contamedintheSpecificationsofthcin;itationtoBid The per/odofacceptanceoftbisbidwillbe ninety (9(I) calendar days flora the date o£the bid opening STATE OF "'~ ~ _~ COUNTY OF ~.,.Mtf'~ ',-1 authority, a Nota~' Public in and for the State of~$ Name BEFORE ME, the undersigned ___ , on this day personally appeared after being by me duly s:'~orn, did depose and say': __ am a duly authorized office/agent for and haxe been dui>,' author/zed to execute the foregoing on behalf of the said ,Name of Fu'm I hereby ceftin, that the foregoing bid has not been prepaz'ed in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening oft~is bid. Further, ! certi~ that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, a~eement or combination thereof, to control thc prio~ of ser~ice~" commodities bid on, or to influence any indix idual(s) to bid or not to bid thereon." Name and ,Address of Bidder: -"~\"'L,"~ SUBSCRIBED ANT) SWORN to before mc by the above US,~ GAYLE HARk, ION - I£ BIDDER IS: An Indiqdual (Seal) doing business as (lndi,, idual's Name) B usiness address Phone No. A Partnership (Firm Name) (General P~artner) Business address _ (Seal) Phone A Corporation (Corporation Name) (State of Incorporation) (Name o£person authorized to sign) (Title) (Corporate Seal) Attest (Secretary) Business address Phone No. A Joint Venture B~ (Name) (Address) (Name) (Address) {Each jotul ,.cnture must s~gn The manner of s~gmng for each mdi; idual, pa:tnersh~p and corporation that is a partner to the iomr '~ ent,~e should be m tl~e manner in&cared above) PREVAILING WAGE RATES Air Tool Operator ................................ 9.00 Asphalt Raker .................................... 9.55 Asphalt Shoveler ................................ 880 Batching Plant Weigher ........................ 11.51 Carpenter ........................................ 10.30 Concrete Finisher-Paving .................... 10.50 Concrete Finishcr-Sn~ctures ................... 9.83 Concrete Rubber ................................ 8.84 Electrician ........................................15.37 Flagger ............................................. 7.55 Form Builder-Structures ........................ 9.82 Form Liner-Paving and Curb .................. 9.00 Form Setter-Paving and Curb .................. 9.24 Form Setter-Structures ......................... 9.09 Laborer-Common ................................ 7.32 Laborer-Utility .................................. 8.94 Mechanic ........................................ 12.68 Oiler ............................................. 10.17 Servicer .......................................... 9.41 Painter-Structures ............................... 11.00 Pipe Layer ........................................ 8.98 Blaster ............................................11.50 Asphalt Distributor Operator .................. 10.29 Asphalt Paving Machine ..................... 10.30 Broom or Sweeper Operator .................... 8.72 Bulldozer ................................... 10.74 Concrete Curing Machine ..................... 9.25 Concrete Finishing Machine .................. 11.13 Concrete Paving Joint Machine ............... 10.42 Concrete Paving Joint Sealer .................. 9.00 Track Driver Lowboy/Float ................... 10.44 Track Driver-Transit Mix ...................... 9.47 Track Driver- Winch ........................... 9.00 Vibrator Operator-Hand Type .................. 7.32 Welder .......................................... 11.57 Concrete Paving Saw ................................ 10.39 Concrete Paving Spreader ........................... 10.50 Slipform Machine Operator .......................... 9.92 Crane, Cla~nshell, Backhoe, Derrick, Draglme, Shovel ........................... 11.04 Foundation Drill Operator Crawler Mounted .... I0.00 Foundation Drill Operator Track Mounted ...... 11.83 Front End Loader ..................................... 9.96 Milling Machine Operator ........................... 8.62 Mixer ..................................................10.30 Motor Grader Operator Fine Grade ............... i 1.97 Motor Grade Operator ............................... 10.96 Pavement Marking Machine ......................... 732 Roller, Steel Wheel Plant-Mix Pavements ........ 9.06 Roller, Steel Wheel Other Flatwheel or Tamping ......................................... 8.59 Roller, Pneumatic, Self-Propelled .................. 8.48 Scraper .................................................. 9.63 Tractor-Crawler Type ............................... 10.58 Tractor-Pneumatic .................................... 9.15 Traveling Mixer ....................................... 8.83 Wagon-Drill, Boring Machine ..................... 12.00 Reinforcing Steel Setter Paving .................... 13.21 Reinforcing Steel Setter Structures ............... 13.31 Steel Worker- Structural .......................... 14.80 Spreader Box Operator .............................. 10.00 Work Zone Ban-icade ............................... 7.32 Track Driver-Single Axle Light ..................... 8.965 Truck Driver-Single Axle Heavy .................... 9.02 Track Driver -Tandem Axle Semi Trailer ......... 8.77 1-26 Bidding Document3 SECTION 2 CONTRA CT DOCUMENTS T H E C I T Y 0 F COPPELL STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the 25th day of May in the year 2005 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and JRJ Paving L.P. (hereinafter called CONTRACTOR). O~,rER 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 construction of a third southbound lane of traffic along MacArthur Boulevard from the intersection of Bethel School Road south to approximately 430 feet north of Belt Line Road, and encompassing 1,950 linear feet. The work includes saw cutting along the existing face of curb, concrete curb removal, excavation of excess material, preparation and compaction of lime treated subgrade, and placing of new 8" concrete paving with monolithic curb and gutter. This work includes the items listed above as well as some subsidiary work such as relocation of air release valves with manholes, reconstruction of median irrigation systems, sodding of disturbed areas, and all other components necessary for the "turn key" construction of the project as shown in the plans for MacArthur Boulevard, Project # ST97- 03. In addition to this widening, a crosswalk replacement has been added at the intersection of Riverchase Drive and MacArthur Boulevard. This portion shall be bid as Stamped Concrete Pavement (Alternate 'A') or as Stamped Asphalt Pavement (Alternate 'B'). The City reserves the right to award the stamped concrete or stamped asphalt, regardless of price. This decision will be made based on the outcome of a different pro,iect. As such~ you are strongly advised to provide a bid for both alternates. Alternate 'A' shall consist of the removal of the existing brick pavers and underlying concrete pavement and the installation of sections of 8" concrete pavement and 8" stamped concrete pavement. The work includes, but is not limited to, the installation of base material, and traffic control. Alternate 'B' shall consist of the removal of the existing brick pavers and underlying concrete pavement and the installation of sections of 8" concrete pavement and 2" stamped 2-2 Contract Documents asphalt pavement. The work includes, but is not limited to, the installation of 4" of HMAC Type "B" binder course, base material, and traffic control. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follow's: MacArthur Boulevard Widening Project # ST 97-03 Bid No. Q-0405-03 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 Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. The Work will be completed within 75 Calendar Days from the date when the Contract time commences to mn 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 OYVNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for daily (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 and One thousand dollars ($1000.00) for each school day in which any lane along MacArthur Blvd. is closed outside the hours of 9:00 a.m. and 3:30 p.m. 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 $ 319~ 988.85 The total tangible personal property cost included in the contract sum is $ .............. . 2-3 Contract Documents Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.I.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52 of the General Provisions. 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 ENG1NEER as provided in said Item 1.51.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurt~ace 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 2-4 Contract Documents the General Provisions; m~d no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 1.3, 1.20 and 1.21 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACTOR DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages 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, latest 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 "MacArthnr Boulevard Widening - Project # ST 97-03 for the City of Coppell". 2-5 Contract Documents' 8.8. Drawings entitled: "MacArthur Boulevard Widening - Project # ST 97-03 for the City of Coppell". 8.9. The following listed and numbered addenda: 8.10 CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to ltems 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). 8.14. Resolution approved by the Coppell City Council on March 8, 2005. 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. l. 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 panners, 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. 2-6 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on May 25th .,2005. OWNER: City of Coppell 255 Parkway Boulevard Coppell, TX 75019 Address for giving not'~s: P.O. Box 9478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of' Engineering/Public Works CONTRACTOR: JRJ Paving, L.P. 2277 Masch Branch Road Denton, TX 76207 I ATTES~_I_~.,t~ _f~~ Address for giving notices: (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- 7 C'ontrac! Documenta ACORD. CERTIFICAT£ )F LIABILITY INSURANCE Allied N. America Corp. of Tx 12770 Colt Road, Suite 750 Dallas, TX 75251 (972}455-1400 F:[9721387'8837 JRJ Paving, LP P. O, Box 2136 Denton, Texas 75202 05~19/2005 THIS CERTIFICATE iS ISSUED AS A MATTER OF iNFORMATION ONLY AN O CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TH[S CERT FICATE DOES NOT AMEND, EXTEND OR ALTER TH E COVERAGE AFFORDED BY THE POL CIES BELOW. INSURERS AFFORDING COVERAGE American Zurich Insurance Co 08! 29/04 08/29/05 081 29/04 R 08/29/04 .... WC S~ATU- OT~ OTHER Project: MaoArthur Boull~'ard Widening Proiect #ST 97433, Bid No. Q-04054)3 ,,, If required by written contract signed by Named Insured, Certificate Holder is named Additional Insured for all coverages except Workers' Compensation. City of Coppell PO Box 9478 Coppell, Texas 75019 CORD 25-S (7/97) CANCELLATION OACORD CORPORATION 1988 ACORD. CERTIFICATE OF LIABILITY INSURANCE 05;~;~;"0;;D~' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ERO9UCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE SUZANNA HARRISON AGENCY/DAVID REED HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR NATIONWIDE INSURANCE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4201 West Green Oaks, Suite 346 INSURERS AFFORDING COVERAGE NAIC # Arlington, TX 76016 INSURED INSURER A: JRJ PAVING, LP ~NSURER S: NATIONWIDE INSURANCE COMPANY P.O. BOX 2136 INSURER C DENTON, TX 76202 INSURER D: INSURER E 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 BEEN REDUCED BY PAID CLAIMS POLICY EFFECTIVE POLICY EXPIRATION LIMITS INSR ADD POLICY NUMBER DATE IMM/DD/YYI DATE IMM/DDIYY) I CLAIMSMADE [] OCCUR MEDEXP(Any°nepers°n) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1 ~000,000 B X ~- ANY AUTO 91 BA 958949 -3001 08/2612004 08/2612005 (Ea accident) -- (Per person) -- (Per accident) X Any Auto PROPERTY DAMAGE ~ OCCUR [] CLAIMS MADE AGGREGATE $ $ WO.KERS COMEENSAT,O" ANO I T~.YL,M,TSI I~"' PROJECT: #ST-97-03 I BID NO. Q-0405.03 1 MACARTHUR BOULEVARD WIDENING CITY OF COPPELL AS ADDITIONAL INSURED. ;ERTIFICATE HOLDER CITY OF COPPELL PO BOX 9478 COPPELL, TX 75019 ACORD 25 (2001108) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRI~FEN NOTICE TO.~IE CER~F~CATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL --. sE O0,LIGA" N OF ANY URON A .R'S O. ACORD CORPORATION 1988 Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance which will be cxecuted and bound here with final documents. 2-8 Contract Documents 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 partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the finn 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 tree copies. The date of this bond must not be prior to the date of the contract in connection with which it is given. 2 9 Contract Documents Bond No. 08802828 PERFORMANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving, LP whose address is 2277 N. Masch Branch Rd., Denton, TX 76207 hereinafter called Principal, andColonial American Casualty and Surety Company , a corporation organized and existing under the laws of the State of Maryland , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of Three Hundred Nineteen Thousand, Nine Hundred Eighty Eight and 85/100 ................. DOLLARS ($ 319,988.85 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the 25th of May , A.D. 20 05 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: MacArthur Boulevard Widening Project # ST 97-03 Bid No. Q-0405-03 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full fome and effect. 2-10 Contract Documents ,t .1 ,i .i PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be perfom~ed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vemon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such 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 ~our one of which shall be deemed an original, this the 25th day of May copies, each ,2005. PRINCIPAL SURETY JRJ Paving., ~/ Colonial American Casualty ~and Surety Company By: ~ By:~ -::~?.~..~L~ '7~-t,,~.o ~,~ a// Title: ~Jl~t~lL~' ~4~[Qt~Jlt~z:~ Title: Robbi Morales, Attorney-in-fact ~ ~TTEST:~ Resident Agent of the S~e~ ~ Dallas or Denton Co.V, Texas, ~r delive~notice and semite of ~e process is: NAME: Don E. Cornell ADDRESS: 2711N. Haskell Ave., Suite 800, Dallas, TX 75204 NOTE: Date of Performance Bond must be date of Contract. If Resident Agent ia' not corporation, give person 's name. 2-11 Contract Documents PAYMENTBOND Bond No. 08802828 STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That JRJ Paving, LP whose address is 2277 N. Masch Branch Rd., Denton, TX 76207 hereinafter called Principal, andColonial American Casualty and Surety Company , a corporation organized and existing under the laws of the State of Maryland , and fully licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary", in the penal sum of Three Hundred Nineteen Thousand, Nine Hundred Eighty Eight and 85/100 ...................... DOLLARS t l .1 .1 ($ 319,988.85 ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement xvhich increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, dated the 25th of May , A.D. 20 05 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: MacArthur Boulevard Widening Project # ST 97-03 Bid No. Q-0405-03 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any- and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying 2-12 Contract Documents ,l .l the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vemon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the insurm~ce Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four one of which shall be deemed an original, this the 25th day of Hay copies, each ,2005. PRINCIPAL SURETY JRJ Pavia, By: Title:  ATTEST: Colonial American Casualty and Surety Company By: ~ Title: Robbi Morales, Attorney-in-fact The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: Don E. Cornell ADDRESS: 2711N. Haskell Ave., Suite 800, Dallas, TX 75204 NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name 2-13 Contract Documents Bond No. 08802828 ,J MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT 5RJ Paving, L? 227? bi. Maser Branch Rd., Denton, TX 76207 as Principal, and Colonial American Casualty and Surety Company , a corporation organized under the laws of Maryland , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell a Municipal Corporation, Texas, the sum of Three Hundred Nineteen Thousand, Nine Hundred Eighty Eight ....... Dollars and 85Cents ($. 319,988.85 ) , for the payment of which sum will and truly be made unto said City of Coppell , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said JRJ Paving, LP has this day entered into a written contract with the said city of Coppell to build and construct the MacArthur Boulevard Widening - Project # ST 97-03, which contract and the plans and specifications therein mentioned, adopted by the City of Coppell are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply ;vith the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said City of Coppell shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood 2-14 Contract Documents that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said JRJ Paving, LP has caused these presents to be executed by and the saidColonial American Casualty and Surety Company has caused these presents to be executed by its Attorney in fact and the said Attorney in fact Robbi Morales , has hereunto set his hand, the 25 th day of May _, 2005. PRINCIPAL JRJ Pav~ By: SURETY Colonial American Casualty and Surety Company Title: Robbi Morales, Attorney-in-fact ATTEST: NOTE: Date of Maintenance Bond must not be prior to date of Contract. 2-15 Contract Documents Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. corporations of the ~,land, by PAUL C. ROGERS. Vice President. and T. E. SMITH. Assistant Secretary, in pursuance ol Article VI, Section 2, of the By-Laws of said Companies. which arc set forth on the reverse ied to be in full Ibrce and el'lbct on the date hereof, docs hereby nominate, consnt Robbi MORALES, Lisa M. BONNOT, Anuj JAIN, I R., all of Dallas, Texas, EACH its true and lawful agent and Attorne, ' . and on ils behalf as surety, and as its act and deed: I behalf of Independent Executors, Comnmnity Sm bonds or undertakings in pursuance of these presents, shall be as bindir amply, to all intents and purposes, as if they had been duly executed and acknowled officers of thc Company at its office in Baltimum, Md.. in their uwn proper persons. This power'1 r revokes that issued on behalf of Jerry P. ROSE. Dun E. CORNELL, Robbi MORALES, Lisa M. BONNOT, Kathleen DAY, Sheila YOUNG, Christopher J. KU~I'ER. Luke J. NOLAN, Anqi JAIN. dated July 31,2002. The said Assistant Secretary does hereby certil~, that the extract set Ibrth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in lbrcc. 1N WITNESS WHEREOF, thc said Vice President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of Ihe said FIDELITY AND DEPOSIT COMPANY OF MARYLAND. and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 19th day of April, A.D. 2004. ATTEST: State of Maryland }ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY T. E. Smith Assistant Secretary By: Paul C. Rogers Vice President On this 19th day of April, A.D. 2004, belbrc the subscriber, a Nutary Public of the Stale of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, Io mc personally known to be thc individuals and ,~ffficers described in and who executed thc preceding instrument, and they each acknowledged thc execution of thc same. and being by me duly sworn, severally and each fi)r himself deposcth and saith, thai they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is thc Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed Io the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF. I have hereunto sel my hand and affixed my Official Seal Iht. day and year [irsl above written. Denni,~ R. Hayden Notary Public My Commission Expires: February I, 2~)05 POa-f 168-0589 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI. Scclion 2. Thc Chairmun of the Board, or the President. or any Executivc Vice })resident, or any o1' the Senior Vice Presidents or Vice-Presidents specially authorized st) t~.} do by the Board of Directors or by the Executivc Committee. shall havc power, by and v. hh thc concurrcnce o1' thc Secretary or any one ol the Assistant Secretaries, to appoint Residcm Vice Presidents. Assistant Vice-Presidents and Attorneys-in Fact as thc business o1' thc Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agrccmcnls, deeds, and releases and assignments of judgements, decrees, mortgages und instruments in the natm'e of mortgages,...and m affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. Thc Chairman of thc Board. or thc President. or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidems specially authorized so to do by the Board of Directors tlr by the Executive Cnmmittec. shall have power, by and with the concurrence of thc Secretar~ or any one o! thc Assistant Secretaries, Io appoint Resident Vice Presidcnts, Assistant Vice Presidents and Attorneys-in-Fact as Ihe business of the Company may require, or to authorize any person or persons to execute on bchaH of the Company any bnnds, undertaking, recognizances, stipulations, politics, con-tracts, agreements, deeds, and releases and assignments of iudgemems, decrees, mortgages and instrmncnts in thc nature of mortgagcs,...and to all'ix the seal o1' the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and thc COLONIAl. AMERICAN CASUAI.TY AND SURETY COMPANY, do hereby certify that the lbregoin,g Power ot Auorncy is still in full Iorce and effect on the date of this certificate; and I do further certify that the Vice-President who executed ttle said Power of Attorney was {>ne of thc additional Vice-Presidents specially authorized by the Board of Directors to appoim any Attorney-in Fact as provided in Article Vi. Section 2. o/the respective By-Laws of the FIDELITY AND DEPOSPF COMPANY OF MARYLAND. and tile COLONIAL AMER1CAN CASUALTY AND SURETY COMPANY. This Power ol Attorney and Certificate may be signed by facshnile under and by authority of the fi~llowing resolution ol'the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of Ihe Board of Directors of thc COLONIAL AMERICAN CASUALTY AND SURE'FY COMPANY al a meeting duly called and hcld on thc 5Ih day of May. 1994. RESOLVED: "That the I'acsimilc or mechanically reproduced seal of Iht: company and Ihcsimile or mechanically reproduced signature of any Vice-President. Secretary, or Assistant Secretary rd' the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any powcr of attorney issued by the Company, shall bc valid and binding upon the Coinpany with the same forcc and ellkct as though manually affixcd." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and afl'ixed the corporate seals of thc said Companies, this day of ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOI D Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, Zurich American Insurance Company, and American Ouarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The prenTfium charge for risk of loss resulting ffoha acts of terrorism (as del'reed in the Act) under this bond is .S__waived__. This amount is reflected in the total premium for ~is bond. Disclosure of Avafleb#ltv of CoveraEe for Terrorism As' required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with te~/~, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Comnanv*s Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by'which the United St. at_~ government will share ~ in insurance company losses resulting from acts of terrorism (as defined in the ACt) after a insurance company has paid ~ in excess of an annual aggregate deduci/ble. For 2002, the insurance company deductible is 1% of direct earned premium in the. prior year; for 2003, 7% of direct earned premium in the prior year;, for 2004, 10% of dlr .~t earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an Insm-ance eompany's losses above its deductible ts 90%. In the event the United States govemm~tt participates in Iodues, the United States government may direct insurance companies to celleot a terrorism suroharge from _ polloyholders. The Act does not currently provide for insurance hdustry et United States government participation in ~t~orism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk lmuranoe ACt defines "act of terrorism" as any sot that ts cerRfled by the 8ecretazy of the Treasury, in ooncurrence with the Seeretary of State and the Attorney Oeneral of the United 8tares: 1. to be an sot of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or lnt~aztruoture; 3. to have resulted In damage within the United States, or outside of the United States in the ease of an air carder (az defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based pflndpally in ~he United States, on which Unit~l b~at~ lnoome tax is paid and whose insurance coverage is ~ubjcot to regulation in the United States), or the premisas of& United States mksion; and 4. to have been commlt~cl by an individual or indivlduais noting on behulfofany foreign per, on or foreign later-~t az part of an effort to coetoe the olvlllan population of the United States or to lnfluenoe the polloy or affeot the condue~ of the United States Oovernment by coetoion. Buk no not sltall be certified by the 8eoretary as an sot of terrorism tf the sot is committed as pm of the course of a war deolared by Congress (exoept for workers' compensation) or ptopet~ and casualty insuranoe Iosaas resulting t~om the not, in the aggregate, do not exoeed $$,000,000. - These disclosures are 'Informational only and do not mod#~ your bond or affeet your rights under the bond, C~opyrlght Zurloh Am~rtoat In~um~ Oompany 2003 Fidelity and Deposit Company of Maryland Home Office: P,O, Box 1227. Baltimort MD 2120~.1227 IMPO RTANT NOTICE To obtain informstion or make a complaint: You may call the Fidelity and Deposit Company or' Maryland or Colonial Am'~fican Casualty and Surety Company's toll-flee telephone number for informatloq or'to make a complaint at: 1.800.654-51SS You may contact ~he Texas Department of Insurance to obtain information on companies. coverages, rights, or complaints at: 1-800-2S24439 You. may wflte lhe Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (5121 4'/5-1771 L~L/L~~~ Should you have a dispute concerning lbo premium or a~u~ a cm. you should fL, st contact Fidelity and Deposit Company of Marrland m: Colonial American Casualty and surety Company. I t'lhe dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This nottoe is for information only and does not beeom~ a pm or condition of the attached document, JRJ PAVING, LP TRANSMI'ITAL P.O. Box 2136 (76202) 2277 N. Masch Branch Rd. Denton, TX 76207 No. 0525 PROJECT: MacArthur Boulevard Widening (from Bethel School Rd. to Belt Line Rd.) DATE: May 25, 2005 TO: The City of Coppell 255 Parkway Coppell, Texas 75019 REF: Executed Contracts Attn: Kenneth Griffin Shop Drawings Approval Approved as Submitted Letter Your Use Approved as Noted EYe--ted Contracts As Requested Return After Loan Change Order Review and Comment Resubmit Plans Submit Samples SENT VIA: Courier Return Specifications Attached Return for Corrections Other: Separate Cover Via: Bids Due: 1. 3 5/25/05 Executed Contracts cc: Contract file: ~'~ontractI'~~torAdminist a SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H ~ C I T Y 0 F COPE-ELL A ,5 ~t ~5 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, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. PART I: GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS ITEM 1.0 - DEFINITIONS SC-I.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 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Calendar Day: Add the following sentence to the end of the working days definitions: Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Scventy- two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 1.15 - SURETY BONDS SC-1.15 Add following sentence to Item 1.15 (A): "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." 3-2 Standard Specifications Supplementary Conditions 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 follo~ving reports of explorations and tests of subsurface conditions at the site of the work: Geotechnical investigation performed by Rone Engineers and included in Section 7 of these specifications. The Contractor may take additional 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 operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. 3-3 Standard Spec~cation~t SupplementerO' Condition,~ 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 inunediately 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 other,vise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnil~ and hold OWNER, ENGINEER and Consulting Engincer harmless fi'om and against all clai~ns, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work be any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to in]pose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor. 3-4 Standard Spec!fications Supplementary Conditions 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 commenceruent 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 SCol.32.1 Delete Item 1.32.1 in its entirety and insert the following in lieu thereofi "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 fram 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 the lines and grades given therein." 3-5 Standard Specifications Supplementary Conditions 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: "h~ 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." Any extension that causes a lane of MacArthur Blvd. to be closed during the school year will subject the contractor to a One thousand dollar ($1,000) per day Liquidated Damages. Insert the following sentence at the end of the second paragraph of ltem 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." Any extension that causes a lane of MacArthur Blvd. to be closed outside the hours of 9:00 a.m. and 3:30 p.m. during the school year will subject the contractor to a One thousand dollar ($1,000) per day Liquidated Damages. 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. I. "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 3-6 Standard Specifications Supplementary Conditions ITEM 1.49 o 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 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City-owned realty. it is still possible, however, for a contractor to make tax-free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use ora "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. Thc 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 3- 7 Standard Specifications Supplementary Conditions PART II: ITEM 2.1.5 - ITEM 2.1.6 - ITEM 2.1.7 - ITEM 2.2.2 - breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipmcnt, supervision and materials not incorporated into the project. MATERIALS - DIVISION 2 MATERIALS TRENCH BACKFILL: (b) (4) Types "B" and "C" Additional Requirements Additional Requirements for Type "C" backfill when used in streets: Insert the (B) following paragraph at the beginning of this subsection: "All trench backfill shall be compacted to between 95 percent mid 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." 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. PIPE BEDDING MATERIAL FOR STORM SEWERS: (a) General: Amend the first sentence, by striking the words "requirements for earth bedding" and replace with "reconmaendations 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." CHEMICAL ADMIXTURES: (d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an admixture in any Class of concrete is specifically prohibited without written approval of the Engineer. 3-8 Standard ,Specifications Supplementary Conditions PART III ITEM 3.1.2 - ITEM 3.7.3 - CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION 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. DENSITY: Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and I00 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 11I ITEM 4.8.4 - DIVISION 4 - SUBBASE AND BASE COURSES CONSTRUCTION METHODS: (b) Compaction Amend the Iast 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 III ITEM 5.8.2 - DIVISION 5 - PAVEMENT/SURFACE COURSES 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 not less thzm 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". 3-9 Standard Spec~ications Supplementary Co~ditions (2) Contraction Joints. Delete the first sentence of thc 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 fine mist, shall be used if water is needed for finishing operations." PART 111 DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION ITEM 6.2.9 - BACKFILL: (b) Compaction. (2) Densities - Areas Not Subjected to or h~fluenced 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." 3-10 Slandard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H £ C I T Y 0 [~ cO?PELL 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 Governments (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 - Supplementary 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 S.S.P.W.C.N.C.T. T.C.E.Q. T.M.U.T.C.D. O.S.H.A. T.A.S. A.D.A 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 Standard Specifications for Public Works Construction North Central Texas Texas Commission on Environmental Quality Texas Manual on Uniform Traffic Control Devices Occupational Safety and Health Administration Texas Accessibility Standards Americans with Disabiliti es Act 4-2 Spec~c Project Requirements 1.1 1.2 1.3 1.4 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O. Box 9478, Coppell, Texas 75019. ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer oflhe Owner, or such other representatives as may be authorized by said owner to act in any particular position. CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the Standard Specifications for Construction for the City of Coppell, Texas shall apply. SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right-of-way. Entrance onto private property shall be at the expressed approval of the ENGINEER only. 1.5 PROJECT DESCRIPTION: This work shall consist of the construction of a third southbound lane of traffic along MacArthur Boulevard from the intersection of Bethel School Road south to approximately 430 feet north of Belt Line Road, and encompassing 1,950 linear feet. The work includes saw cutting along the existing face of curb, concrete curb removal, excavation of excess material, preparation and compaction of lime treated subgrade, and placing of new 8" concrete paving with monolithic curb and gutter. This work includes the Items listed above as well as some subsidiary ~vork such as relocation of Air release valves with manholes, reconstruction of median irrigation systems, sodding of disturbed areas, and all other components necessary for the "turn key" construction of the project as shown in the plans for MacArthur Boulevard, Project # ST97-03. In addition to this widening, a crosswalk replacement has been added at the intersection of Riverchase Drive and MacArthur Boulevard. This portion shall be bid as Stamped Concrete Pavement (Alternate 'A') or as Stamped Asphalt Pavement (Alternate 'B'). The City reserves the right to award the stamped concrete or stamped asphalt, regardless of price. This decision will be made based on the outcome of a different project. As such, you are strongly advised to provide a bid for both alternates. Alternate 'A' shall consist of the removal of the existing brick pavers and underlying concrete pavement and the installation of sections of 8" concrete pavement and 8" stamped concrete pavement. The work includes, but is not limited to, the installation of base material, and traffic control. Altemale 'B' shall consist of the removal of the existing brick pavers and underlying concrete pavement and the installation of sections of 8" concrete pavement and 2" stamped asphalt 4 3 Spec(ftc Project Requirements pavement. The work includes, but is not limited to, thc installation of 4" of HMAC Type "B" binder course, base material, and traffic control. 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. 1.7 1.8 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 ora 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 ~vill not be suspended or otherwise affected by use of completed porfions or "substantial completion" of any of the project. SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, roles, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. SOIL INVESTIGATION: A geotechnical investigation report prepared by Rone Engineers is included in Section 7. The Contractor shall visit the site and acquaint himself with the site conditions. 1.9 1.10 1.11 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re- establishing any control or construction stakes destroyed by either him or a third party m~d shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross- sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. TESTING LABORATORY SERVICE: The Owner shall make arrangements w'ith an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs ofretests, or reinspections. 4-4 Specific Project Requirements 1.12 1.13 1.14 1.15 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. Contractor shall replace any deficient construction items at his own expense. 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. h~ 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 tem~ination 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 ora tree without permission shall be $500.00 each payable to the Owner. If danaage 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 oders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and properly while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under thc pay item entitled "Furnish, Install and Maintain Traffic Control Devices". The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public fight-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 pmtectiou of persons or properly as are required by 4-5 Specific Project Requirements law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. As per Resolution No. 2005-0308.1, approved by the Coppell City Council on March 8, 2005, one lane in each direction may be continuously closed between May 31, 2005 and August 12, 2005. 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 fiagn~en, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to the pay item entitled "Furnish, Install and Maintain Traffic Control Devices". 1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. After commencing the work, use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect thero from damage. Where the locations of existing underground and surfacc 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 ail 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. 4-6 Specific Project Requirements 1.17 1.18 1.19 1.20 1.21 1.22 1.23 To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction with the appropriate utility company. DRAINAGE: The Contractor shall maintain adequate drainage at all times. PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. CLEANUP: During Construction. The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project. Final. Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. 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 ~vill observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction shall be removed from the property. Any required burning and disposal permits shall be the sole responsibility of the Contractor. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner. WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4 7 Spectfic Project Requiremen/.5 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 1.2 1.3 1.4 1.5 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 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 ail 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 infomaation as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawing sand diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide infom~ation 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. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. 48 Spectfic Project Requirements 1.6 C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work which requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. 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. Thenames off a. Contractor b. Supplier c. Manufacturer 4. Identificationofthe 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 infom~ation within the submittal with requirements of the work and of Contract Documents. l 1. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations sigmed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. D. REVIEW: Shop drawing and product data information review will be general. Such review will not relive the contractor of any responsibility and work required by the Contract. 4-9 Specific Prqjec! Requirements 1.7 1.8 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the Engineer. ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. 4- I 0 Specific Projec! Requirements SECTION 5 DESCRIPTION OF PAY ITEMS T Iq I~ (~ I T Y 0 F COPP-EL£ SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the contractor can fully undcrstand the scope of work involved in the Pay Items. 2.1 2.2 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) disposal of any waste material, (b) removal of spoils, (c) water for construction, (d) surveying to establish grade, (e) repair of damage to existing utilities, and (t) any other incidentals necessary to complete the work. The above items are not meant to be a total and complete list of subsidiary items but only representative of the tT~rpes of items that should be included in the various pay items associated with this project. 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 of the North Central Texas Council of Governments "Standard Specifications for Public Works Construction", latest addition, unless modified by these special provisions. Pay Item # 1-1 - Mobilization & Demobilization: This pay item shall consist of the mobilization for the construction of the project. It is anticipated that the project will be constructed in a minimum of two phases. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with the project. Measurement and Payment shall be as Follows: one-half the mobilization and demobilization shall be paid with the first pay estimate after the initial mobilization has taken place. On all subsequent pay estimates, measurement and payment shall be prorated on the basis of the percent of the job complete plus the initial 50% (i.e., when the pay request reflects 50% payment of the total contract amount, then the contractor ~vill be paid for 75% of the mobilization pay item, etc.) Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item # I-2 - Remove & Dispose of Concrete Curb: This pay item shall consist of the removal and disposal of existing concrete curb along the inside median of the southbound lane of MacArthur Boulevard from the intersection of Bethel School Road to the limits of the project at station 31+61. The removal shall be accomplished by the full depth saw cut of thc paving adjacent to the face of curb, and subsequent removal of the entire curb and paving section beneath the curb to the limits as shown in the plans. Saw cutting shall be full depth and shall be subsidiary to this Pay Item. Saw cutting and removal in the area of the median noses shall be done so as to leave square or rectangular 5-2 Description of Pay Items openings to pour the new concrete back against. Any excess removal in these areas is considered subsidiary to this bid item. Removal of the pavement within the work areas shall be accomplished leaving a clean vertical side on the remaining concrete. Damaged vertical sides will be resa~ved, removed and replaced at the contractor's expense. The limit of pay will only be to the original saw line. All spoils shall be removed from the job site at the contractor's expense. Measurement and Pa~nent shall be made on the basis of the price bid per Linear Foot (LF) and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.3 Pay Item # I-3 - Excavation and Removal of Excess Material: This pay item shall consist of the removal and disposal of excess material from the existing median. The median in the area of work is burmed up in the middle, and as the lane is extended into the median this material will need to be removed as indicated in the street cut detail. In the process of this removal and subsequent final grading of the median the contractor may encounter irrigation heads, imgation control valves, wiring, and various other components of the irrigation system within the median. The contractor should endeavor to protect these systems, however the bulk of the irrigation system will need to be restored at the end of the project. A separate pay item is listed below for this work. This is a "plans quantity" measurement Item and the quantity to be paid for will only be that quantity shown in the proposai and on the quantity listings in the plans. Measurement and Payment shall be made on the basis of the price bid per Cubic Yard (CY) and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 2.4 Pay Item # I-4 - Relocation of Air Release Valves: This pay item shall consist of the relocation of two air release valves on the city's 20" diameter force main running down the median as indicated in the plans. The work shall consist removal of the manhole sections that would conflict with the future curb location, removal of the air release valve and flanged gate valve, and relocation of the mm~hole and valve further into the median. The contractor can salvage and reuse any components removed from the existing location, including valves, manhole riser sections, ring and cover sets, grade rings, etc. provided they are not damaged by the contractor during their removal. This installation was completed within the last six months, and the line has not been placed in sen'ice yet, so the components should be in good enough shape to salvage. Contractor shall furnish and install monolithic concrete bases for the new manhole locations, all 4" ductile iron pipe and fittings, including poly-wrap, flowable fill, any additional riser sections necessary to bring the new manholes to grade, or any other components necessary to complete the relocation as indicated in the plans. 5 3 Description of Pay Items 2.5 2.6 Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item # I-5 - Extension of Irrigation Conduit at Median Openings: This pay item shall include the extension of irrigation conduit and sleeves from their location in the existing median to a location that will be within the median when the construction is complete. The extensions should extend a minimum of two feet beyond the proposed stamped concrete section. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Pay Item # I-6 - Subgrade Preparation: This pay item shall consist of furnishing the hydrated lime and treating the top 8" and the full width of subgrade by pulverization, addition of 42# /SY of lime, mixing and compacting, and remixing and recompacting the top 6" of the mixed material to the required density. Lime shall be applied in slurry form. Full width shall be that distance from the clean vertical cut of concrete to 1' behind the proposed median curb line. The area of the proposed 6" stamped concrete section also requires lime stabilization per the detail. The lime shall be placed in a slurry form at the minimum rate of 42 pounds per square yard. Work shall be in compliance with NCTCOG Items 2.5 and 4.6. Measurement and Payment shall be made on the basis of price bid per square (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.7 Pay Item # I-7 - 8" Concrete Pavement with Monolithic Curb: This pay item shall consist of the furnishing and placing of 8" reinforced concrete pavement at the locations and grades shown on the plans. The monolithic curb along the edge of the median is subsidiary to the installation of the concrete pavement. All concrete for construction shall be Class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. In addition to the reinforcement shown in the City of Coppell Standard Construction Details, the 6" monolithic curb shall have a #3 bar in the curb parallel to the paving. No fly ash shall be permitted. The cost for furnishing and placing reinforcement is subsidiary to this pay Item. The median nose includes a thicker section for 7 feet from the curb line. This thickness varies from 10' to 14" and is considered subsidiary to this pay item. 5-4 Description of Pay Items 2.8 2.9 All concrete, except for City approved "leave-outs", shall be placed with a self-propelled paving machine capable of spreading, densifying, and shaping the concrete mix to the required lines and grades as shown on the approved plans. Work shall be in compliance with NCTCOG Items 2.2 and 5.8. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item # 1-8 - 6" Stamped Concrete For Median Noses: This pay item shall consist of the installation of 6" stamped concrete in the median noses in the locations as shown in the plans. Concrete shall class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. Color shall be Red Clay - Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). All patterns shall be Rumfing Bond Used Brick. Approved equal shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. Reinforcing steel as indicated in the details should be considered subsidiary to this pay item. Dowel bars placed in the new pavement may be placed with the paving steel. Dowel bars into the existing paving to remain shall be drilled at an angle into the paving section and placed at 12" centers. Stamped concrete should be placed on lime treated subgrade. Subgrade quantity will be paid for under item 2.6 above. Measurement and Payment shall be made on the basis of price bid per square yard (SY) of stamped concrete of the thickness specified and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. The preparation of any test sections are considered subsidiary to this pay item. Pay Item # I-9 - Pavement Markings & Signage: This pay item shall include the furnishing and installation of the final traffic lane markings and traffic control devices as indicated in the plans and details. This Item will also consist of protection of existing signage within the work area. City of Coppell Personnel will relocate necessary permanent signage provided the contractor coordinates the removal and protection of existing signage prior to causing any damage. Contact the City's Traffic Control Division at 972-462-5150 to coordinate this removal and protection. Any signs that need to be removed to perform the work but are deemed necessary for the safe and orderly flow of traffic shall be replaced by a temporary sign during the duration of the project. These signs shall be furnished at the contractor's expense, and will be paid for under the pay Item for furnishing traffic control devices Measurement and Payment shall be made on the basis of the price bid per Lump Sum (LS) and shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. 5-5 Description of Pay Items 2.10 2.11 Pay Item # 1-10 - Restore Irrigation System: This pay item shall include the complete restoration and/or reconstruction of the irrigation system within the three medians impacted by this project as well as any damage caused by the contractor's actions affecting other medians. The contractor is required to secure the services of a Texas Licensed Irrigator to inspect, design, and implement all activities associated with restoring the in-igation system. A plan shall be developed and submitted to the city for review prior to implementing any activity under this pay item. The system when complete shall comply with all state, federal, and local codes and ordinances, and shall be fully operable and compatible with existing control systems. The sprinkler head confibmration shall be such that full overlap is provided, and that no excessive spray is directed into the roadway. Measurement and Payment shall be made on the basis of the price bid per Lump Sum (LS) and shall be total compensation for furnishing all design elements, labor, materials, tools, and equipment necessary to complete the work. No payment shall be made under this item until the contractor has secured the services of a Licensed Irrigator and provided plans, inspection reports, damage assessments, or the like, either anticipated or actual. Once a plan has been developed, and accepted by the City of Coppell a payment in the amount of 20% of the Lump Sum bid amount can be released on the next regularly scheduled pay request. The balance of the payment will be made upon full restoration of the irrigation system. Pay Item # I-11 - Final Shaping and Sodding of Median: This pay Item shall consist of placing and compacting topsoil behind the curb, fine grading of the median, and placement of block sod. The entire length and width of the disturbed area shall be sodded with like turf material. All sod provided shall be live, healthy vigorous, free of insects, disease, stones, and undesirable foreign materials or grasses. Sod shall be of the machine cut variety with a thickness of one-inch (1") plus or minus ~A inch. The soil should be prepared by tilling, removing any debris, and fine grading prior to laying of sod. When laid, the sod should bring the median to the final grade as shown in the plans. The sod should be fertilized with a minimum of one pound per one thousand square feet of sod, or as specified by fertilizer manufacturer. The contractor shall be responsible for watering the sod for a minimum of 30 days £rom the initial installation. The contractor is responsible for providing the water, and watering frequently enough for the establishment of the sod. At that time the engineer shall inspect sod for uniform growth m~d establishment. If the sod is established and growing vigorously the city will release the contractor from maintenance responsibility, however if the sod is not established, the contractor xvill be responsible for remedying thc situation up to and including replacement of sod with new material. Measurement and Payment shall be made on the basis of the price bid per Lump Sum (LS) and shall be total compensation for furnishing all labor, materials, tools, and equipment 5 6 Description of Pay Items necessary to complete the work. Seventy-five percent of the payment will be made when sod is installed. Final payment will not be made until the thirty-day inspection is complete. 2.12 2.13 Pay Item # 1-12 - Furnish, Install & Maintain Traffic Control Devices: This pay item shall consist of the development and implementation of a traffic control plan in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). This plan shall be prepared for the addition of the southbound lane on MacArthur Blvd. as well as the Riverchase Drive intersection improvements. The plan should include the sequencing of work determined by the contractor for completing the full intersection replacement. During the March 8, 2005 City Council meeting, a resolution to allow for the continuous closure of one lane of traffic in each direction along MacArthur Boulevard, from May 31, 2005 through August 12, 2005, was approved. During this time frame a lane may be closed 24 hours per day provided all safety precautions are in place in accordance with the TMUTCD. If the Contractor begins prior to May 30, 2005, or if the work extends beyond August 14, 2005, the lane closures will be limited to 9:00 a.m. to 4:00 p.m. As previously noted, any work extending beyond August 12, 2005 will incur Liquidated Damages of One thousand dollars ($1,000) per day. Riverchase Drive - the east intersection of this road can not be closed. One lane of traffic in each direction shall remain open at all time and the crosswalk constructed in two (2) pours. The west intersection is a private drive and should not be impacted by this construction. The Contractor shall submit an appropriate traffic control plan to the Owner for approval prior to implementation. This plan shall include a narrative on the proposed sequencing of the various elements of the plan. Measurement and payment shall be on the basis of the price bid per Lump Sum (LS) and shall be total compensation for furnishing a traffic control plan, as well as all labor, materials, tools, and equipment necessary to implement and maintain the plan throu ~ghout the duration of the project. This shall include any and all movements of the required devices as indicated in the sequencing plan to be developed by the contractor. Pay Item # !-13 - Furnish, Install, Maintain and Remove 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 a site specific Storm Water Pollution Prevention Plan (SW3P) and then, depending on the size of the activity, either submit an NOI to the TCEQ or post a notice on-site. The SW3P must describe and ensure the implementatiou of practices that will be used to reduce the pollutants in storm water discharges associated with construction activity and assure compliance with the terms 5-7 Description of Pay Items and conditions of the permit. The SW3P shall be subject to approval by the City. The SW3P must be retained on-site or notice must be posted if the SW3P is retained off-site. Measurement and Payment shall be made on the basis of the price bid per lump sum (LS) to pay the contractor for the preparation and implementation of the SW3P, 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 SW3P. 2.14 Pay Item # 1-14A and 1-14B - Brick Paver Replacement at Riverchase Drive: This pay Item shall consist of the removal and disposal of existing brick pavers at three legs of this intersection. The existing concrete lug will be saw cut and removed, the subgrade will be compacted, then base material will be brought up to the bottom of the paving grade. At this point there are alternate procedures as described below. This portion of the project is being included in this contract because it falls completely within the limits of this widening project. There is a project concurrent with this one for brick paver replacement at six additional intersections along MacArthur Blvd. The City of Coppell is bidding two alternative installations for replacement of the brick pavers in both this project as well as the other one. The city is reserving the fight to award the other contract to the contractor that submits the most advantageous bid based on both cost and time of completion. It is very likely that the city will award the same alternate under this contract that is selected for the other contract. ~4s such it is imperative that all contractors bidding the entire job should submit a bid for both alternates. 2.14A ALTERNATE 'A' - Stamped Concrete Pavement This pay Item shall consist of the previous described activities with the addition of installing new stamped concrete, some additional regular concrete, and resetting of the decorative paver bands at the radius of the intersection. Quantities for each activity are listed on the plans for general information, however the unit price for each alternate shall be for the Lump Sum: Brick Paver Removal This item shall consist of the removal and disposal of the existing brick pavers as designated and to the limits as shown in the construction plans. These pavers have been patched on many occasions with different materials. Any concrete, asphalt or other patch material shall be removed and disposed of under this item with no additional pay. The existing Chamoal Holland Stone I pavers may be reused providing they are free of discoloration, breaks, or other obvious damage. The contractor shall not stockpile removal material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. At the City's discretion, any pavers removed in good condition shall be delivered to the Coppell Service Center located at 816 S. Coppell Road. Concrete Pavement Removal & Disposal This item shall consist of the saw cut, removal, and disposal of concrete pavement as designated and to the limits as shown in the plans. Work shall be in accordance with 5-8 Description qf Pay Items NCTCOG Item 3.1. The concrete shall be saw cut full depth and removed to the saw lines as shown in the plans. Existing 8-inch depth is typical and no additional payment will be made for extra depth of removal. RemovaI of the concrete shall be accomplished leaving a clean vertical side. Damaged vertical sides shall be resawed, removed, and replaced at the Contractor's expense. The estimated length of the saw cut is shown on the plans. The Contractor shall not stockpile removal material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. 8" Concrete Pavement This item will consist of the furnishing and placing of 8" reinforced concrete pavement at the locations and grades shown on the plans. All concrete for construction shall be Class 'C' concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted. In areas where the new 8" concrete abuts existing concrete, the vertical sides are to be doweled with #4 bars epoxy embedded 6" into the sides at 12" centers. Reinforcement steel shall be a minimum #3 bar, on 24" centers with 12" bar laps and shall be supported by bar chairs adequately spaced to support the weight of concrete during placement. If it is necessary or desirable to open a portion of the pavement in less than 7 days, the Contractor has the option of using high early strength concrete at no additional expense to the Owner. If high early strength concrete is used, the Contractor may use high early strength cement, additional cement, approved chemical admixtures, or a combination of these materials to achieve a mininmm compressive strength of 3600 psi in 3 days or less. The concrete curing periods specified for the item of work in which the concrete is used shall not be waived. Prior to placing high early strength concrete, the Contractor shall submit to the Owner's representative a concrete mix design from the ready-mix concrete supplier or a concrete mix design signed and sealed by a Texas Registered Professional Engineer. The concrete header and the furnishing and placing reinforcement are subsidiary to this pay item. Work shall be in compliance with all applicable TxDOT specifications and NCTCOG items 2.2 and 5.8. 8" Stamped Concrete This pay item shall consist of the installation of stamped concrete in the crosswalks in the locations as shown in the plans. Color shall be Red Clay - Bomanite Integral Color with Bomanite Natural Gray Release (or an approved equal). All patterns shall be Rurming Bond Used Brick. Approved equaI shall only be considered after review of specifications and a test section that demonstrates the ability to match color and pattern. All concrete for construction shall be Class 'C' concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted. In areas where the new 8" concrete abuts existing concrete, the vertical sides are to be doweled with #4 bars epoxy embedded 6" into the sides at 12" centers. Reinforcement steel shall be a minimum #3 bar, on 24" centers with 12" bar laps and shall be supported by bar chairs adequately spaced to support the weight of concrete during placement. 5-9 Description of Pay Items If it is necessary or desirable to open a portion of the pavement in less than 7 days, the Contractor has the option of using high early strength concrete at no additional expense to the Owner. If high early strength concrete is used, the Contractor may use high early strength cement, additional cement, approved chemical admixtures, or a combination of these materials to achieve a nfinimum compressive strength of 3600 psi in 3 days or less. The concrete curing periods specified for the item of work in which the concrete is used shall not be waived. Prior to placing high early strength concrete, the Contractor shall subnfit to the Owner's representative a concrete mix design from the ready-mix concrete supplier or a concrete mix design signed and sealed by a Texas Registered Professional Engineer. The concrete header and the furnishing and placing reinforcement are subsidiary to this pay item. Work shall be in compliance with all applicable TxDOT specifications and NCTCOG Items 2.2 and 5.8. Flexible Base This item shall consist of the placement of 10" of Type "A", Grade 1 Flexible Base compacted to 95% standard proctor density at optimum moisture content ± two (2) percent as determined by ASTM D698. After removal of the pavement sections, the existing subgrade shall be removed to the required elevation necessary for the placement of I0" of flexible base and compacted to 95% standard proctor density at optimum moisture content ± five (5) percent as determined by ASTM D698. The excavation and offsite disposal of the subgrade material, and the compaction of the remaining subgrade are subsidiary to this pay item. Work shall be in accordance with TxDOT Specifications Item 247. Eight inches (8") of cemented treated base (CTB) may be substituted for the flexible base at no additional expense to the Owner. The unconfined compressive strength for the CTB shall be Class "A" 400-psi with a minimum of 5.0% cement. The Contractor shall submit a copy of the mix design from the supplier to the Owner's representative. Brick Paver Replacement This item shall consist of the installation of the Charcoal Holland Stone I pavers along the turn radii of the intersection. The row width of the existing pavers varies from one (1) to two (2) rows. Quantities for the brick pavers are based on the installation of two (2) rows of pavers, this may not be possible along all of the radii. The new or reused pavers shall be saw cut and not chopped and shall be set on no more than 1" of clean sharp sand. Subgrade Failure Repair This item shall consist of the removal and replacement of any unstable subgrade material found after the removal of the pavement sections and necessary subgrade. The unstable material shall be removed and the surrounding soil compacted to 95% standard proctor density at optimum moisture content _+ five (5) percent as determined by ASTM D698. Type "A", Grade 1 Flexible Base shall be placed and compacted to 95% standard proctor density at optimum moisture content ± two (2) percent as determined by ASTM D698 to bring the subgrade up to the required elevation to allow for the placement of the 10" of flexible base. The excavation and offsite disposal of the subgrade material, and the compaction of the remaining soil are subsidiary to this item. Work shall be in accordance with TxDOT Specifications Item 247. 5-10 Description of Pay Items As there is no separate pay for this item, it is strongly suggested that you review the attached geotechnical investigation when considering how much to add to your lump sum bid for this work. Measurement and Payment shall be made on the basis of price bid per Lump Sum (LS) and shall be inclusive of all reinforcement steel, dowel bars, reinfoming joints, and filling of joints, and be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.14B ALTERNATE 'B' Stamped Asphalt Pavement This alternate consists of much of the same work as previously described, however the allowance for flexible base material has been removed, and has been replaced with flowable fill as the backfill material. In addition to this change, the stamped concrete section has been replaced with a stamped asphalt installation. Brick Paver Removal This item shall consist of the removal and disposal of the existing brick pavers as designated and to the limits as shown in the construction plans. These pavers have been patched on many occasions with different materials. Any concrete, asphalt or other patch material shall be removed and disposed of under this item with no additional pay. The existing Charcoal Holland Stone I pavers may be reused providing they are free of discoloration, breaks, or other obvious damage. The contractor shall not stockpile removal material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. At the City's discretion, any pavers removed in good condition shall be delivered to the Coppell Service Center located at 816 S. Coppell Road. Concrete Pavement Removal & Disposal This item shall consist of the saw cut, removal, and disposal of concrete pavement as designated and to the limits as shown in the plans. Work shall be in accordance with NCTCOG Item 3.1. The concrete shall be sa~v cut full depth and removed to the saw lines as shown in the plans. Existing 8-inch depth is typical and no additional payment will be made for extra depth of removal. Removal of the concrete shall be accomplished leaving a clean vertical side. Damaged vertical sides shall be resawed, removed, and replaced at the Contractor's expense. The estimated length of the saw cut is shown on the plans for the intersection. The Contractor shall not stockpile removal material on the job site, unless specifically authorized in writing by the Owner, and is responsible for locating a suitable disposal site. 8" Concrete Pavement This pay item shall consist of the furnishing and placing of 8" reinforced concrete pavement at the locations and grades shown on the plans. All concrete for construction shall be Class 'C' concrete having a minimum of 6 sacks of cement per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall be permitted. In areas where the new 8" concrete abuts existing concrete, the vertical sides are to be doweled x~'ith #4 5-11 Description of lOay Items bars epoxy embedded 6" into the sides at 12" centers. Reinforcement steel shall be a minimum #3 bar, on 24" centers with 12" bar laps and shall be supported by bar chairs adequately spaced to support the weight of concrete during placement. If it is necessary or desirable to open a portion of the pavement in less than 7 days, the Contractor has the option of using high early strength concrete at no additional expense to the Owner. If high early strength concrete is used, the Contractor may use high early strength cement, additional cement, approved chemical admixtures, or a combination of these materials to achieve a minimum compressive strength of 3600 psi in 3 days or less. The concrete curing periods specified for the item of work in which the concrete is used shall not be waived. Prior to placing high early strength concrete, the Contractor shall submit to the Oxvner's representative a concrete mix design from the ready-mix concrete supplier or a concrete mix design signed and sealed by a Texas Registered Professional Engineer. The concrete header and the furnishing and placing reinforcement are subsidiary to this item. Work shall be in compliance with all applicable TxDOT specifications and NCTCOG Items 2.2 and 5.8. 4" Type "B" HMAC This item shall consist of the placement of 4" Type "B" HMAC binder course in the locations as shown on the plans. The binder course shall be placed on the cured flowable fill base and compacted to the specified density. The surface of the cured flowable fill shall be protected by the application of a prime coat. Work shall be in accordance with NCTCOG Items 2.1.2, 2.4 and 5.7. 2" Stamped Asphalt This item shall consist of the installation of stamped asphalt in the crosswalks in the locations as shown in the plans. %vo-inches of Type "D" HMAC surface course shall be placed and compacted to the specified density prior to installation of the stamped pattern. A tack coat shall be required between the binder and surface course. Work shall be in accordance with NCTCOG Items 2.1.2, 2.4 and 5.7. The placement of the asphalt shall be carried oat with regard for the imprinting process to avoid visible seams. The imprint pattern shall be Offset Brick Integrated Paving Concepts, Inc., and the Contractor shall follow the latest StreetPrint Application Procedures as issued by Integrated Paving Concepts, Inc., or an approved equal. The color of the coating system shall be Terracotta StreetBond HD Surfacing System as issued by Integrated Paving Concepts, Inc., or an approved equal. The surfacing system shall be installed by applying at least two thin coats of StreetBond SP50 coating material followed by at least two thin layers of StreetBond SP 150E coating material to the asphalt surface. Each layer of the coating system shall consist of the same color. Installation shall be in accordance with the latest StreetPrint Application Procedures as issued by Integrated Paving Concepts, Inc., or an approved equal. The project shall have on-site a foreman, supervisor or lead hand who is registered with Integrated Paving Concepts, Inc., as a Level 1 Accredited Street Print Installer, or an approved equal. 5-12 Description of Pay Items FIowable Fill This item shall consist of the placement of 10"of flowable backfill. After removal of the pavement sections, the existing subgrade shall be removed to the required elevation necessary for the placement of 10" of flowable backfill. The excavation and offsite disposal of the subgrade material, and the compaction of the remaining subgrade are subsidiary to this pay item. Flowable backfill shall meet the material requirements as set forth in NCTCOG Item 2.1.5 and have a minimum compression strength of 400 PSI after 28 Days. Brick Paver Replacement This item shall consist of the installation of the Charcoal Holland Stone I pavers along the turn radii of the intersection. The row width of the existing pavers varies from one (1) to two (2) rows. Quantities for the brick pavers are based on the installation of two (2) rows of pavers, this may not be possible along all of the radii. The new or reused pavers shall be saw cut and not chopped and shall be set on no more than 1" of clean sharp sand. Subgrade Failure Repair This item shall consist of the removal and replacement of any unstable subgrade material found after the removal of the pavement sections and necessary subgrade. The unstable material shall be removed and the surrounding soil compacted to 95% standard proctor density at optimum moisture content + five (5) percent as determined by ASTM D698. Type "A", Grade 1 Flexible Base shall be placed and compacted to 95% standard proctor density at optimum moisture content _+ two (2) percent as determined by ASTM D698 to bring the subgrade up to the required elevation to allow for the placement of the 10" of flowable fill. The excavation and offsite disposal of the subgrade material and the compaction of the remaining soil are subsidiary to this item. Work shall be in accordance with TxDOT Specifications Item 247. In lieu of importing the flexible base, the contractor may, at his expense, excavate to suitable material, compact said material, and pour flowable fill to the bottom of the asphalt grade. Measurement and Payment shall be made on the basis of price bid per Lump Sum (LS) and shall be inclusive of all reinforcement steel, dowel bars, reinforcing joints, and filling of joints, tack coats, prime coats, and be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-13 Description of Pay Items SECTION 6 TE CHNIC~IL SPE CIFIC.4 TIONS T H E C I T Y 0 F COPP-ELL SECTION 6 - TECHNICAL SPECIFICATIONS CEMENT TREATED BASE Qualification of Supplier: Supplier should only be considered if they have been established in the business of producing and/or manufacturing specified product for one (1) year or more. If requested, supplier must provide references to provide proof of at least twelve (12) months in the specified line of business. Cement: Cement for Cement Treated Base shall conform to ASTM C-150, Type I, II or V. Water: The water for the base shall be clean and free from sewage, oil, acid, strong alkalis, vegetable matter, clay and silt. Aggregate: The Cement Treated Base (CTB) aggregate shall consist of durable coarse aggregate particles of pit run gravel or crush stone blended with binder material such as cushion sand when needed. The aggregate, when tested, shall meet the following requirements unless otherwise specified. GRADATION Sieve Size Percent Retained 2~ 0 #4 15-55 # 40 50 - 85 # 200 85 - 100 The material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements. The Plasticity Index shall not exceed 15. The Liquid Limit shall not exceed 35. Strength Requirements: The unconfined compressive strengths required for the CTB Material will be as follows: 6 2 Technical Speci~cations Class "A" 400-psi with a minimum of 5.0% cement Class "B" 750-psi with a minimum of 7.0% cement. The mix will be designed with the intention of producing a minimum average compressive strength of 400 psi with a minimum of 5.0% cement and 750 psi with a minimum of 7.0% cement. Compressive strengths will be tested at seven days using unconfined compression testing procedures. Cement stabilized base specimens shall be molded in accordance with ASTM D-559 and D-560 method A or B, as applicable, and tested in accordance with ASTM 1633. Supplier furnishing CTB, which meet the above compressive strength requirements with less than specified cement content, must furnish the City of Coppell test results certifying that their material meets these psi requirements by a reputable independent Iaboratory. Mix Design: Supplier shall submit a copy of the mix design for each type of aggregate that they purpose to furnish under these specifications. A new copy must be submitted with any change of material. Testing: Supplier shall submit a report from a reputable independent testing laboratory stating that the material does meet the City o£Coppell specifications. Mixing Plant: The cement, aggregate and water shall be thoroughly mixed in an approved processing plant. The mixer shall be a stationary twin shaft pugmill equipped with paddles for mixing. The plant shall be equipped with feeding and metering devices to add the base material, cement and water into the mixer in the specified quantities. The moisture content of the mixture shall be maintained between one percent below and two percentages above optimum moisture or shall be maintained xvithin the range established by the engineer. The amounts of cement and moisture are expressed as percentages of dry weight of the combined aggregate and cement. Placement and Compactions: The subgrade shall be firm and able to support without displacement the construction equipment. The Mixture shall be transported to the job site in suitable vehicles and shall be deposited on the moistened subgrade and spread in a uniform layer by means of approved mechanical spreader. Not more than 45-minutes shall elapse between the start of moist mixing and the start of compaction of the cement treated mixture on the prepared subgrade. 6-3 Technical Spectfications immediately upon completion of the spreading operations, the mixture shall be thoroughly compacted. The number, type and weight of compaction equipment shall be sufficient to compact the mixture to the required density. Finishing: When initial compaction is completed, the surface of the Cement Treated Base shall be shaped to the required lines, grades and cross sections. The moisture content of the surface material shall be maintained -2% to +2% of the specified optimum moisture content during finishing operations. The Cement Treated Base shall be uniformly compacted to a minimum of 95% of the maximum dry density obtained in ASTM D-558. Compaction and finishing shall be completed within two (2) hours at the time moisture was added to the mixture and produces a smooth, dense surface free of compaction planes, cracks, ridges or loose material. Longitudinal joints shall be formed by cutting back into the compacted material to form a tree vertical edge. Care shall be exercised to ensure thorough compaction of the base material immediately adjacent of all construction joints. Curing: After the Cement Treated Base has been finished as specified herein, it shall be kept continually moist for seven (7) days or until a Bituminous Prime Coat has been placed. 6-4 Technical Speciftcations SECTION 6 - TECHNICIAL SPECIFICATIONS STAMPED ASPHALT 1.0 GENERAL 1.1 Description The work shall be described as Stamped Asphalt on the drawings and documents related to the project, and shall consist of applying a patterned stamp treatment to a hot mix asphalt surface and coloring the asphalt surface using a specially designed coating system as per the manufactures specifications. The contractor doing this work shall be an experienced Applicator of Stamped Asphalt. 1.2 Scope of Work The location, pattern type and coating color shall be as specified in the plans and specifications. All asphalt shall be fully compacted, to specified density, prior to stamping the pattern. Stamping of the patterns shall be carried out as per the manufacturer's specifications, on warm, pliable asphalt, using vibratory plate compactors and flexible wire rope templates. All Stamped Asphalt shall be bonded and sealed with a protective base coat followed by a top coat, both consisting of colored epoxy-modified acrylic resin designed for asphalt substrates. The protective coatings shall contain silica sand aggregates to provide a slip and skid resistant texture lo the asphalt surface, which is equivalent to or rougher than the uncoated asphalt surface. 2.0 MATERIALS 2.1 Hot Mix Asphalt Concrete (HMAC) The HMAC shall be placed in accordance with NCTCOG Items 2.1.2, 2.4 and 5.7. All asphalt shall be compacted to specified density, prior to installation of the stamped pattern. 2.2 Coating The asphalt shall be bonded and sealed using a base and top coat application of colored epoxy modified acrylic resins xvith silica sand aggregate, having minimum properties as per Table 1. 3.0 CONSTRUCTION 3.1 Structure The asphalt surface layer shall have a minimum thickness of two (2) inches consisting of a Type "D" HMAC Surface Course. 3.2 Stamping The pattem may be stamped into the asphalt immediately after the asphalt has been placed, while the asphalt is still in a warm to hot, pliable state, or at a later stage by re-heating the asphalt surface. To avoid overheating of the asphalt surface during re-heating, only infrared equipment shall be used, and the surface tcmperaturc shall be continuously monitored. Stamping shall be 64 Technical Speciftcations achieved using vibratory plates and flexible wire templates, and shall be of consistent depth, as specified below. On completion of stamping, the existing asphalt surface shalI not show any visible signs of structural distress, as determined by the Engineer. Any pavement damaged in the stamping process shall be repaired or replaced, and re-stamped at no additional cost to the Owner. 3.3 Temperature of Asphalt When stamped patterns are applied to new pavement surfaces, the pattern shall be applied only once the surface temperature has cooled to below 200°F. For the re-heated stamping process, the pavement surface shall be re-heated to a maximum temperature of 280°F. Prior to stamping, the heat shall be allowed to soak into or soften the asphalt to a depth of at least 1/2 inch, ~vithout burning the asphalt. If during the re-heating process the surface is overheated and begins to emit smoke, the contractor shall stop work immediately. The damaged surface area shall be removed and replaced by a partial depth patch with the topmost layer matching the existing surface layer mix and binder. Patching and all work associated with the repair effort shall be at no cost to the Owner. Direct flame type asphalt heaters shall not be used to re-heat the asphalt. 3.4 Coating The pavement surface shall be dry, flee of sand, dirt, oil or grease, and any other contaminants prior to coloring. Contaminated surfaces shall be cleaned to a width two (2) feet outside of proposed treatment area. Coatings shall be applied according to the manufacturer's application instructions. 3.5 Protection from Traffic No traffic shall be allowed onto the coated surface until the coating has completely dried and has cured as set out in the manufacturer's instructions. 3.6 Utility Cuts All utility, traffic loop detector, and other items requiring a cut and installation under the asphalt surface shall be completed prior to instaIlation of stamped patterned asphalt treatment. 4.0 QUALITY 4.1 Materials The Contractor shall purchase and apply only approved coatings materials that conform to these specifications and the properties in Table 1. All containers of materials shall be in unopened containers sealed by the manufacturer. No opened containers will be accepted. 4.2 Pattern Templates 6 6 Technical Specificatlotls Thc contractor shall obtain the stamping pattern template from the same manufacturer of tire scaling materials. 4.3 Stamping Depth Upon completion, the patterned area shall be checked for proper depth of print, by taking random samples. Ninety (90) percent of the stamped area shall have an imprint depth of 3/8 inch. If any sample areas have an imprint depth that is less than 3/8 inch, those areas shall be re-heated and re-stamped prior to applying the coatings. 4.4 Coating Thickness The total thickness shall be monitored by measuring the volume of material used per unit area. For this project an average coverage rate for all the coatings shall be 150 square feet coated per 5 gallons of material used. The Contractor shall provide proof of coatings usage. Table 1: Physical and Performance Properties of Epoxy Modified Resin Coating Characteristics Test Specification Minimum Requirement for Epoxy Modified Coating ! Solids by Volume (%) ASTM D-2697 57.5% iSolids by Weight (%) ASTM D-2369 74.5% Density ASTM D-1475 13.84lbs./gal (1.66 kg/l) Flash Point ASTM D-3278 >230°F (110°C) Percent Pigment (by weight ASTM D-3723 61.4% including cement) Sheen ASTM D-523 < 3 @ 85° r Gardner Circular i Dry Time (to re-coat) 37 minutes meter Dry Time (for traffic) 75OF/30%RH N/A 80% strength ~ 6-8 Hrs I Taber Abrasion H-I0 (Dry Wear 0.98 grams/1 000 cycles after 7 days lndex) ASTM D-4060 cure Adhesion (PLI) To an Asphalt ASTM D-4541 Cohesive failure of asphalt prior to substrate adhesive failure QUV E ASTM GI54 500 hours 0.46CIE units Hydrophobicity (9days immersion) ASTM D-570 9.7% wt gain P Shore Hardness ASTM D-2240 63 Type D [ Temperature Limits for Service Dry, cured material -30°F to 140°F I ...... N/A 10 15 mils (1 application) Surface Build - 6-7 Techmcal Spec'i~ications SECTION 7 GEOTECHNICAL REPORT T H IF. C I T Y 0 F COPP-ELL _ meers September 13, 2004 Mr. Keith Marvin, P.E. City of Coppell 255 Parkway Boulevard P.O. Box 9478 Coppell, Texas 75019 Re: Geotechnical Investigation Paver Evaluation - MacArthur Boulevard Irving, Texas Rone Project No. 04-9130 Dear Mr. Marvin: We have completed our geotechnical investigation for the referenced site in accordance with Rone's Proposal No. 04-6379 dated June 18, 2004. This letter presents the results of our investigation and our recommendations for design and construction. The project is located along Mac. Arthur Boulevard from Riverchase Drive to Samuel Boulevard in Coppell, Texas. We understand the project consists of evalualing portions of seven intersections along MacArthur Boulevard where paver blocks are used for the surface of the roadway. The pavers have been in place for about 20 years. In some areas the pavers have experienced vertical displacement and other forms of distress, while in other areas the pavers are still performing well. Evaluation of the sections will include the pavers themselves, the cushion sand layer between the concrete and the pavers and the conditions of the paver subgrade and subgrade soils. FIELD INVESTIGATION Subsurface conditions were determined by 14 sample borings drilled to a depth of 5 feet below the existing surface of the pavers. The borings were drilled in August 2004. The borings were placed in locations near areas where vertical movements have occurred and near locations where no vertical movements have appeared to occur. In addition, the existing pavers and concrete were cored at each of the boring locations to determine their thickness. Thickness results can be found on the boring logs. The soil samples obtained were sealed to preserve moisture and transported to our laboratory for further examination and testing. Approximate boring locations are shown on the Boring Location Diagrams, attached as Plates A.1 thruugh A.4. City of Coppell Rone Project No. 04-9130 September 13, 2004 Page 2 LABORATORY TESTING Laboratory testing on soil samples obtained included visual classification, moisture content determinations, Atterberg Limits tests and unconfined compression tests. The tests were performed in general accordance with applicable ASTM procedures. The laboratory test results are shown on the Logs of Boring enclosed (Plates A.5 through A.18). Plates A. 19 and A.20 describe nomenclature used on the bodng togs. SITE CONDITIONS Subsurface Conditions Based on available surface geology maps and the bodngs, the site appears to be located within alluvial/fluvial deposits associated with the Trinity River system, overlying the Eagle Ford Shale formation. Descriptions of the various strata and their approximate depths and thickness are shown on the boring logs. A brief description of the stratigraphy indicated by the bodng logs is given below. The paver thickness was about 2-¼ inches and the sand ~ayer beneath the pavers in 12 of the 14 bedngs was 1 to 2 inches thick. In the remaining two bodngs (Borings B-10 and B-13) no sand layer was encountered. The concrete encountered in the bodngs underlying the sand or pavers ranged in thickness from about 8 to 11 inches. The materials encountered in the bodngs beneath the concrete consisted of sandy clay fill, shaley clay and sandy clay. Our assessment of fill is based on visual examination of the samples. In nine of the borings sandy clay fill was encountered beneath the concrete to their termination depth of 5 feet. In the remaining five bodngs native sandy and shaley clays were encountered beneath the concrete to their termination depth of 5 feet. Groundwater Conditions The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater was not encountered during drilling, and these boreholes appeared to be dM upon completion of drilling. Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The risk of encountering groundwater is increased during and after periods of precipitation. ANALYSIS AND RECOMMENDATIONS Observations The following observations were made on the pavement sections where the bodngs were placed: · the pavers were about 2-½ inches in thickness and appear to be in good condition; · bedding sand between the pavers and concrete was found to be between 1 and 2 inches in thickness in 12 of the sections evaluated. In the other two sections bedding sand was not found between the pavers and concrete; · concrete beneath the bedding sand or pavers was found to be between 8 and 11 inches in thickness and appeared to be in good condition. However, in the core samples we obtained no reinfoming steel was encountered; Ci~ of Coppell Rone Proje~ No. 04-9130 Sep~mber13,2004 Page 3 the subgrade soils appeared to be in a relatively well compacted condition; however, in the samples we recovered from our bodngs there was no indication of pdor lime stabilization. (Cross section A-A, sheet 7 of 9, Project No. MA 02-03 dated April 7, 2004 prepared by The City of Coppell shows pavers followed by 2-inches of bedding sand and lO-inches of concrete base over lime-treated subgrade). Conclusions & Recommendations In summary, it appears that failures within the paver crosswalk areas were initiated by bedding sand loss. Loss of the bedding sand allowed pavers to be "jostled" by traffic resulting in damage and/or loss of pavers. Subsequently, repeated traffic allows the damage zone to extend to the perimeter pavement. Our analysis of the underlying concrete base indicates the section remained generally intact except in areas where prolonged exposure had resulted in unanticipated leading of the concrete base section. It was noted that the absence of lime-treatment of the concrete soil subgrade may have contributed to a general weakness of the overall section. Based on our observations and conclusions there are a number of repair alternatives available. Several of these alternatives are presented below for your review and consideration: · Since the existing section has performed adequately for almost 20 years, localized repair of failed zones may be considered as a suitable repair altemative. We understand color match has been an issue with prior spot repairs. In order to avoid color match issues we recommend complete removal of existing pavers from a selected intersection. The removed pavers may be replaced with new ones from a new production run and the removed pavers may be used as replacements for spot repairs at other paver repair zones. · Full removal of the pavedconcrete cross-section and replacement with flowable fill and stamped concrete. For this scenario, the pavers and the underlying concrete base course are completely removed exposing the soil subgrade. The soil subgrade should be inspected for soft spots and repaired to provide a suitable bearing surface. Flowable fill with a compressive strength of 75 to 150 psi may then be used to bring the subgrade to the desired bottom of pavement elevation. Concrete may then be placed for the surface pavement section and stamped at the surface with the desired pattern Pattern width may vary to accommodate specific intersection criteria. Concrete may be colored or painted to attain the desired architectural effect. · Full removal of the paver/concrete cross-section and replacement with engineered fill and stamped concrete. For this scenario, the pavers and the underlying concrete base course are completely removed exposing the soil subgrade. The subgrade should then be scadfied and compacted to 95 to 100 of the materials maximum standard Proctor dry density (ASTM D698) at a moisture content of optimum to +4 percent for clays and sandy clays. Clayey sands should be compacted in a similar fashion at a workable moisture content of +/- 2 percent of optimum. Engineered fill may then be used to bring the subgrade to the desired bottom of pavement elevation. Engineered fill may consist of select fill or processed native clay, sandy clay or clayey sand. Select fiji should consist of a sandy clay or clayey sand with a liquid limit less than 35 and plasticity index between 5 and 15. The fill should be placed in loose lifts less than 10 inches thick, and compacted to a minimum of 95 percent of the material's maximum standard Proctor dry density. The moisture conlent of the select fill should be within 2 percentage points of the optimum moisture content as determined by the standard Proctor test. City of Coppell Rone Project No. 04-9130 September 13, 2004 Page 4 Native clay, sandy clay and/or clayey sand may also be used as engineered fill. Native materials should be tested by Rone to verify they are suitable for use as engineered fill. In the event they are found to exhibit unfavorable characteristics, it may be necessary to stabilize the materials with cement or lime. We would anticipate 6 to 8 percent of lime or cement may be necessary for this purpose. Lime or cement series tests may be performed at the time of construction to determine percentages required. Native soils used as engineered fill should be moisture conditioned and compacted as described above. Concrete may then be placed for the surface pavement section and stamped at the surface with the desired pattern. Pattern width may vary to accommodate specific intersection criteria. GENERAL COMMENTS The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. This report has been prepared for the exclusive use of the City of Coppell and their designated agents for specific application to design of this project. Services were provided using the degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No warranty, expressed or implied, is made or intended. Thank you for the opportunity to provide services to you for this project. Please call if you have any questions regarding this letter. Respectfully submitted, · Robed D. A~stmng Jr,, P.E. Project Engineer Boring Location Diagram (Plates A.1 through A.4) Log of Borings (Plate A.5 through A.18) Unified Soil Classification System (Plate A. 19) Key to Symriols Used On Boring Log (Plate A.20) Enclosures: ark D. Gray, Vice President BETHEL sCHOOL RD. r PRIVATEDR. t B-2 RIVERCHASE DR. BORING LOCATION DIAGRAM FILIENAJ~F: Ro?~e ~gineers Ltd. PAVER EVALUATION Mac. ARTHUR BOULEVARD ~EWSeD BY: ~^T~: COPPELL, TEXAS Bo~ing No [Pr°lect N°' I B-1 04-9130 Locallon n.b. MacArthur~Riverchase Completion Date 8-10-04 Surface Elevation Proje¢l Paver Evalution MacArthur Boulevard Coppell~ Texas Water Observations Groundwater seepage was not observed while drilling, and the borehole appeared dry at completion. Type Auger Stratum Description PAVESTONrE. 25" thick SAND. 2" Ihick. CONCRETE, 10.5" thick. FILL SANDY CLAY, gray and reddish brown, w/limestone fragments Firm to soft LOG OF BORING NO. B=I Plate A.5 FProject No ~Boring ~o. 2 ~4-9130 - , Locai~bT Ls.b. MacArthur~Riverchase Completion Completion Deplh 5.0~ Date 8-10-04 Paver Evalution MacArtbur Boulevard Coppell~ Texas Water Observations Groundwater seepage was not observed while drilling, and the borehole appeared dry at completion. Auger Surface Elevation Type Stratum Description PAVESTONFE, 25" thick 0.5 0¸5 SAND, 2" thick CONCRETE, 10" ~hick. FILL SANDY CLAY, dark brown and reddish brown. Soft. B-2 Plate A.6 Major Divisions Grp. Typical Names Laboratory Classification Criteria Sym. ~ ~, Well-graded gravels, gravel- ~ --~ c~ GW sand mixtures, little or no ~ - greater than 4: Cc= ........ between 1 and 3 · -~ ~ o fines ~ ~'~ o,o x Dso ~ ._~ Poorly graded gravels, g~vel ~ ~ · ~ GP sand mi~ures, li~]e or no ~ ~ m ~ Not meeting all gradation requirements for GW ~ ~ ~ ~ fines ~ ~ Liquid and Plastic limits o ~ Si~ty gravels, gravel-sand-silt ~ ~ ~ below "A" line or P.I. o ~ GM '- Liquid and plastic limits ~ ~ ~ ~ m ~ ~[xfures ~ ~ ~ ~ ~ grea/ertha~4 plo~i~gi, hatchedzoRe ~ w ~ ~ o ~ ~ ~ ~ Liquid and Plastic limits o - ~ > ~ Clayey g~vels, gravel-sand- '~ ~ ~ ~ ~ requiring use of dual ~ ~ GC c d ~ ~ e a~ve "A" line with P.I. ~ ~ ~ ~ ~ clay mixtures ~ Z~ : .c symbols ~ ~ ~ ~ c ~ ~ greater than 7 $ .~ =~ ~ ~e SW Well-grad~ sands, gravelly ~ ~ c =~S (D3o)~ ~ ~ ~ ~ e Poorly graded sands; ~ ~ ': --c ~ '~ o ~ SP gravelly sands, Ii,leer no = ~ ~ _ c ~ c · Not meeting all gradation requirements for SW o z ~ ~ below "A" line or Pl. less Liquid and plastic limits m 5 Liquid and Plastic limits o c o SM Silty sands, sand-silt mi~ures ~ ~ ~ ~ m ~ E [~ ~ ~ ~ than4 plo~i~g be~een4and7 ~~'- ~ ~ ~ c ~ J ~ ~ are borderline cases ~ ~ ~ ~ ~ Liquid and Plastic limits requiring use of dual ~ ~ '~ Clayey sands, sand-c~ay ~ ~ SC mixtures · [.~ above "A" line with P.I. symbols ~ greater than 7 Inorganic silts and ve~ fine sands, rock flour, silty or ~ ML clayey fine sands, or clayey c silts with slight plasfici~ .~ ~ Inorganic clays of Iow to ~[ ~/ r ~ ~ _ e CL medium plastici~, gravelty o° were '= :lays, sandy clays, sil~ c~ays, ~ ~o ~= = and lean clays ~ ~ ~ eL Organic silts and organic sil~ ~ ~ clays of Iow plastici~ ~30 ~ ~ Inorganic siEs, mi~ceous or ~ ~5 .e ~c MH diatomaceous fine sandy or ;~ ,~ OHaldMH ~ '~ ~ ~ m sil~ soils, elastic silts ~ ~ o ~ ~ CH Inorganic clays of high CL / ' I ~ ~ ~ plastici~, fat days ~ ~ Organic clays of medium to 0 ~ ~ OH h~gh plasticity, organic silts 0 10 20 30 4D 50 60 70 80 90 100 ~ m = Peat and other highly organic = ~ ~ P( Plasticity Cha~ O soils UNIFIED SOIL C~SSIFICATION SYSTEM P~TE A.i9 / ,,~ OH ar d I~H / ~. ~['~ MLa,dOL OR ROCK TYPE,' ~-'~.oie GRAVEL · · . SAND SILT LEAN CLAY -- SANDY SILTY CLAYEY Auger Spoon Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL No Fine Grained Soils (More than 50% Passing NO. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1,5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on NO. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (bJows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% .-. Over 50 Very Dense 90 to 100% Soil Structure Salcareous Slickensided Laminated Fissured Interbedded Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Poorly Cemented or Friable Cemented Degree of Weathering Unweathered ~,g htly Weathered athered P-xtremely Weathered Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched with knife Easily crumbled Bound together by chemicarly precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementin~l materials. Reck in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.20 SECTION 8 COUNCIL RESOLUTION T H E C I T Y 0 F COPP-ELL A RESOLUTION OF THE CITY OF COPPELL, TEXAS RESOLUTION NO. ~0~'"~ 0 ~0~, / A RESOLUTION OF THE CITY OF COPPELL, TEXAS, AUTHORIZING THE CITY ENGINEER, IN CONJUNCTION WITH THE CONTRACTOR, TO DESIGNATE MACARTHUR BOULEVARD FROM SOUTH OF BETHEL SCHOOL ROAD TO NORTH OF SAMUEL BOULEVARD, ONE-LANE OF TRAFFIC EACH DIRECTION DURING THE PERIOD OF CONSTRUCTION ON MACARTHUR BOULEVARD AT VARIOUS LOCATIONS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, MacArthur Boulevard must undergo reconstruction in various locations in the near fuVdre; and WItEREAS, during the period of said reconstruction, traffic will be impaired; and WHEREAS, staff believes that such reconstruction would be safer if the City Engineer, in conjunction with the Contractor authorized to perform such reconstruction, is permitted to make MacArthur Boulevard one-lane of traffic each way during the period of reconstruction; and WHEREAS, after consideration the City Council has determined that it would be ha the best interest of the City and its citizens to provide for a safer reconstruction process by permitting MacArthur Boulevard to become one-lane of traffic each way during the period of construction; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That the City Engineer, in conjunction with the Contractor for the MacArthur Boulevard reconstruction, is hereby authorized to undertake the necessary steps to designate MacArthur Boulevard one-lane of traffic each direction at various locations, from south of Bethel School Road to north of Samuel Boulevard, during the period of reconstruction. SECTION 2. That the traffic engineer is authorized and directed to erect signs and official traffic control devices as is necessary to give notice as provided herein. SECTION 3. That this Resolution shall t~e effect immediately from and after its passage as the law and charter in such cases provide. DULY PASSED by the City Council of the City o£Coppell, Texas, this the l~i~ day of ~r'~ ~, 2005. DOU~(~LAS N~, TOVER, MAYOR ATTEST: LIBBY BAL~tI2ITY ~'ECRETARY