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