Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
MA0405-CN050520
T H E •C 1 T Y • OF COPPELL , ,_:,,,. ...4, * 4' x , a q A S 1 CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Brick Paver Replacement Program Project # MA 04/05 Bid No. Q- 0405 -02 FOR THE CITY OF COPPELL ""�`� " \ �` � ° j A r il KLNN£TH M. GRIPrIN / 2005 � � 62480 ' �:, " eg' .. ,p,c_ ' .V "�` " : �" 1 ri i, 4.19-5 • E i , , e ex v■ ‘\\ e._ . U P l c\ ( rc-(--CL CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: Brick Paver Replacement Program # MA 04/05 CONTRACTOR: Pavement Services Corp. OWNER: City of Coppell CHANGE ORDER NO.: One (1) DATE: July 11, 2005 ADD: Item Description Quantity Unit Unit Price Total A -5 8" Stamped Concrete 28 SY $108 $3,024 Total Revision to Contract Amount $3,024 Previous contract amount $247,571 Net increase in contract amount $3,024 Revised contract amount $250,595 Net increase in contract time of completion N/A Revised Contract time of completion N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. ?4,,,, 'l • 1 Z • S Recommended y City Engineer Date Accept y City Date 2 / °s/ A_ -ed to .y Contractor Date 1 ✓�, , TABLE OF CONTENTS Section 1 - Section 2 - Section 3 - Section 4 - Section 5 - Section 6 - Section 7 - Section 8 - Section 9 - Bidding Documents 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 Plans 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 9-1 SECTION 1 BIDDING DOCUMENTS T H £ C I T Y 0 F COPP-ELL NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of the Brick Paver Replacement Program - Project # MA 04/05. 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 Brick Paver Replacement Program - Project # MA 04/05 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 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-0405-02 designated clearly on the exterior of the bid envelope. Included with the bid there should be a completed Bid Affidavit and a Proposal Guaranty per Item 1.5 of the NCTCOG's Standard Specifications for Public Works Construction. A Pre-Bid Conference has been scheduled for this project at the Coppell Town Center, 255 Parkway Boulevard, at 2:00 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 BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANG1BLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas latest addition, as prepared by the NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one 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 word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. Scope of Work This work shall consist of crosswalk improvements in various intersections located along MacArthur Boulevard. The project can be bid as Stamped Concrete Pavement (Alternate 'A') or as Stamped Asphalt Pavement (Alternate 'B'). The City reserves the right to award the project as either stamped concrete or stamped asphalt, regardless of price. Alternate 'A' shall consist of the removal of the existing brick pavers and underlying concrete pavement and the installation 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 underly/ng concrete pavement and the installation 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. The city has a specified amount of funding for the project and reserves the right to award all of the intersections or any combination thereof as part of this project. The bid will be reduced by the quantity shown on the plan sheets for any intersection that is not awarded. l-5 Bidding Documents Copies of Bidding Docu merits. 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: ^) No bidding documents will be issued later than two (2) days prior to the bid opening date. 3.2 3.3 B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $15.00 per set. c) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience. The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment. The Bidder shall provide a list of equipment, which will be used on this project. 1-6 Bidding Documents 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. 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 performing the work. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be finaocially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor. Examination of Contract Documents and Site. Access to the site shall be from 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, perfom~ance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of ail conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 1- 7 Bidding Documents 6.2 6.3 6.4 6.5 6.6 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might other, vise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. On request in advance, Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions upon completion of such explorations. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract documents. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Interpretations and addenda. All questions about the meaning or intent of the Contract Documents are to be directed to 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 1-8 Bidding Documents 7.2 8.2 8.3 8.4. o by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. Contract Time. The time for completion in calendar days should be included on the Bid Form in the space provided. Completion time will be a strong factor in the award of this project. Ail 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 not that regardless of time bid on the project, 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 of the 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 Coppell 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. Liquidated Damages. A) 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, up to August 12, 2005; and one thousand dollars ($1000) per day for any school day in which any lane along MacArthur is closed. Because this work will greatly impact traffic flow, the City will provide bonus pay as follows: Work Completed in 60 74 Calendar Days - No Bonus Work Completed in 50 60 Calendar Days - $2,000 Bonus 1-9 Bidding Documents Work Completed in 40 - 50 Calendar Days - $5,000 Bonus Work Completed in less than 40 Calendar Days - $10,000 Bonus For purposes of this Bonus Award - Work Completed means work is substantially complete and MacArthur Blvd. and all side streets are open to traffic. Minor clean- up that does not impact traffic flow will not negate the award of a bonus. 10. Substitute or "Or-Equal" Items. 11. 11.1 11.2 12. 12.1 The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. Subcontractors, Suppliers, and Others. If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. if the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against who Contractor has reasonable objection. Bid Proposal. Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a l- 10 Bidding Documents 12.2 quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By 13. 14. 15. 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 po~ver 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 attomey-in-fact, there shall he attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 2:00 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-0405-02 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of the: Brick Paver Replacement Program - Project # M,,I 04/05 on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. I- i I Bidding Documents 16. 16.1 16.2 17. 18. 19. 19.1 19.2 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 Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, completion time, and other 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. 1-12 B itMing Documents 19.3 19.4 19.5 19.6 20. 21. 22. 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 prescribed time. If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the date of the Bid opening. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Contractor shall commence work within ten (10) calendar days after the date of Notice to Proceed. 1-13 Bidding Documents 24. 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 mater/als 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. 25. 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 temps, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the Owner. 27. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of Owner. 28. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 29. Maintenance Bond. The Contractor shall provide a two-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 1-14 Bidding Documents PROJECT IDEXT ~ CAI It)N; BID FORM Brick Pa,,er P. eplacemcnt Program Project X MA 04,05 in Coppeil. Texas Pavement, liervices Co~ (NA,¥IE OE EiRM) ][) :\TE 4-26-05 City of CoppelI (hereinafter called OWNER) co Purchasing Agent 255 ParkTvay Boulevard PO 9478 Coppell, Texas 75019 CITS I OF COPPELL BID NO: Q-0405-02 The undersigned BIDDER proposes and a~ees, if this Bid ts accepted, to enter into an %n-eement u, ith OVv%'ER in the form included in the Contract Documents to pertbnn and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents BgDDER accepts ali of the temas and conditions of the Advertisement or Notice to Bidders and instructions to Bidders. This Bid ',viii remain subject to acceptance for mnety (90) days after the da.,,' of Bid opemng BIDDER w/II sign and submit the ,Agreement with other documents required by the Bidding Reqmrements within fifteen (15'1 days a2er tiao date oF OW'NEWs Notice of Award ' In submitting this Bid, BIDDER represents, as more :hlly set forth in the Agreement, that: (ai Date: R,_c d: BIDDER has examined copies of all the Biddina Documents and of tine tbllowing Addenda (receipt of all which is hereby acknowledged): (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 subsurt~ace 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. BDDER 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 senteuce, CONTRACTOR shall have full responsibility with respect to physical conditions in or rclating to such structures. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar infom~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 Documents. 1-16 Bidding Documents (g) (h) (i) BiDDER has given ENGIN~EER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENG1NTER is acceptable to BIDDER. This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or 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. 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. It is understood and agreed that the quantities of work to be done at unit prices and materials to be fumished 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 Document.s Brick Paver Replacement Program Project ~ MA 04,05 Alternate~A' Stamped Concrete Pavement - Uuit Price Bid Schedule item (juanttt} [~':n: j Dcscnprum and Price m Words Unit Total No I P~sce Price A-4 A 5 1428 99 SY SY Brick Paver Remo'~ aI Complete m Piacc Five --. Dollars and ~ma Cents per Squ~e Yard Concrete Pavement Removal Complete in Place T~enty- two Doi]ars and no Cents per Square Yard S" Concrete Pavement Complete in Place Sixty Dollars and no Cents per Square Yard. 8" Stamped Concrete Complete in Place 011o h.ndr~[~l ei~h~ Dollars and no Cents per Squate Yard blcxible Base IT??e Compie',e ~n P!acc Nineteen Dollars alld no pc; ~quare Tlr& 85.00 822.00 $60. O0 $108. O0 $ 7 ~ 360. O0 $31,416.00 $ 5,940. O0 8142,992.00 819.00 822,667.00 Brick Pa,,er Replacement Program Project # MA 04,05 AIternate'A' Stamped ConcretePavcment - [;nit Price Bid Schedule [Lem k-9 60 Brick Paver Rcpiacemert[ Complete in Place I __Pighty- f ire Dollars per Square Yard [mplcmentatton of Traffic Control Plan Complete in Place ~.qJ x hundred Dollars and no Cents per Each Urait [):']ce $85.00 $600.00 Subgrade Failure Repair Complete in Place JEifty-ei~ht Dollars and no Cents per Cubic Yard. $58.00 ]Total I Price $4,930.00 $3~600.00 [ $3,480.00 TOTAL BID ITEMS AI~TEILNATE A-I thru A-9 T kNGIBLE PERSONAL PROPERTY COST S 67~516.00 Brick Pa~er Replacement Program Project # MA 04,05 A. lterna[e'B'-StampedAsphaltPa,~ement - Uoit Price Bid Schedule No B 2 1472 B-3 1428 B 4 99 I324 B-O 137_4 Description and Price in Wo~ds i Mobih/mon & Demohdizatior, ~ ( oran]ere m P~ace and rtL_ _ Cents per Euch. Brick Paver Remova! Complete in Place Five Doilars and no .__ Cents per Square Yard. Concrete Pavement Removal Complete in Place ~T~enty= two Dollars and no Cents , per Square Yard. S" Concrete Pavement Complete in Place xi×ty Dollars and no Cents per Square Yard. 2" Stamped Asphalt Complete in Place For fy- ~ol/~m __ Dollars and no Cents per Square Yard. 4" Tpe 'B' HMAC Complete m Place ~,,~ t y- tnao~__ Dollms and ~ .... Cents per Square Yard Unit Price S2,531.00 l'otal Price $15,186.00 $5.00 $7,360.00 $22.00 $60. O0 $5,940. O0 $47.00 $22.00 S62,228.00 S29,128.oo Brick Pa',er Replacement Program Project ~ ,\lternate 'B' - Stamped .Asphalt Pa,,ement - Unit Price Bid Schedule ~7 B~ B9 B-I0 1400 6 EA 60 Ch:' Description and Pr:ce in [ 'nit 'Fotal Pnce Pnce Flowable Backfirl Complete in Place T~entyzseven Dollars and no Cents per Square Yard Bnck Pa'~er Rep~ac::mcnt Complete in Place ~&glltx- five Dollars and ~_ Cents per Square Yard. Implementation o£Traffic Control Plan Complete in Place ~ hundred Dol)ars and nn Cents per Each. SLlbgrade Failure Repair Complete in Place ~{ ~:ty-,,ight Dollars and_ na Cents per Cubic Yard. $27.00 S85.00 S600.00 $58.00 S37,800.00 $3,600 $3,~BO TOT,XL BID ITEMS ,.\LI'ERNATE B-I thru B-10 T kN(JIBLE PERSON,.\L PROPERTY COST 201,068.00 BID Sk 5151 kl~.5' TO'iAi, PRi('E klternate'.A'StampedConc~ete p xement.,\ i th~uA-0 $~z~.xT~ ¢m .__ (.',Al EN D.,kR 60 Alternate 'B' Stamped Asphalt Pavement B-ItntB-10S ?m.o~a_oo ~vord£: ~.,n hnndred one thousand sLxt¥-eight dollars and no cents. 6O BIDDER a~ees that ail \Vo[k a~\aMed u,i][ bc completed v, ithm ,so Calendar F)ay$ (ont~acttmnev.]llcommence ho run as Dro~Med in the ('ontract Documents ~' ' ~ lc address of BIDDER indicated (-Tonm~unicalions conce~im~ this Bid s,,~iI be addressed tn *t ' on the applicable s~namrc pa~e. 9 BIDDER LU~dcrstav, ds [hat the Ou. ner ~s exempl flora State I_inme:d Sales and [!sc Tax on t:_m,t,.ible pcrsonaI propcn,y to be mcoq~oialcd rolo the project Said laxes are not included ~n l 0 The temps used in tMs ~3id v,,'hich arc det~ned m thc Genera! Conditions of thc Constmc[ion C'on{mct mcIudcd as pax of the Contract Documents have thc meanings assibmed to them in thc Oenera~ Conditions The City of Coppel] resem es the r~ght to delete any pod:on of this project as it may deem necessaO, to stay ~viGm the City's available ~nds ShouId the Clty dect to delete any pomon, the contract quantities will be adjusted accordingly SUBMITTED ON Signature: BID AFFIDAVIT D~e undei'sigmed certifies thaL ~lae hid p~Jccs contained m tips bid havo been carefully rexiewed anti are submitted as co.oct and final Bidder [hrthcr cctRifies and a~'ees to furnish any an&or ali commodities upon ~hich prices arc cx~cnded a~ ~he price offered, and upon dm conditions contained mthcSpccd]cahonsofthcln~dationto~d Thepenodofacceptanccof'fl~isbidwillbemnety(90) calendar days from the date of the bid opening. STATE OF Texas MF', the undcrsi~]ed authority, a Nota:y Public in and .for the State oF T~as Name dMy s~o~, did depose m~d say: 1, f}'lO r~l~5 .~ am a duly authorized office,'agent e~,'{ ~_ 0,' [~ _ and have been duly authorized to execute the N~e of Firm ~ ' Name of Fhm _C OI,.'NT'¥' OF._~arrant _BEFORE_ ., on this day' I hereby certi£y that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same Iine of business prior to the official opening of this bid. Further, I certify that the Bidder is not no,.,,', nor has been for the past six (6) months, directly or indirectly concerned in any pool, agTeement or combination thereof, to control the price of services/ commodities bid on, or to influence an}' mdividualts) to bid or not to bid thereon." Name and Address of'Bidder: Pavement Services Corp._ 6000 Tarrant gain Rd, Euless, TX 760~0 Telephone: (8~ Thle: President ) 5't*0 -0652 b}:_ anthnny Givens _Signature: ~~/.[_ s _7 scr i s AxD swORX to he,Ute me the If'BIDDER IS: ,An Individual (Indf'. idual's Name) doing business as Business address (Seal) A Partnership ...... Phone No. (Seal) (I-inn Name) (General Partner) Business address Phone No. (State of h~cou>oratlon) By' ~ntho~ny Givens President (Corporate Seal Attest Business address (Name of person authorized to sign) (Title) //7,? (SecretaDO / 4000 Tarrang~ Main, Euless,TX 76060 A Joint Ve.ture Phone No. 817-5&o-o652 (Name) (Address) [Name) (Address) (Each imm ,.enmre must sign File manner of' s~gnlng fbr cacil mdn ldual, pa',tncrship and corporation that ~s a paine; to PREVAILING WAGE RATES Air Tool Operator ................................ 9.00 Asphalt Raker .................................. 9.55 Asphalt Shoveler ................................ 8.80 Batching Plant Weigher ...................... 11.51 Carpenter ....................................... 10.30 Concrete Finisher-Paving ...................... 10.50 Concrete Finisher Structures .................. 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 Mcchanic ....................................... 12.68 Oiler ............................................ 10.17 Servicer ........................................... 9.41 Painter*Structures ............................... 11.00 Pipc 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 ............... I0.42 Concrete Paving Joint Sealer .................. 9.00 Truck Driver Lowboy/Float ................... 10.44 Track Driver-Transit Mix ...................... 9.47 Truck 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, Clamshell, Backhoe, Derrick, Dragline, Shovel ........................... 11.04 Fonndation Drill Operator Crawler Monnted ..... 10.00 Foundation Drill Operator Truck Mounted ....... 11,83 Front End Loader ..................................... 9.96 Milling Machine Operator ........................... 8.62 Mixer ................................................. 10.30 Motor Grader Operator Fine Grade ............... 11.97 Motor Grade Operator ............................... 10.96 Pavement Marking Machine ......................... 7,32 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 S'a'uctures ................ 13.31 Steel Worker- Strnctural ........................... 14.80 Spreader Box Operator .............................. 10.00 Work Zone Ban'icade ................................ 7.32 Truck Driver-Single Axle Light ..................... 8.965 Truck Driver-Single Axle Heavy .................... 9.02 Track Driver -Tandem Axle Semi Trailer ......... 8.77 - I 26 Bid~fing Documena SECTION 2 CONTRA CT DOCUMENTS T H E C I T Y 0 F COPPELL q STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the ~' "~ day of year 2005 by and between the CITY OF COPPELL~ TEXAS, in the a municipal corporation (hereina~er called OWNER) and Pavement Services Corp. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of crosswalk improvements in various intersections located along MacArthur Boulevard. The project can be bid as Stamped Concrete Pavement (Alternate 'A') or as Stamped Asphalt Pavement (Alternate 'B'). The City reserves the right to award the project as either stamped concrete or stamped asphalt, regardless of price. Alternate'A' shall consist' of the removal of the existing brick pavers and underlying concrete pavement and the installation 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 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. The city has a specified amount of funding for the project and reserves the right to award all of the intersections or any combination thereof as part of this project. The bid will be reduced by the quantity shown on the plan sheets for any intersection that is not awarded. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Brick Paver Replacement Program Project # Ma 04/05 Bid No. Q-0405-02 2-2 Contract Documents Article 2. ENGINEER. The Project has been designed by the City of Coppell Engineering Department. Contract administration will be provided by the City of CoppelI 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 assignled 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 60 Calendar Days from the date when the Contract time cormnences to run as provided in Item 1.13 of the General Provisions, and completed and ready for finaI payment in accordance with Item 1.51 of the General Provisions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the time specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for 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. 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 $ 247~571.00. The total tangible personal property cost included in the contract sum is $ 67,516.00. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 1.5l of the General Pruvisions. 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 2-3 Contract Documents established in Item 1.5 1 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52 of the General Provisions. 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4. Article 6. INTEREST. No interest shall evcr 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 l[tem 1.3 of the General Provisions, and accepts the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 1.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewcd 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 2-4 Contract Documer~ts Contract Price, within the Contract time and in accordance with the other tcrms and conditions of the Contract Documents, including specifically the provisions of Items 1.3, 1.20 and 1.21 of the Gencral 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 I: General Provisions (pages 3-2 thru 3-10). 8,'7. Specifications bearing the title: "Construction Specifications and Contract Documents for "Brick Paver Replacement Program - Project # MA 04/05 for the City of Coppell". 8.8. Drawings entitled: "Brick Paver Replacement Program - Project # MA 04/05 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. 2-5 Contract Documents 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 1.37 and 1.38 of the General Provisions. 8.1 3. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherxvise above). 8. l 4. 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. 9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (expect to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal rcpresentatives 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 OWNER: City of Coppell 255 Parkway Boulevard Coppell, TX 75019 TITLE: ~im Witt, City Manager Address for givi~otices: P.O. Box 9478 Coppell, Texas 75019 Attn: Ken Griffin, P.E. Dir. of Engineering/Public Works ,2005. CONTRACTOR: Pavement Services Corp. 4000 Tarrant Main Rd. Euless, TX 76040 ATTEST: l~t'~'~'~ 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 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner With Certificate of Insurance which will be executed and bound here with final documents. 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 thc bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be 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 PERFORMANCE BOND BOND NO. 22753470 STATE OF TEXAS COUNTY Or DALLAS KNOW ALL MEN BY THESE PRESENTS: That PAVEMENT SERVICES, CORPORATION whose address iS 4000 TARRANT MAIN ST F[TLESS. TX 2[-040 -721 hereinafter called Principal, and WESTERN SURETY COMPANY , a corporation organized and existing under the laws of the State of SOUTH DAKOTA , 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 TWO HUNDRED FORTY SEVEN THOUSAND FIVE HUNDRED SEVENTY ONE DOLLARS ($ 247,571.00 ) in lawful money of th United State t b pa i D C 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 24TH 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: Brick Paver Replacment Program Project # MA 04/05 Bid No. Q- 0405 -02 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 force and effect. 2 ° Contract Documents PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall Iie in Dallas County, Texas, AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas, The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent m Dallas County or Denton County to whom any requisite notices-may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 -1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 3 copies, each one of which shall be deemed an original, this the 24 day of MAY 2005 PRINCIPAL SURETY By: S-'-e'66 ,S' 4.4_01 BY: IIINIMMIff Title: V 1 P 1 DE K7' Title: ATTORNEY I FACT ATTEST: 4- ATTEST: Resident Agent of the Surety in Dallas or Denton County, b'. , for delivery of notice and service of the process is: NAME: SWINGLE COLLINS AND ASSOCIATES ADDRESS: SUITE 600 13760 NOEL RD 1DAr.r.nc, Tx 7524-0.. NOTE.' Date of Performance Bond must be date of Contract. If Resident Agent is not corporation, give person's name. Q � tv C04g y QO� 4- 'w Soul 2 -) ) Contract Documents MAY -24 -2005 TUE 12:20 PM FAX Na P. 02 WSC53O6 Page 1 of2 Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Sand No. 22753470 14rrnt AU Men By These Preaenta., that WESTRRN SIAM. CO}1PANY, a corporation duly organised and .aiating under the law* of the State of South Dakota. and having its ptinciria1 oire is Sion' Tulle. 80 17akot4 (the'Comlrany"), doer by t proaenta matte, constitute and appoint I .r, •• i rtcr ]. e , Jr. , _� ��,.`., its true .mI lawful ■tiurney(e) -fuel, with full power rod authority hereby conferred, to arecute, acktiowledge end deliver for and an lLs bfht,lf as Surety, Notts for: Principal: Pavement Services Corporation Obligee: City of CoppE_11 Amount: $297, 571.00 and to bind the Company thereby u fully stud to the same extent as if such bond* were signed by th.1 xaeutiw Vice Pte lcienc, *wiled with the corporate peat of the Company and duly aliened by ice f ecretary, hereby retifyink' and confirming all that the said atteroey(s )-in -fact may do within the above stated limitations. Said appointment it mods under and by authority of the following bylaw of Western Surety Company which retoaivas in full force and ar'lert. 'Section 7, All bends, pt/lieiaa, undertakings, Powers of Attorney or Other abtigttiane of the corporation shall bit exseuted in the corporate tome of the Company by the President, Secretary. any Assistant Secretary, T4seaurer, or any Vice President Of by such other offteers ms the Board df Director■ grimy euthornre. The President, my rut President, (secretary. any Aealitant Secretary, or the Tov,bsuirtr easy Appoint Attorneys in fr'net Or agent~ who e1411 have authority t, iesu a bonds, pohcietl, M undertakings in the name of the Company, The txrtporate seal is not n,Dteteety dun the Validity of any bonds, politiin, undertAkings, rowan of Attwratcy or other obligations of the corporation. The signature of any in affront and the t:arporite seal may he printed by forairaile.• 2 t41) eltrfihornyhereby conferred Atoll expire Rini terminate, without notice, unless steed before *midnight of 1 t 24 U) , but until much time .hall be int-vocable and in full fume and affect in Witness Whereof, Written-4 Surety Cornp■n_y has caused these presents to be tigna by its Executive Vistas President, Stephen T Polk stulAApagemte seal to beaflriued this , _ r9s:gt day of Y.. , 2005.. WEST811 SURETY COM NY $":4 ' �okETY C°, W sOATE �� n� t- OQ` =� �' ®� ^t ben T. Pare. executive Vice President &T AO S OUTH Ot A ea cot/ el/ 4 A1' A 5 on 'Ain - % 4 t. h day of . - t•11 _y ilia year ,.,. -2 005 , bfom me , a notary public, pererinally eppoared Stephen T. Feta, who bent to ere duly meern, eekrtowJetlged that he signed the shove Power of as the aforesaid officer of WFS`TRRN SURrrY COMPANY and acknowledged maid bell-meat to he the voluntary ant and deed of id cnr Potation log) KRELL tetttu tet,tc ow". Publi - &nth 1) tic ti foam I�ttltQrit i<�vwvtir+wa..wrt.w..w• i My Commission Eliploss Nov.mtsaf O. zoos the undersigned officer of Western Surety Company, a Steak corporation of the Stoat of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect. and is irrnwveabla, sea furthermore, that Section i of the bytawr of the Company is aft forth in the Power of Attorney is now in forte. In testimony whereof,1 hay* Q l nnntn act my hand sod anal of Western Surety Campsny thin 2 4 t 11 - „ dety of May WESTER S 1RETY CQM NY - 77 ben T. Pala, Eua4uth1e V1QS President rstm F510047001 1-,ttru•/linnnutoll r•nnovirr'iv rirt /crrvle.14RirlT ,into7R)RM= RitzhtFradmle 5/24/2005 PAYMENT BOND BOND NO. 22753470 STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY ' 'HESE PRESENTS: That PAVEMENT SERVICES, CORPORATION whose address is 4886 : ; ; _ ►o u e ► _ hereinafter called Principal, and _ P � WESTERN St jgRTY C'C)MPANY , a corporation organized and existing under the laws of the State of _DAxQ`rA , and fully `licensed to transact business in the State of Texas as Surety, are held and .firmly bound unto the CITY Or COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Beneficiary ", in the penal sum of TWO HUNDRED FORTY SEVEN THOUSAND FIVE HUNDRED SEVENTY ONE DOLLARS ($ 247, 571.00 ) 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 Agreernent 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 74TH 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: Brick Paver Replacement Program Project # MA 04/05 Bid No. Q- 0405 -02 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 tune, 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 Conn -oct Documerus the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19 - of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 3 copies, each one of which shall be deemed an original, this the 24TJ -iday of MAY , 2005. PRINCIPAL SURETY i 7 WEST'. - 1 :`� C� PANY m o BY: D O.t)hI) By: Title: \f E- S i D6 ,J / Title: ATTORNEY FACT ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: SWINGLE COLLINS AND. ASSOCIATES ADDRESS: 13760 NOEL RD SUITE 600 DALLAS, TX 75240 NOTE: Date of Performance Bond must be date of Contract. 1f Resident Agent is not a corporation, give a person's name, OTY eaft i ORATE 9y c Sy,A SOUTH OP 2-13 Contract Documents MAY -24 -2005 TUE 12:20 PM FAX N0, P, 02 WSC5306 Page 1 of 2 Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No. 22753470 19.13VW All Mara By These Present*, that WESTERN SURETY COMPANY, a corporation duly orta isrd and mating under the lowed the State of s utb Dakota, and having its ptincipel of it in Sioux Frule, South Dakota (the "Company"), chew by du*: proatrnt* melte. constitute and appoint :: nib .`- ?1 i o :+ c; T7' . its true awed /Awful ■ttornuy(xNn -fsct, with full power rnd authority hereby conferred, to execute, a*nowtedo a.nd deliver for and err its bthwlf art Surety, )crude for; Principal: ?avc•ment Services Corporation Obligee: City of Coppe11 Amount: $247,571.00 and to bind the Company thereby as fully and to the same extent as if such bond* were signed by tiro Executive Vice Preaidtnc, mated with the corporate Peat of the tompany and duly sawed by itx Secretary, hereby ratifying and confirming all that the said sttarney(e) -in -fist may dry within the above ateted limitations,. Said appointment ix made under turd ay authority of the fallowing bylaw of W,rarern.Urety Company which retrain in full force and affect. 'Section 70 All hands, policies, undertakings, Powers Of Attorney or Other obligation* of the corporation 'hall be executed in the corporate name of the Company by thrr President, Secretary, any Aaatatant Secretary, Trans* rer, or any Vion President or by much tstber officers ea the t1;r and pf Direction may authorize. The President, any View President, Secretary. any J Lamittant Seoretary, or the Treasurer may appoint Attorney@ in Fa<ex or *gents who shall hires authority tee incur bond &, polie"ren, or undertekinga in the name of the Company. The corporate anal is not emery fur the validity of any bends, polities, undertaking*, Poona of Atwrney or other obligations of the corporation, The earnature at any Duch officer s nd the raeporrie real may be printed by far imlla.' 1 U ) 1i1� Iuttunity hereby conferred shall expire end terminate, without notice, unless used before midnight of P u q S t 2 4 - ., but until much time 'hall be irra•vocrble enrl in full force and affect. In Wrtneae Whereof, Wmtern Surety Compel ha■ caused than presents to be signed by its Executive Vied President, Strrphen T. Pate, arul lig !realtzht Attired this ? '' day of Ma�I - - 4 6`;" * ;:?" c oSE T Y C0 A '� � WESTER SURETY COM. NT 1' ." ift, ,,0ATE 9 St r% , . f epltrr, T. Pate, Executive Virg! Pra *tdant . ▪ ,t * o ry'y S ClinO t •,p COU/I � On this 2 1 t. h a bf May , in the year, 2005 , haforc me, a notary public, personally appeared Stephen T. Pate, whr) being to in duly sworn, acLrrowlt that he eiv ied the above, Power of Attorney its the sfarsasid officer of WESTERN SURETY ent3PANY and acknowledged said instrument to he the voluntary act. and deed of r id corporation b, lCl1.l. f baltant 1 � u taryPublin South&Alcota 44kr.4 r....rati...4...,ww ;r..6.... 4 My C.ornimitalon Eapiraa November St, zoos 1 the undersigned officer of Western Surety Company, a stack corporation of the State of South Patata, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and 1urtbermorb, that Section ; of the bylaw& 4 the Company e# set forth in the Power of Attorney is Pow in foray. In to ntintony whereof,1 have hermitic, sort my and end seal or ;Romero Surety Company this _ 24 t h da or Mav 20O Y WESTER S ll;`ETY COO N Y hen T. Pate. Executive Vme President F; - ■ Itri F5300 7D01 htirl•/ /in„rNw,'4- r.n; iv nr.t /sr.rvI is/Bit1T,ine7F()RM- RiLhttFrarne 5/24/2005 MAY -24 -2005 TUE 12:20 PM FAX NO P. 02 WSC53O6 Page 1 of 2 Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond Nu. 22753470 1 AU MOM ay Then Primerrta, that WESTERN SURETY CO1MtPAN' , s corporation duly organised and .=iating under the ll++c a fst the State at South Dekots, and having its principal ofEce in Sioux Palle. Bot=tht I)*kat/ (the 'Company"), doesi by thou p4aa+4n4 maim, constitute avid appoint fin i.11 }k and lawful ■ttorney(a).in•fect, with full power and authority hereby conferred, to .ratute, eCkhowlnclire and deliver for and an its bthrlf et Surety, ti nets for: Principal_ Pavement Services Corporation Obligee: City of Coppt.11 • Amount: $24 571.00 and to laird the Company thereby ay fully and to the ramt extent as if such bands, were signed by the };x utivs Vice President, waled with the corporate oral of the t ompany and duly cheated by its teceetary, hereby rstiryin; sod confirming all that the said attorney(. } -in -fact mYy do within the above{ stated limitations, Said appointanent is mad* under and by authority of the fella Bing bytttw of Western $inety Company which remains in full force. and affect. 'Section 7, All hondr. palicitia, undertakings, Powers a1 Attorney or other tbliettiana of tea corporation 'hill be executed in the rrorparato nom* of the Company by the President, Secretary, any Assistant Secretary, Trineurar, or slay Vies President or by such other officers as the Board of Directors may &litho:in. The President, any Vice President, Secretary, any A**iatint Secretary, or the Treasurer may appoint d,tturneys in Factor agents who shalt have authority to Inoue bonds, policies, of undertakings in the name of the Company. The corporate soul is not natat*erry fur the eaunity of any bonds, polities, undertakings, Pawns of Attorney or other nhheationa of the corporation. The signature obf any such, °Mow and the corporate octal may be printed by farsira.11s.• Al�7trthctratyh.reby conferred shell expire and terminate, without notio., unlema need Wert ntidni ;ht Augi ; t 29 1 U - . , huL Until Mich time shall lye irrevocable earl in full fame clad effect. In Wi,tne a Whereof, Western Surety Cornp■ny has caused than premente to be signed by its Exonytive Vita ItirYDPdent, Sutphen T. Pate, anti i 1 p to seal to ha aftyrtutel this , h day of M �i 2 005 ,...., t 4Sit? YrI"y�rf 4� �;r t+ ray �r�. �y ,,•, y �,�;�• RET CO , - i��Gg1ER UFCETY COM NTY 5 � � s F ooQpR®TE 9< * A . ben 7, Pate, k,xecutiva� Vino President 4 ST , SOUTH IP 4"n COUN' A4WWER HA s. On t:hia - 24th dry t f , _Nla y , in the year_,. ? 005 before roe, a rotary public, perarmally appeared Stephen T, pia*, Who brim to me duly sworn, scknawledged that he eirnod the above rower of Attorney its the aforesaid officer of 1Wb,STRItl1 fxURET'Y COMPANY and acknowledged said instrument to he the voluntary act, and deed of id corporation, • D. KRELl. 1,5;ing:::=1,,c4R orary Puhlila . south Dakota i�r..r.wr•.�tir.+.....wr .►rr� e My Commission Expires November St, 2006 I. the undersigned officer of Western Surety Company, Y stick corporation of the State of south Dakota, do hereby acrtity that the atteched Power of Attnmey fa in full facer and affect and ix inane-16k, end furthermore, that G.rcriara i of the bylaws, of the Company se get forth in the power tsf Attorney is now in force. In testimony whereof, l have hrraunts get my hand liad anal of Western Sarmy Company this _ 21 1 . day of Mary 200 . WESTER ' S 1RETY COM IQY hen T. Patna, Executive lime President F■trm F53044 1111 rt•II; n rtnura *11 r•.1111g1 r >.t nr•.t /sr- .rvle.i /Rit1T,i n ?1•: ()RM= RjL11tFra1T1C 5/24/2005 MAINTENANCE BOND BOND NO. 22753470 STATE OF TEXAS COUNTY OF DALLAS KNOW ALL MEN BY THESE PRESENTS THAT PAVEMENT SERVICES, CORPORATION as Principal, and WESTERN SURETY COMPANY , a corporation organized under the laws of SOUTH DAKOTA , 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 TWO HUNDRED FbRTY SEVEN THOUSAND FIVE HUNDRED SEVENTY ONE Dollars and NO Cents ($ 247,571.00 ) for the payment of which sum will and truly he made unto said CITY OF COPPELL , d its said principal and ,w successors, Saiu kttttt�i�.►at and sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said PAVEMENT SERVICES, CORPORATION has this day entered into a written contract with the said CITY OF COPPELL to build and construct the Brick Paver Replacement Program - Project # MA 04105, which contract and the plans and specifications therein mentioned, adopted by the CITY OF COPPFT,T, are hereby expressly made a part thereof as through the same were written and embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstruction in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract, Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said CITY OF COPPELL shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be 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 PAVEMENT SERVICES, CORPORATION has caused these presents to be executed by and the said WFSTERN SURETY COMPANY has caused these presents to be executed by its Attorney in fact and the said Attorney in fact FRANK SWINGLE , has hereunto set his hand, the 24TH day of MAY , 2005. r PRINCIPAL SURETY WE' TERN, SU' r a PANY By: -- E0 b b ��.�' By: dam y Title: 10- jZ S l OE l■I Title: ATTORNEY IN FA■ WITNESS: ATTEST: 411 01,1. 0(4)V)tia--- NOTE. Date of Maintenance Bond must not be prior to date of Contract. y »PIETY 00+ La asOATE 9y -ouTH 0- 2-15 Contract Documents SECTION 3 S T.4ND,4RD SPECIFIC.4 TIONS SUPPLEMENT~4R Y CONDITIONS T H E C I T Y 0 F COPPELL 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 1N FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. PART h GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS ITEM 1.0 - DEHNITIONS. SC-I.O 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 Da,/: 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. Seventy- two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. ITEM 1.15 - SURETY BONDS SC-1.15 Add following sentence to Item 1.15 (A): "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year per/od." 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 following repons 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 ne~v 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 33 Standard Specifications Supplementary Conditions shall replace the utilities or service lines with the same type of original constmction, or better, at his own cost and expense. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract. ITEM 1.22 - CONTRACTORS RESPONSIBILITIES SC-1.22.5 Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor". ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC-1.24.2.1 Add the following new Item 1.24.2.1 immediately after Item 1.24.2: 1.24.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work be any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENG1NEER 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 3-4 Standard Specification~ Supplementary Conditions remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor. ITEM 1.26 - INSURANCE SC-1.26.6 Add the following new item: 1.26.6 If OWNER requests in ~vriting that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR. SC-1.26.7 Add the following new item: 1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. ITEM 1.27 - MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES SC-1.27.4 Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years". ITEM 1.32 - WORKING AREA~ COORDINATION WITH OTHER CONTRACTORS[ FINAL CLEANUP SC-1.32.1 Delete Item 1.32. I 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 controI can be established from 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 3~5 Standard Specifications Supplementary Conditions requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and the lines and grades given therein." ITEM 1.33 - OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC-1.33 Delete the last sentence of the second paragraph and substitute the following in lieu thereofi "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 MacArthur Blvd. to be closed dunng the school year will subject the contractor to a One thousand dollar ($Ii~)00) per day Liquidated Damages. Insert the following sentence at the end of the second paragraph of Item 1.33: "The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 1.36." ITEM 1.36 - DELAYS; EXTENSION OF TIME[ LIQUIDATED DAMAGES SC-1.36 Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time can not be made up by revising the sequence of the work of the project." 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. ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT SC-1.37 1.37.1 Amend the last sentence in Paragraph two ofltem 1.37.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 1.37.1. "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 3-6 Standard ,~]oeczfications Supplementa(y Conditions ITEM 1.49 - OWNER'S, EMPLOYEES OR AGENTS SC-1.49-2 Replace Item 1.49.2 with the following new paragraph: 1.49.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or tights 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 pement (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 S¢-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 coveting 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-flee purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of' paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). 3-7 Standard Specifications Supplementary Conditions Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, ~vhich are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. PART II: MATERIALS - DIVISION 2 MATERIALS ITEM 2.1.5 - TRENCH BACKFILL: ITEM 2.1.6 - ITEM 2.1.7 - (b) Types "B" and "C" (4) Additional Requirements (B) Additional Requirements for Type "C" backfill when used in streets: Insert the following paragraph at the beginning of this subsection: "All trench backfill shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, using mechanical compaction methods unless otherwise specified in the Plans. Water jetting may be used only with specific written permission of the Engineer." 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 "recommendations of the pipe manufacturer, and shall be approved by the Engineer". (b) Earth Bedding: Add the following sentence at the beginning of this paragraph: "Earth bedding will not be permitted without written approval of the Engineer." ITEM 2.2.2 - CHEMICAL ADMIXTURES: (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 Ili CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION ITEM 3.1.2 - CONSTRUCTION METHODS: Add the following sentence a~er the second sentence: The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer. ITEM 3.7.3 - DENSITY: Strike the first sentence and replace with the following: "Earth embedment and select material shall be compacted to between 95 percent and 100 percent of Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) pementage points above, optimum moisture content, using mechanical compaction methods, unless otherwise specified in the Plans or Specifications." PART 111 DIVISION 4 - SUBBASE AND BASE COURSES ITEM 4.8.4 - CONSTRUCTION METHODS: (b) Compaction Amend the last sentence of the first paragraph, by striking the words: "90 percent of the maximum dry density of such material." and replace with the words "95 percent of the maximum dry density of such material, or as directed by Engineer. PART III DIVISION 5 - PAVEMENT/SURFACE COURSES ITEM 5.8.2 - CONSTRUCTION METHODS: (e) Joints (1) Expansion Joints: Delete the first paragraph and replace with the following: "Expansion joints shall be installed perpendicularly to the surface and centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4-inch in width, and extended through curbs. Expansion joints are to be installed at each end of radius at street intersections. Expansion joints shall be equally spaced between intersections with not less than one every 200 linear feet of pavement, unless otherwise specified on the Plans or directed by the Engineer. 3-9 Standard Specifications Supplementary Conditions (C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the Engineer". (2) Contraction Joints. Delete the first sentence of the first paragraph and insert the following: "Contraction or dummy joints shall be sawed to 1-1/4 inches in depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend through curb, unless otherwise directed by the Engineer." (h) Finishing. (1) Machine. Add the following paragraph at the end of this subsection: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a fine mist, shall be used if water is needed for finishing operations." (2) Hand. Add a new paragraph after first paragraph which reads as follows: "Fog sprays powered by pressure pumps, and capable of covering the entire area of freshly placed concrete with a 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 Influenced by Vehicular Traffic. Amend the second sentence by striking the words "to a density comparable with adjacent undisturbed material" and replacing with "to a density between 95 percent and 100 percent Standard Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points above, optimum moisture content, unless otherwise specified in the Plans or directed by the Engineer." 3-10 Standard Specifications Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E C I T Y 0 [~ COPPEEL 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 Under~vriters 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 OccupationaI Safety and Health Administration Texas Accessibility Standards Americans with Disabilities Act Specific Project Requirements 1.1 1.2 1.3 1.4 1.5 1.6 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 of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be 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 p~ooperty shall be at the expressed approval of the ENGINEER only. PROJECT DESCRIPTION: This work shall consist of the installation of This work shall consist of crosswalk improvements in various intersections located along MacArthur Boulevard. The project can be bid as Stamped Concrete Pavement (Altemate 'A') or as Stamped Asphalt Pavement (Alternate 'B'). The City reserves the right to award the project as either stanlped concrete or stamped asphalt, regardless of price. Altemate 'A' shall consist of the removal of the existing brick pavers and underly/ng concrete pavement and the installation 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 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. The city has a specified amount of funding for the project and reserves the right to award all of the intersections or any combination thereof as part of this project. The bid will be reduced by the quantity shown on the plan sheets for any intersection that is not awarded. CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis of the definition set out in the General Conditions of Agreement. The calendar day count shall be suspended upon receipt by the Engineer of a written request for final inspection. The calendar day count shall resume upon receipt by the Contractor of a written list of items necessary to satisfactorily complete the project. This process shall continue until such time as the project is accepted by the Engineer, and the Owner. The 4-3 Specific Project Requirements 1.7 1.8 1.9 1.10 1.11 1.12 calendar day count will not be suspended or otherwise affected by use of completed portions or "substantial completion" of any of the project. SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, 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. SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross- sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractors' responsibility for his own quality assurance/quality control testing. 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. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for 4-4 Specific Project Requirements 1.13 1.14 1.15 any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees on the property that obstruct the installation of the improvements as outlined in this project. Penalty for destruction ora tree without permission shall be $500.00 each payable to the Owner. If damage is continuous, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders 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 mount 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 property 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, bamcades, lights, signs or any other precautionary measures required by law for the protection of persons or property under the 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 protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. 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, bamcades, signs, and lights, and other precautionary measures shall not cease until the project shall have been accepted. 4-5 Specific Project Requirements 1.17 1.18 If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by tailing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by tlre Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor ~vill 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 irmnediately 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. Ail 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 them from damage. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items which may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private properly, whether it is below ground or above ground, and he shall settle in total cost of all damage suits which may arise as a result of this operations. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction with the appropriate utility company DRAINAGE: The Contractor shall maintain adequate drainage at all times. PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 4-6 Spectfie Project Requirements 1.19 1.20 1.21 1.22 1.23 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 will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction shall be removed from the property. Any required burning and disposal permits shall be the sole responsibility of the Contractor. All excavated earth in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner. WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4- 7 Specific Project Requirements 1.1 1.2 1.3 1.4 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES GENERAL: Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. SHOP DRAWINGS: As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the variou~s_sections of these specifications, accompanied by letters of transmittal. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. PRODUCTDATA: Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. Manufacturers standard schematic drawing sand diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. SAMPLES: Provide samples as indicated in other parts of these specifications. CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4-8 Specific Project Requiretnents 4. Conformance with specifications. Coordinate each submittal with requirements of the work and of the Contract Documents. Begin no work which requires submittals until return of submittals with Engineer's review. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. Number of submittals required: I. For shop drawings and product data: Submit the number of copies which the contractor requires, plus four which will be retained by the Engineer. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier c. Manufacturer Identification of the product. Field dimensions, clearly identified as such. Relation to adjacent or critical features of the work or materials. Applicable standards, such as ASTM or Federal Specification numbers. Identification of deviations from Contract Documents. Identification of revisions on resubmittals. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and a\coordination of the information within the submittal with requirements of the work and of Contract Documents. Fabrication and erection drawings lists and schedules. Basis of design and design calculations signed and sealed by a registered professional engineer. Seal and signature of a register engineer on all structural submittals. 5. 6. 7. 8. 9. 10. 11. 12. 13. 4-9 Specific Project Requirements 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. Satisfactory shop drawings will be so designated and all sets, except four (4), retumed to the Contractor. Rejected shop drawings will be so designated and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. 1.7 RESUBMISSION REQUIREM~ENTS: Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: Review submittals with reasonable promptness. Affix stamp and initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. Return submittals to Contractor for distribution, or for resubmission. 4-10 Specific Project Requirements SECTION 5 DESCRIPTION OF PA Y ITEMS T H £ C I T Y 0 [~ COPPELL SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the contractor can fully understand the scope of work involved in the Pay Items. This project consists of crosswalk improvements in various intersections located along MacArthur Boulevard. The condition of the crosswalks in each intersection varies and many have been repaired with asphalt and/or other repair materials. It is the responsibility of the contractor to visit the various intersections to become familiar with the peculiarities of each intersection phor to bidding on the project. The City has an allotted amount of funding for the 2002 2005 brick paver replacement program. The funding may or may not be sufficient for the construction of all six intersections, so the intersections have been prioritized based on the condition of the crosswalks. The City reserves the right to award all of the intersections or any combination thereof as part of this project. The bid will be reduced by the quantity shown on the plan sheets for any intersection that is not awarded. The existing brick paver handicapped ramps shall remain in place and not be removed, altered, or disturbed as part of this project. 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) removal of spoils, asphalt and/or other repair material (b) repair of any damage to existing irrigation, lighting conduit, or traffic signal conduit, (c) sand bedding course (d) verification of existing utilities (e) repair of damage to any existing utilities, (f) repair or replacement of pavement markings or buttons, (g) replacement of any curb and gutter or pavement necessitated by removal or damage during construction, and (h) 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 types 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 in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Third Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Constmction - 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 5-2 Description of Pay Items (Ord. #94-643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. A geotechnical investigation consisting of 14 sample borings at vahous locations within the crosswalks was performed. A copy of the investigation is found in Section 7. ALTERNATE 'A' - Stamped Concrete Pavement 2.1 Pay Item # A-1,Mobilization and Demobilization This pay item shall consist of the mobilization and demobilization for the construction of the intersection improvements. It is anticipated that each intersection will be constructed in a minimum of two phases. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with each intersection. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.2 Pay Item # A-2, Brick Paver Removal This pay 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. 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 author/zed 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, at no additional cost. Measurement and Payment shall be made on the basis of the 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. 2.3 Pay Item # A-3, Concrete Pavement Removal & Disposal This pay 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 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. Removal of the concrete shalI be accomplished leaving a clean vertical side. Damaged vertical sides shall be resawed, removed, and replaced at the Contractor's expense. The limit of pay will be to the original saw line. The estimated length of the saw cut is shown on the plans for each intersection. The Contractor and the Owner's representative shall measure the concrete items prior to removal. 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. 5-3 Description of Pay Items 2.4 2.5 Measurement and Payment shall be made on the basis of the 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 # A-4, 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 'A' 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, j 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 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. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shalI be inclusive of all reinforcement steel, dowel bars, reinforcing 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. Pay Item # A-5, 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 Running 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. All concrete for construction shall be Class 'A' 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. 5~4 Description of Pay Items 2.6 2.7 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 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 reinfomement are subsidiary to this pay item. Work shall be in compliance with all applicable TxDOT specifications and NCTCOG Items 2.2 and 5.8. 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 is considered subsidiary to this pay item. Pay Item # Ao6, Flexible Base This pay 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 10" 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. Measurement and Payment shall be made on the basis of the 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 # A-7, Brick Paver Replacement This pay item shall consist of the installation of the Charcoal Holland Stone I pavers along the turn radii of the intersections. 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 shalI be saw cut and not chopped and shall be set on no more than 1" of clean sharp sand. 5-5 Description of Pay Items 2.8 Measurement and Payment shall be made on the basis of the 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 # A-8, 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 either for the entire length of the project, or on an intersection by intersection basis depending on the sequencing of work determined by the contractor. 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 ($ ! ,000) per day. The intersecting streets may be closed as follows: 1. Bethel School Road the west intersection of this road may be closed as needed so the crosswalk can be constructed in one (1) pour. Traffic shall be detoured to Condor Drive for access onto MacArthur Boulevard. 2. Condor Drive - the west intersection of this road may be closed as needed so the crosswalk can be constructed in one (1) pour. Traffic shall be detoured to Bethel School Road for access onto MacArthur Boulevard. The east intersection of this road can not be closed. One lane of traffic shall remain open at all times and the crosswalk constructed in two (2) pours. 3. Village Parkway South - the east intersection of this road may be closed as needed so the crosswalk can be constructed in one (1) pour. Village Parkway South and Village Parkway North may not be closed at the same time. 4. Parkway Boulevard - the west intersection of this road can not be closed. One lane of traffic in each direction shall remain open at all times and the crosswalk constructed in two (2) pours. 5. Village Parkway North the east intersection of this road may be closed as needed so the crosswalk can be constructed in one (1) pour. Village Parkway North and Village Parkway South may not be closed at the same time. 6. Samuel Boulevard - 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 (Village Drive) may be closed as needed so the crosswalk can be constructed in one (1) pour. 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. 5-6 Description of Pay Items 2.9 In addition to those devices required by the TMUTCD, the Contractor shall provide a message board at the north and south city limit lines on MacArthur Boulevard advising motorists of the lane closures and the anticipated dates of the closures (i.e. May 31, 2005 to August 12, 2005). These signs shall be placed at least 5 working days prior to the start of the project. Measurement and payment shall be on the basis of the price bid per each (EA) 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 throughout 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 #~AA-9, Subgrade Failure Repair This pay 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 in Pay Item A-6. The excavation and offsite disposal of the subgrade material, and the compaction of the remaining soil are subsidiary to this pay item. Work shall be in accordance with TxDOT Specifications Item 247. 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. Measurement and Payment shall be made on the basis of the price bid per cubic yard (CY) of flexible base and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. ALTERNATE 'B' Stamped Asphalt Pavement 2.10 Pay Item # B-I, Mobilization and Demobilization This pay item shall consist of the mobilization and demobilization for the construction of the intersection improvements. It is anticipated that each intersection will be constructed in a minimum of two phases. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with each intersection. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5- 7 Description of Pay Item s 2.11 2.12 2.13 Pay item # B-2, Brick Paver Removal This pay 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. 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, at no additional cost. Measurement and Payment shall be made on the basis of the 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 # B-3, Concrete Pavement Removal & Disposal This pay 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 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. 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 limit of pay will be to the original saw line. The estimated length of the saw cut is shown on the plans for each intersection. The Contractor and the Owner's representative shall measure the concrete items prior to removal. 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. Measurement and Payment shall be made on the basis of the 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 # B-4, 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 'A' 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 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 5-8 Description of Pay Items 2.14 2.15 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. Measurement and Payment shall be made on the basis of price bid per square yard (SY) and shall be inclusive of all reinforcement steel, dowel bars, reinforcing 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. Pay Item # B-5, 2" Stamped Asphalt This pay item shall consist of the installation of stamped asphalt in the crosswalks in the locations as shown in the plans. Two-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 out 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 I50E 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 I Accredited Street Print Installer, or an approved equal. Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing the surface course, the tack coat, the heating and imprinting of asphalt, the application of coating, and alt materials, tools, equipment, labor, and any other incidentals necessary to complete the work. Pay Item # B-6, Type "B" HMAC This pay 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 flexible base and compacted to the specified density. The surface of the cured flexible base shall be protected by the application of a prime coat. Work shall be in accordance with NCTCOG Items 2.t .2, 2.4 and 5.7. 5-9 Description of Pay Items Measurement and Payment shall be made on the basis of the price bid per square yard (SY) and shall be total compensation for furnishing the binder course, the prime coat, and all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.16 2.17 2.18 Pay Item # B-7, FIowable Backfill This pay item shall consist of the placement of 10" of Flowable Backfill. The flowable backfill shall meet the material requirements as set forth in NCTCOG Item 2.1.5 and shall have a minimum compressive strength of 400 psi after 28 days. The Contractor shall submit a copy of the mix design from the supplier to the Owner's representative. 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 and compacted to 95% standard proctor density at optimum moisture content + five (5) percent as determined by ASTM D698. The fiowable backfill header, the excavation and offsite disposal of the subgrade material, and the compaction of the remaining subgrade are subsidiary to this pay item. Measurement and Payment shall be made on the basis of the 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 # B-8, Brick Paver Replacement This pay item shall consist of the installation of the Charcoal Holland Stone I pavers along the turn radii of the intersections. The row ~vidth of the existing pavers varies from one (1) to two (2) to,vs. Quantities for the brick pavers are based on the installation of two (2) ro~vs 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. Measurement and Payment shall be made on the basis of the 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 # B-9, 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 Uniforn~ Traffic Control Devices (TMUTCD). This plan shall be prepared either for the entire length of the project, or on an intersection by intersection basis depending on the sequencing of work determined by the contractor. 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 am in place in accordance with the TMUTCD. If the Contractor begins pr/or 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 ($10,000) per day. The intersecting streets may be closed as follows: 5-10 Description of Pay Items 1. Bethel School Road - the west intersection of this road may be closed as needed so the crosswalk can be constructed in one (1) pour. Traffic shall be detoured to Condor Drive for access onto MacArthur Boulevard. 2. Condor Drive - the west intersection of this road may be closed as needed so the crosswalk can be constructed in one (1) pour. Traffic shall be detoured to Bethel School Road for access onto MacArthur Boulevard. The east intersection of this road can not be closed. One lane of traffic shall remain open at all times and the crosswalk constructed in two (2) pours. 3. Village Parkway South - the east intersection of this road may be closed as needed so the crosswalk can be constructed in one (1) pour. Village Parkway South and Village Parkway North may not be closed at the same time. 4. Parkway Boulevard - the west intersection of this road can not be closed. One lane of traffic in each direction shall remain open at all~iimes and the crosswalk constructed in two (2) pours. 5. Village Parkway North - the east intersection of this road may be closed as needed so the crosswalk can be constructed in one (1) pour. Village Parkway North and Village Parkway South may not be closed at the same time. 6. Samuel Boulevard - 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 (Village Drive) may be closed as needed so the crosswalk can be constructed in one (1) pour. 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. In addition to those devices required by the TMUTCD, the Contractor shall provide a message board at the north and south city limit lines on MacArthur Boulevard advising motorists of the lane closures and the anticipated dates of the closures (i.e. May 31, 2005 to August 12, 2005). These signs shall be placed at least 5 working days prior to the start of the project. Measurement and payment shall be on the basis of the price bid per each (EA) 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 throughout 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. 2.19 Pay Item # B-10, Subgrade Failure Repair This pay 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 5-11 Description of Pay Items subgrade up to the required elevation to allow for the placement of the 10" of flowable backfill in Pay Item B-7. The excavation and offsite disposal of the subgrade material, and the compaction of the re~naining soil are subsidiary to this pay item. Work shall be in accordance with TxDOT Specifications Item 247. Flowable backfill may be substituted for the flexible base at no additional expense to the Owner. The Contractor shall submit a copy of the mix design from the supplier to the Owner's representative. Measurement and Payment shall be made on the basis of the price bid per cubic yard (CY) of flexible base and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 5-12 Description of Pay Items SECTION 6 TE CHNIC.4L SPECIFIC.4 TIONS T H E C I T Y 0 F C-OPPEI £ 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 Specifications 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 laboratory. 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 of 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 shall 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 within the range established by the engineer. The amounts of cement and moisture are expressed as percentages of dry ~veight 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 Specifications 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 Ce_~ment 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 Specifications SECTION 6 - TECHNICIAL SPECIFICATIONS 1.0 GENERAL STAMPED ASPHALT 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 to 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 with 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 pattern 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 temperature shall be continuously monitored. Stamping shall be 6-5 Technical Specifications 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 shall 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 in__ch, without 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, free 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 installation 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 Speciftcations The contractor shall obtain the stamping pattern template from the same manufacturer of the sealing 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% Solids by Weight (%) ASTM D-2369 74.5% Density ASTM D-1475 13.841bs./gal (1.66 kg/l) Flash Point ASTM D-3278 >230°F (110°C) Percent Pigment (by weight including cement) ASTM D-3723 61.4% Sheen ASTM D-523 < 3 ~ 85° Dry Time (to re-coat) Gardner Circular 37 minutes meter -Dry Time (for traffic) 75OF/30%RH N/A 80% strength ~ 6-8 Hrs Taber Abrasion H-I0 (Dry Wear 0.98 grams/l 000 cycles after 7 days Index) ASTM D-4060 cure Adhesion (PLI) To an Asphalt Cohesive failure of asphalt prior to substrate ASTM D-4541 adhesive failure QUV E ASTM G154 500 hours 0.46CIE units Hydrophobicity (9days immersion) ASTM D-570 9.7% wt gain Shore Hardness ASTM D-2240 63 Type D Temperature Limits for Service Dry, cured material -30°F to 140°F Surface Build N/A 10 - 15 mils (1 application) 6 7 Technical Specifications SECTION 7 GEOTECHNICAL REPORT T H E C I T Y 0 F COPPELL Rone ineers September 13, 2004 Mr Keith Marvin, PE 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 rn accordance withRone'sProposaINo 04-6379 dated June 18, 2004 This letter presents the results of our investigalion and our recommendations for design and construction The project is located along MacArthur Boulevard from Riverchase Drive ~o Samuel Boulevard in Coppell, Texas. We understand the project consists of evaluating portions of seven intersections along MacArthur Boulevard where paver blocks are used for the surface oflheroadway The pavers have beenm place for about 20 years In some areas the pavers have expenenced vertical displacemenl and other forms of distress, while in other areas the pavers are still performing well Evaluation of the sections will include the pavers themselves, lhe cushion sand layer between the concrete and lhe pavers and lhe conditions of the paver subgrade and subgrade soils FIELD INVESTIGATION Subsurface conditions were determined by 14 sample borings drilled to a depth of S feet below the existing sudace of the pavers The borings were drilled~n Augus12004. The borings were placed in locations near areas where vertical movements have occurred and near locations where no vertical movemenls have appeared to occur In addition, the existing pavers and concrete were cored at each of the bonng 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 Approx~male boring locations are shown on the Boring Location Diagrams, atlached as Plates A 1 through A4 Cdy of Coppell Rone Project No 04-9130 Page 2 LABORATORY TESTING Laboratory testing on soil samples obtained included visual classification, moisture content determinations. Atterberg Dmits tests and unconfined compression tests The tests were performed m general accordance with applicable ASTM procedures The laboratory test results are shown on the Logs of Bonng enclosed (Plates A5 through A 18) Plates A 19 and A20 describe nomenclature used on the bonng logs SITE CONDITIONS Subsurface Conditions Based on avadable surface geology maps and the borings, the site appears to be located within alluvial/fluvial deposits associated w~th 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 boring logs is given below The paver thickness was about 2-'/) inches and the sand layer beneath the pavers ~n 12 of the 14 borings was l to 2 inches thick In the remalnmg two borings (Borings B-10 and B-13) no sand layer was encountered. The concrete encountered in the borings underlying the sand or pavers ranged ~n thickness from about 8 to 11 roches The materials encountered ~n the borings beneath the concrete cons~sted of sandy clay fill, shaley clay and sandy clay Our assessment of fill is based on wsual exam~nation of the samples In mne of the bonngs sandy clay fill was encountered beneath the concrete lo their term~nat~ondepth of 5 feet In the remaining five borings native sandy and shaley clays were encountered beneath the concrete Io their termination depth of 5 feet. Groundwater Conditions The bonngs were advanced us,ng augerdnlling and intermittent sampling methods in order to observe groundwater seepage levels Groundwater was not encountered during drilling, a nd these boreholes appeared to be dry upon completion of dnlling Future construction activities may alter the surfface and subsurface drainage characteristi cs of this s~te It is difhcult to accurately pred~ct the magmtude of subsurface water fluctuations that m~ght occur based upon shod-term obsenzahons The nsk of encountenng groundwater ~s irncreased during and after periods of precipilation ANALYSIS AND RECOMMENDATIONS Observations The following observations were made on the pavement sechons where the bonngs were ~iaced: · the pavers were about 2-¥~ inches in thickness and appear to be ~n good condition; bedding sand between the pavers and concrete was found to be between 1 and2 inches~n th~ckness~n !2 of the sect~ons evaluated In theolhertwosect~ons bedding sand was not found between the pavers and concrete; · concrete beneath the beddmg sand or pavers was found to be between S and 11 inchesm thickness and appeared to be rn good condil~on However in the core samples we ,obtained no reinforcing steel was encountered: Cily of Coppell ~oneProjeclNo 04 9130 September 13 2004 Page 3 the subgrade soils appeared to be ~n a relatively well compacted condition; however, ,n the samples we recovered from our borings lhere was no indication of prior 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 10-~nches of concrete base over hme-treated subgrade). Conclusions & Recommendations In summary, ~t appears that failures within the paver crosswalk areas were initiated by bedd:ng 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 underly~ng concrete base indicates the section remained generally intact except ~n areas where prolonged exposure had resulted ~n unanticipated loading 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 alternative 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 intersechon 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 al other paver repair zones · Full removal of the paver/concrete cross-section and replacement with flowable fill and stamped concrete For thisscenano, the pavers and the underlying concrete base course are completely removed exposing the so~l 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 bnng the subgrade to the desired bottom of pavement elevation. Concrete may then be placed forlhe surface pavement section and stamped at the surface with the desired pattern Pattern width may vary to accommodate specific ~ntersectran 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 underly~ng concrete base course are completely removed exposlng the sod subgrade The subgrade should then be scarified and compacted to 95 to 100 of the materials maximum standard Proctor do' density(ASTM D698) ata 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 ofophmum Eng~neered flll may then be used to bring the subgrade to the desired bottom of pavement elevation Engineered fill may consist of select hll or processed native clay, sandy clay or clay'ey sand Select fill should consrst of a sandy clay or clayey sand with a liquid limit less than 35 and plasticity index between S and 15 The fill should be placed in loose lifts less than 10inches thick, and compacted to a minimum of 95 percent of the material's maximum standard Proctor dry density The moisture content of the select fill should be within 2 percentage points of lhe optimum moisture content as determined by the standard Proctor test C~ty of C, cppell hone Project NO 04 9130 September 13, 2004 Page 4 Native clay, sandy clay and/or clayey sand may also be used as engineered fill Nahve materials should be tested by hone to verify they are sudable for use as engineered fill In the event they are found to exhibit unfavorable characteristics, it may be necessary lo stabdize the malerrals with cement or lime We would anticipate 6 ~o 8 percent of lime or cement may be necessary for this purpose L~me or cement senes tests may be performed at the kme of construction to determine percentages required Native soils used as engineered fill should be moisture conditioned and compacted as descnbed above Concrete may then be placed for the surface pavement section and stamped at the sudace wdh 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 ex,sted 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 sig nificantly different from those disclosed by the borings at the time they were completed If during construction, different subsurface conditions from those encountered Jn our borings are observed, or appear to be present ,n excavations, we must be advised promptly so that we can rewew these conditions and reconsider our recommendations where necessary If there is a subslantial lapse of bme between submission of th~s report and the staq of the work at the s~te, if conditions have changed due e~ther to natural causes or to construction operations at or adiacent to the site. or if structure locations, structural loads or finish grades are changed, we urge that we be promptly ,nformed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse This repod has been prepared for the exclusive use of the City of Coppell and their designated agents for specihc apphcation to design of this project Services were provided using the degree of care and skdl ordinarily exercised under similar conddions by reputable members of our profession practicing in the same or s~milar locality No warranty, expressed or~mplied,~smadeorintended Thank you for the opportunity, to provide servrces to you for this project Please call,f you have any questions regarding this letter Respectfully submitted, Robert D Armslrong Jr,P E Proiect Engineer Boring Local~on D~agram (Plates A 1 through A 4) Log of Bonngs (Plate A 5 through A 18) kJmfied So~I Class~flcahon Syslem (Plate A 19) Key lo Symbols Used On Bonng Log (Plate A 20) MarkD Gray, V~ce President i i~acARTHUR BLVD. B~4 BETHEL sCHOOL RD. RIVERCHASE DR. Rone En( ineers PLATE A 1 BORING LOCATION DIAGRAM PAVER EVALUATION MacARTHUR BOULEVARD COPPELL, TEXAS PRIVATE DR. MacARTHUR BLVD.) VILLAGE PARKWAY S. CONDOR DR. B-6 MacARTHUR BLVD. B-5 CITY FIRE S TA TION Rone Eric meets PLATE A 2 BORING LOCATION DIAGRAM PAVER EVALUATION MacARTHUR BOULEVARD COPPELL, TEXAS SAMUEL BLVD. B-14 MacARTHURBLVD. B-13 VILLAGE DR. SCALE I "=40' Rone En¢ ineers PLATE A 4 BORING LOCATION DIAGRAM PAVER EVALUATION MacARTHUR BOULEVARD COPPELL, TEXAS B-12 MacARTHUR BL VD. VILLAGE pARKWAY NORTH B-11 B-lO 4acARTHU~ BLVD. B-9 Rone En( ineers PLATE A 3 BORING LOCATION DIAGRAM PAVER EVALUATION MacARTHUR BOULEVARD COPPELL TEXAS ~ 04-9130 B-I I Ci,ppcll. l'cxa~ i n b Mac~rlhur.wRr, ercha'< , Groundwalcr scepa,~e ~as not observed ~hile drilling, and Ihe boreholc Dcp~h 5.0' [Dne 8-10-04 : Stratum Description P ' 201 O4-ql30 B-2 ('oppell, Texas . ~ ', s b. MacArlhur'/~R verchase~ Groundv, ater seepage ~as not observed x~hile drilling, and thc borchole ~ appeared dr) al completion. Auger _ _ ~,:~,~, Stratum Description 11 O5 ~, I.o(3 oF BORINC~ NO B-,- .... _ _ Plate_ A.6_ 04-9130 B-3 -i Coj)pc_ll~ lcxas _ - n.b. 51acArthur~ Bethel Sch)ol Ground~ aler seepage ;~as not obser~ ed ~hile drillin2, and the borehoJe , ' ' ~ ~: appea~ed dr~ al coml)letion. ' ~ !Zm ~ o i i z i~ I E -[ o o I ~ ~*'{~{ Slratum Descr lion ~ ~, , , ~ =~,=~ 25 LOG OF BORING NO , Plate A.7 1t4-913(} B-4 ( oppcll, 'I ex:Is J ~s.b. MacArthur~a)Beth£1 School {;roundv;ater secpaCe ~ as nol observed x~hile drilling, a nd the bo~ehole appeared dr) at completion. ).( 8-10-04 j . ....... i oo :o ! I · ~ !~ m~~ -m, ~ ~ ,~ ~ o ;'3'~! Slralum Description m [~i oo 15~i ~1.~ ~,~ :~* I ' LOG OF BORING NO 04-9130 n.b Mac Arlhur:a'Condor B-5 : C oppell, lexas ..... Groundx~ater seepage ,aas no! obserxed '~ bile drilling, and the borehole I ' Auger ~ i ~' m, : ":' ~:' Stratum Description :~-'~i ( C,N( RE ~ E. 9 25' lh~ck 25 Plate ~ 9 B 5 : · LOG OF BORING NO - _ ..... f)4-q 1 3{I l~,-0 £'~)ppcll. '[ exa~ s.b, Mac.\rthur'~3?Condor I Ground~ater seepage xxas not obse~;ed ;~hile drilling, and I}~e bo~eholc Dqxh 5.0' iI>a~c 8-10-04 ~ _~ ~'i~, SlratumDescrot~on_ : ~.. ,~i- ~, _~- ~i_ _ . =~: LOG OF BORING NO 24 B-6 Plate A. 10 : ;~ ~, ",, t~,:n,~:.o ~P~ ~: l'ascr l~xalulion ~]acArlhur t3oulcxard (~4-9130 ~ 1]-7 Coppcll, Texas :n:b. MacArlhur_~a'Vfilage Pk~y~ (;roundxsater seepage ~ as not observed ~ hile drilling, and the borehole ' 7Z~ ~ 'A'~:STCN 25 ~h,ck ~ 1 ~ ' ~ i.oo oF BORIng6 ~o B-7 _ . 23 13 10 04-q130 ~ B-S Coppcll, Texas ~_!s.b:.Mac~X. rlhur,h: _ , Villaoe,~_Pk~v_.~ Groundw~ler seep~e~*asnolobser~ed~hiledrillin~,and dieborchalc , Depth 5.0' [Da/~ 8-10-04 ~ ~'~' ~' ~'~"'~"~ i~r'~ I ~ I I _ I~'~,~Stratum Description ~ ~'=~-I l~ ' 5: ~ 51' ~ I~ ~=~ ?2 CONCRETE, 9~ m~k I _ i I LOG O~ ~O~XO NO: . B-8 Plale 1.12 ~ : 04 ol x0 B-9 I ('oppelL Texas ' - k ........ }~ .Mac4rthurfi:ParkwayBh'd~ Ground,',ater seepage ;',as not obser:ed v, hile drilling, and tile borehole 3o 40 16 24 91 ~,I LzOG OF BORrNG NO B-9 F'late_ A. 13 i 04-9130 , B-10 Copp~ell_ Texas !s.b. MacArlhur.~ Parkv~a',' Bhd Groundwater seepage ~sas not observed ~ bile drilling, and the borehole ........ ~ appeared dr~ at co~npletion. ' Depth 5.0' D~:e 8-10-04 , il , Auger ~- ~' ~! Stratum Description J 54I FILLSAND'x CLAY gra) andbro,vn F~m~tosllff }0 2O 25 B-10 Plate A. 14 t~4-9130 _ I~-I 1 ~ ('o ppell: Fexa', ;n.b. MacArthur,~Villagc:. __ Pk~',Y._, ~ Groundwater seepage ~as not obscr~ ed ~ hile drilling, a nd the borehole , 5.0' 8-I 0-04 ~ ;;i~ Stratum Descrlplmn : ~ ig:;~ ~=m :¢- ;~i'. ~ ~5 2 34 91 '-5 B-Il PlateA.15 : { 4 ~11~ ) 1~1 ~ I Coppell, icx:~s sb. MacArlhur a'\ illa~,e I kw~ (;roundssaler seepage x~ns nol obserxcd x~hile drilling, a nd the borehole I I Auger ..... Stratum Description SiiALE5 CLAY lan and gra}, ~'sa~d seams Soft 075 57 20 37 ~i [_ocs oF t3c),~IN6 x~o B-12 Plate A. 16 o4-013o B-13 ~[oppell,.1 exes , 1 ', n.b. MacArlhur~a:5;amuel Bh d (;round~aler seepage ~ as not obscr~ cd u hile drilling, and lhe borchole i . .0 8-104}4 j Auger - = I ' : j 1457 ~LLOG Oi- BO - Plate A. 1 7 i 04-9130 B-14 C.ppdl. Texas s.b. 'lacAr hur,a Samuel Bhd: ¢;round~aler seepage ~as nol obser~ ed ~hile drilling, and lhe borehole appeared dry a~ eomplelion. ooiE~ I [ ~,~ [ o(; q~ ~( R x'(~ NO B-14 ....... Plate A.18 b L%, i ,//ell graded gra,,e's gravel ~ ~--~ ~ m ~ ~ ~ ~ ~ L,qu~d and Plashclimlts ~ ~ ~ ~ Slltygravels gravei-sand slit ~ 0 ~ LIquldandplashch~ o ~ = : ~ GM below 'A" line or PI Z ~ - ~ ~ -: ~ ~ ~ I between 4 and T ar = ~ O ~ ~ % N O m Liquid and Plastic hmds ~ ~ o ~ ~ GC ~~ ~ O ~ claymlxlu~es ~ : ~l symbols ~ % E ~ ~ ~ sands htfie or no fines ~ ~ D,o ~ ~ ~ ~ ~ SP grave y sands little or no ~ = ~ ~ fines ~ o ¢ ~ ~ ~ ~ Liquid and P~asliclimHs Liquid and plashc hm ~ -~ =_ ~ ~ ~u ~° =° ~ ~ -° than4 piotfing belween 4 an ~ ~ ~ ~_ ~ o ¢ ~ ~ ~ ~o are borderline case ~ ~ $ Clayey sands sand-clay = E ~ Liquid and Plastic hinds requiring use of du2 ~ ~ F_ SC E ~ e above 'A" Hne wdh P ~ symbois ~ M ~ ~ ~ ~ Inorganic clays of Iow to I m and lean clays eL Organic sdls and orgamc srlly ~ ~ claysoflowp~astmomty [ ~ m ~ MH diatomaceous fine sandyor _~ , , ~ ~ ~ silly semis elastic Slits .~ OH ar d MH ~ ~ e '.norgan c cla~s of h~gh ~ ~ Organic clays of medium to , ~ ~ ~ Pt Plashcdy Chad z 0 ' so~ls UNIFIED SOIL CLASSIFICATION SYSTE~ PLATE A.1 Liquid and Plashc limits below 'A" line or P I L~quld and plashc hmlls greater than 4 piottmg in hatched zone between 4 and 7 are Liquid and Plastic hmds above "A" hne with P I requ,nng use of dual greater than 7 symbols Not meeting all gradalion requirements for SW Liquid and P!aslic limHs below 'A" line or P I less Liquid and plastic hmi!s than 4 piotfing belween 4 and 7 Liquid and Plasfic broils requ~nng use of dual above 'A" line wdh P I symbols greater than 7 i ' / [~U~L Uh: NUt.;K TYPES L-% '"[ CLAY CLAYEY L'MESTONE SHALE SANDSTONE CONGLOMERATE TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (Mo,e than 50% Passrng NO 200 Steve} Descriptive Item Penetrometer Reading, (tsf) Soft 0 0 ~o 1 0 F~rm 1 0 to 1 5 Shff 1 5 to 30 Very Shff 3 0 to 4 5 Hard 4 5+ Coarse Grained Soils (Idore than 50% Retained on NO 200 S,eve) Penetration Resistance Descriptive Item Relative Density (blows/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 Calcareous !Siickensided Lam~naled Fissured Interbedded Conla~ns appreciable deposits of calcium carbonate; generally noduiar Hawng ~nchned planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Contaimng cracks, sometimes filled with fine sand or silt Composed of arternate layers of different soil types, usually en approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plashc Can be remolded ~n hand; corresponds in consrstency up to very stiff in so~ls !Soft , !Idode"ate,y Hard Can be scralched weth fingernail Can be scratched eas~ly with knife; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched w~th knife Easily crumbled Bound together by chemically precipitated material; Quartz, calcite, dolomite, sderite, and iron oxide are common cementing materials Hard Very Hard /Poorly Cemented or Friable Cemented I Degree of Weathering Unweathered Rock ~n its natural state before being exposed to atmospheric agents Slightly Weathered No~ed predominantly by color change with no d~sintegrated zones athered Complete color change with zones of slightly decomposed rock .Etrernely Weathered Complete color change volh consls ency, texture, and general appearance approaclmng soft Y TO CLASSIFICATION AND SYMBOLS PLATE A.20 SECTION 8 COUNCIL RESOLUTION 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 OE CONSTRUCTION ON MACARTHUR BOULEVARD AT VARIOUS LOCATIONS; AND PROVIDING AN EFFECTIVEq)ATE. WHEREAS, MacAnhur Boulevard must undergo reconstruction in various locations in the near future; and WHEREAS, 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 in 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 tmdertake 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. 1 SECTION 3. That this Resolution shall take 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 of Coppell, Texas, this the ~ day of , 2oos. DO0'~(~AS N'. TOVER, MAYOR AP PRO~( TO/~.F57 ROBI~RT~E. H A GEyf:~/¢ A T T-ORNE '~ ATTEST: LIBt~Y BAL~/~ITY ~'ECRETARY 2 SECTION 9 PLANS T H £ C I T Y 0 F COPPELL CONSTRUCTION PLANS FOR °D D 12) a D D Pit! L J D D D A W . ° a Q X 0 0 ° a Td ❑ o ° A©,nd 0 ��° 3(Die ° ©Ed`',, _ 4@ a_ oa1 WE - - , g m ©�G y A o d o 0 PREPARED BY THE ENGINEERING DEPARTMENT CITY OF COPPELL, TEXAS _- :. NT ` a /� DENTIN COUNTY DALLAS COkITY CITY COUNCIL / / �� :11 • - I t _ 0AD INDEX OF SHEETS Doug Stover *Mayor e. .J� W ' Sheet No. Sheet Description MP CO PPELL Z Diana Raines *Mayor Pro Tem H im ,/� ....1 ' �_ r 1 Cov Sheet -CHOOL `'i ' Tim Brancheau Marsha Tunnell ! ! (�uE�fil u � ��= s =���i =�■ I J� 2 Overall Layout /Aerial View Billy Faught Thom Suhy eu I J � ) (�. Belt Line Road to Sandy Lake Road p � � 3 Overall Layout / Aerial View Jayne Peters Bill York r r— Sand y Lake Road to Samuel Boulevard mi# Wk. ` �� 4 MacArthur Blvd. Bethel School Road MacArthur Blvd. @ Condor Drive oil- :..• " 5 MacArthur Blvd. Village Parkway South CITY MANAGER S 11111111.1.111.111. '' 1, @ 0 < MacArthur Blvd. Parkway Boulevard aisri Jim Witt 6 MacArthur Blvd. @ Village Parkway North MacArthur Blvd. @ Samuel Pkwy./ Village Dr. 7 Typical Sections & Details DIRECTOR OF ENGINEERING /PUBLIC WORKS PROJECT Stamped Concrete Ken Griffin, P.E. .SI TE 8 Stamped Typical Asphalt & Details 9 B Existing Utility Locations ethel School R ad - Condor Drive ( Village Parkway S. .c 10 Existing Utility Locations a Parkway Boulevard - Village Parkway N. Samual Boulevard / Village Drive MARCH 2005 z 0 D- , I:At Ili,) NIL ,:i. _ e ° ,,,, ' ''''' W: r ,,, , 0 , Liv p j �A e I. 1 '1 0 .�7 x .: . , — ' ^+? `� f " A - ''i' ^ ^ ^ ��� w. .� a b. - E r J s y xt? * ! ! ± 4. 3 fi . .,. , . -,', 4till''* , t - 'ley -. - , / -.5 " ' i 1- , .. , . , .„, ) ' 1.5. A . e ' " , 1 I *,71 41). \ ' V - ' ,„, . ,., f -0 - } a / ,),, I . d / t i - 1 co - 4 k. 4° , t o 4 Y .ai . - n x � ,. is +r✓ N 1 • AL. is ,— — r F . a. y � I ' r r _._... M +v 3a i�A v i 44 r A \ aA � , $} z a n a , Vi I st .. s ; a0r i ` � y r J - y O ^- z r . » `,t - .�. - ' , S,w+ ;0-7 a _ ,.x . ,,....„.- L. - ., il'- tl ' i ' I ' A ,,,,,,,,, -,., , , „ ma c ' S ° # r �. ti g 'A , 3 ,, r ; 1. MacArthur @ Bethel School Road 200 0 200 0 2. MacArthur @ Condor Drive GRAPHIC SCALE IN FEET THE . C 1 T Y O F BRICK PAVER REPLACEMENT PROGRAM PROJECT a : 1" = 400' COFFELL DESIGNED: SCALE SCT Overall Layout / Aerial View _ DRAWN: SCT SHEET DATE: 03 -05 Belt Line Road to Sandy Lake Road " 2 NO. REVISION BY DATE DRAWING FILE: CITY of COPPELL DALLAS COUNTY, TEXAS OF O I \ i \ P\ \ °' aA \a -\ i . \ \fir- - „ -S# ' • 3 3. MacArthur @ Village Parkway South ° y '' 4. MacArthur \ .}, @ Parkway Boulevard ` 5. MacArthur @ Village Parkway North ' i` . ,j — ` `)r.,i.`. - 6. MacArthur @ Samuel Boulevard / Village Drive , , 4* '' ' 4 0 4- 4 ; ,, y .. =, \ : • s q, ,., ........, 4„ , -7- 44b \ ,i ,F > N ' ‘, ' , ...t . 6 *. 4k ... w t., ...,.. sot j S J. 4 ! ' 1 e : 45 - ' • '4 . . ' " ' - . *4 i ,,-.410/. \ \., -: -,;'',,...:--,,;.,,:,* ', ; Nor., .- *4-„:1 kio , _+tq ` A w , ' , •....1' v i • c 1 V l , '' ♦, Mi s " 4 V 4, ` 41 `4•P , . ` � • A "hi - ' • • i� Q �!'► 4 !• a <a 7 ,' =�. . • ` • �+w `� i.:.- T. k qp! • •+ n tl r1 �" ' i ,yY, t f�` R'>w yr. /\ A. � y � j 7 rj . /�� . 0 4 ! •I a r." ,Ae" \ ,. � : ., s , y . ,v . t y - f 'r 6�}. r ... f* , , , , , we I r) ' in ,itit , , li all111.,1 (...___-_______.-----7 -----,, j^,4 %t , -- „ - .. '' : , , , .. '..-, yy N ------,....,..--------- ..........4 „......... j & r. 1 PP F ' \ . 1 y , r � I J" � � � ` ' � -o r �,f r,,, � Vim � .4' �� �, , Y- � 4 �� ti' • �� R a .1 ' W fy,f' , ` �hh rt 4tIr a >r Pa Way . ti r . �+ a � s •, �°' y /� > y, ' . •• ; 6e. 1 , a r• s "iir + f, ° .�� F 0, ter ' ` "..10A � �. '. , 'k,T , ,-- �,p ,„ , . 1 � ' y - - 4 a . � ,, r e" r is - E r k 0 \ , r„" -� Y y �{y'}� : \ . . ..4. ..,..„.4 Ae- 200 0 200 400 1 GRAPHIC SCALE IN FEET TH - - -, E ' C Ty OF BRICK PAVER REPLACEMENT PROGRAM PROJECT SCALE: 1" = 400' Q. COPPELL DESIGNED: SCT Overall Layout / Aerial View DRAWN: SCT SHEET DATE: 03 -05 Sandy Lake Road to Samuel Boulevard a NO. REVISION BY DATE DRAWING FILE: CITY OF COPPELL DALLAS COUNTY, TEXAS 3 OF 1 O Condor Drive Condor Drive 50' R.O.W. Northlake Woodlands 60' R.O.W Remove existing Charcoal Holland Stone I pavers along tum radius. E e 29' b b Existing Uni -Decor Antique Red paver -. ° Q\ d � ramp to remain. Typical at two comers i 1.19 � C NOTE. ' �� of intersection. See Section "8° r. Arrows and pavement buttons indicate traffic flow and 6 V 1 . on Sheet 7 /Sheet 8. : ' are not representative of existing pavement markings. E • • I. :�f 1• ESTIMATED QUANTITIES • • • 101 • f 4 ! •. ;•, REMOVAL UNIT ALT. ALT. . : 4 4 , ";•; ... V A A' A B' 111 .,�•�. IV.� t 3:� - 1�1i 1°I 8" reinforced concrete. Typical al f� 1 . 1�1 - • • . -,•• Existing Paver Removal S.Y. 253 253 j 1 1 1 4 1 j 1 tour comers of intersection. I 1 1 1 .. i 1 1 1 1 1 • • Existing Concrete Removal S.Y. 247 247 { 1 1 1 c ,I,yl, c C,._�, ;��• 0 0 0 o c o o t 9 111 0 0 0 0 i.•.; Remove existing Charcoal Holland r-:•• : .� Saw Cut L . F . 575 575 t!i!i!i 33' @.D ) O D 0 0 . , . ,• 9 f•••i s y.. —f 11 . 1 � 1 Stone land Uni -Decor Antique Red i PPM See Secbon "C" on Sheet 7 1111 .: S wcut II depth o fexi n 7g p vemVetr •• . 0 8 $ 0 8 0 8 S c 8 8 REPLACEMENT UNIT ALT. 'A ALT. ' B ' 1 111 �: • ° 11 • pavers v "dhin all tour crosswalk areas ` - -- 1 :4• p p $" Concrete S.Y. 21 21 \ Alt . 'A' -8 "Stamped Concrete . �l� /jlj •`� d ® 2 St ampe d A Concrete S NA 221 Arth Boulevard \ See Section 2 St C' oo Sheet ei a e I MacArthur Boulevar • • MacArthur B 1 1114 •::::, T all four crosswalks. I 23, of ;.,�;;, g'b" 0 4" Type B HMAC S.Y. NA 221 ; Header L.F. 575 575 t 1�.�•i + ,i Flexible Base S.Y. 204 NA Alt .'A' -8 "Stamped Concrete. 0 $ $ $ ° $ $ $ $ $ 8 8 t� ! �• - � � Flowable Backfill S.Y. NA 242 see Section "D "on sheet 7. •.. 0 Paver Replacement S. 13 13 Alt.'8' -2 "Stamped Aspha 23'(bb) '••••�I �• ;. O 0 0 0 0 0 0 0 p See Section "D" on Sheet 8. 0 0 0 0 :44 . ! : : 9ad• Typical at WI four comers of O 0 0 0 ' •.. • .•.•; intersection. r - 4.5'� ".•./2—Q m elil n ,r.. ;•; i a f J R�I'z Z City Fi Station z L L y = 33' (b.D.) 33' (b b.) O City ofCoppell Fire Station #2 Existing MACARTHUR BOULEVARD @ CONDOR DRIVE Proposed Townhornes of Coopell (under construction) :... MATED .y 4t . ES TI QUANTITIES - :r- . , >. �i ;' . Remove existing Charcoal Holland �'' -�: E „" �'cs REMOVAL UNIT ALT. 'A' ALT. ;� ;�; �i�i�i; r • 0 O ••••• Stone I pavers along curb line. •�• :. O O o 0 ` O 1 1 1 1 1 1 1 { { O ' O . • • • •• 1 1 1 1'{ 1 1 0 0 0 0 .•• Typical two locations ; :•-• . o 0 0 Existing P aver R emova l S .Y. 208 20 8 4 -6" ;•2 4 4y1� 1111 f . 111 kill ;�•�• 4f 0 0 Exis ti ng Concrete Removal S.Y. 201 201 I 2rowsofCharcoalHollandStoneI. • : • : �;�;�.; p ° $ $ 8 $ ° ° $ Saw Cut L.F. 461 461 1a;t Typical at wo locations. 24.; Stone l and Uni-Decor AntiRemove existing Charcoal Holland $ $ O G -6" 1.1.,,1 C „11 C ;• ;•que Red ••• -. 1 °19" 1 11111' 1I1t NT ALTAALT B avers within all three crosswalk areas O o Sawcut full depth of existing pavement ! ;: •, __._ -. CC 0. and remove pavement within [he paver y 12 12 ° m ' a rea. S S "A° on Sh eet 7 /Sh B '•;•i' ' me oncre MacArth Boule8 Stapd Ce S -. ••, p e� � j���,!� See Secti on "C” on Sheet 8. ` .4. ;� Q" o ; all three crosswalks. `#11 -. +sf . • • Type "B" HMAC S.Y. NA 189 111 Typical ,,, 8 0 ° o °O 8 °0 8 $ ° $ pp ;- ;•i ' ;• ;•i . • Header L.F. 461 461 a i'i'ih �pi,yi "ill. O ° 1 9 , .6" '.1!1:1:1 "7 �:�• Remove existing Charcoal Holland '..•.1 A Flexible Base S 167 NA 1 • St one 1 avers along tum radius. A 1 1 / .111' ° ° • ., Existing q ; _ ` 8" reinforced concrete. Typical all O 1 1 ° tea' - - - • P aver R ep l acemen t S.Y. 9 9 i 1 comers of intersection. '11111 0 O o " ° averr totem Antique at • •. • 0 0 0 ° ° + Flowable Backfill S.Y. NA 197 N o ;; �`; •• ••. o 0 1 1 1 • ; • P P Typical • -•, • •� two comers of intersection. See . -• ;�•� Section "B" on Sheet 7lShe 8. ,00, '' I p. \� + —+—+ >• See Section I D" on Sheet 7te. 0 C't ;0 4 `0 , m - 2" Stamped Asphalt. NOTE See Section "D" on Sheet 8. k ' Amows and pavement buttons indicate traffic flow and 60' R O W. See S Typical at two locations. 60' R.O.W. are not representative of existing pavement markings. 20 0 20 40 - ■ ��� Bethel School Road Northlake Woodlands Bethel School Road GRAPHIC SCALE IN FEET Existing MACARTHUR BOULEVARD @ BETHEL SCHOOL ROAD Proposed O T H E - C 1 T V . 0 F BRICK PAVER REPLACEMENT PROGRAM PROJECT a SCALE: 1" = 40' Q. COFFELL DESIGNED: SCT MacArthur @ Condor Drive DRAWN: AT DATE: 03-05 c05 M acArthur @ Bethel School Road SHEET 0. NO. REVISION BY DATE DRAWING FILE: I CITY OF COPPELL DALLAS COUNTY, TEXAS 1 ` A T OF 1 0 I o ? -� a o 2 o -412:::i..._ m m >, T N iv 2' Min.Typ. (back of curb to colored/ + Y t .` textudzed concrete) y G (li NOTE: ) t0 O� 7 o d Avows and pavement buttons indicate traffic flow and O- R f f d 2 o are not representative of existing pavement markings. j ''' ' - 1% J''' 0 O O •: (� 0 1 ° 1 Y 5 2 5" <y •• I t• i _ ,. O • } •S••a • 1 ' ' ".1,11.11.; �•*•∎. 1 1 1 1 1 1 1 [ 1 - - - - -- - - - 11I11 \ AI[. 'A' -8 "Stamped Concrete. Remove existing Charcoal Holland �� :•� O O O O 0 0 0 1'1'1'1 1 See Section "D° on Sheet e Stone l pavers along rum radius. •••••• ESTIMATED QUANTITIES I'1 : 111'1'1'1' 12' -2" Existing Uni -Decor Antique Red paver is :•ice 101141i 8" reinforced concrete. Typical all four 11 Att.'B' -2 "Stamped Asphalt. f ram to remain T ••�••• ' ' 1 comers of intersection. 1 See "D" on Sheet 8. p See ••...•1 - REM OVAL UNIT ALT. 'A' ALT. B of intersection. See Se ction "B" on Sheet 7 /Sheet B. . ::: :, 8 8 8 8 g g 8 0 0 0 1 - -- '' ' T ical Section at two locatlons. r•••••• O O _.. - -.- 1 1 111111'1, yp 1 A ••••• A 1111 1 •••••• Existing aver Removal S.Y. 352 352 1 4444 1 ' 4h44' 3 .....a j q 3 1,111 11111 O Remove existing Charcoal Holland Stone I M•••� _ Existing Concrete Removal S.Y. 4 344 p 111111111; 1111111111 xsng oncree emova 1111 -1 1 1 1 1 1 Um-Decor Antique Red pavers within ;re; d 1 1 1 Alt. A 8" Stamped Concrete. 1 1 1 1 1 all three crosswalk areas. Saw cut full depth ••• '1'1'1'[ See Section "C" on sheet 7. C 1111111111 c ,r /' - and Um-Decor P P I^i�:: ::� Fi m 1 Alt. B -2 "Slam Stamped Asphalt. 1 °o m O. ofexisdn pavement pavement Saw Cut L.F. 545 545 o • � 11111 P 1.1.1.1.1. .• within the paver area. '••••••' ,•.•.•• MacArthur Boulevar 44444 See Section "C' on Sheet 8. 1 1' MacArthur Boulevard ,_ - :: See Secton"A°on Sheet? /SheetB N••q) REPLACEMENT UNIT ALT A ' ALT B ' I i 4t 1 1 1 1 1 I ►'1 1 :441 ' • •�•� IuN••., -_ -- 111 t 1 T all three crosswalks. t 11 1 1 1 1 I •••• '' 1 1 1 1 1 1 1 1 1 .. ..., ::.:. 8" Concrete S.Y. 26 26 4;�;I�i�i 1 z' -r ++4''1' o O 3 q : :a '' 1 t 1 I q•••••• 1 1 8 0 8 8 8 ••• •••' 8" Stamped Concrete S.Y. 318 NA 1 1 t H �_ ••••• o 8 ..•...:, . : : : :: p 1144; 4� • Remove ,. emoe existln Charcoal Holland 1 • - !' 2" Stamped Asphalt S.Y. NA 318 11111 •• •••1 9 ,.. i 13' -g p p �lili +il�li 13'_9' »Me Stone I pavers along curb line. 0 0 0 D 0 0 o �����,�': ExisfingUni -Decor Antique Red paver G o 0 0 0 0 0 Q" Type "B" HMAC S.Y. NA 318 14Y444 Header L.F. 5 545 1 1••••r � ra mp to remain. Typical two locations. • 1 1 1 1 1 I 1 '••a, 2 rows of Charcoal Holland Stone I. '1 „�:,. • „a� 1 1 /Typical at two locations. + +' ••q•S •••• 1,1 ._ 1.+ 1••e Flexible Base S.Y. 303 NA Flowable Backfill S.Y. NA 338 I � -��- • _. . - . .. ... . iii i .. _.... ti ' i : : : : : r - - Paver Replacement S.Y. 12 12 � - - -•-�- ' Existing MACARTHUR BOULEVARD @ PARKWAY BOULEVARD Proposed Private Drive Z Private Drive z of _ o Kroger Grocery Store : = m- t , ;;, ESTIMATED QUANTITIES — c I :: � L______} L______} 0 0 0 0 0 0 oqo � : .i A � •�� 0 0 0 0 0 • 0 0 REMOV UNIT ALT. 'A' ALT. 'B' ��I���1 ''•.'-•.' :i :e ' 111— Existing Paver Removal S.Y. 193 193 i'ii'i I :•:• l , Remove existing Charcoal Holland Stone I :•: 1 „ Alt. 'A' -8" Stamped Concrete. p pp p p p rte..,.. � •e• and Uni -Decor Antique Red pavers within 441 o 8 8 8 O 8 8 . 8 a E x i s ti ng C oncre t e R emova l S .Y. 187 187 See Section "C' on Sheet 7. •!••• all three crosswalk areas. Saw cut full depth :•:• ' Saw Cut L.F. 470 470 Ak.'B'- 2" Stamped Asphalt. MacArthur Boulevard : : :' of existing pavement and remove pavement : :. MacArthur Boulevard / See section °C" an sheet 8. ••• . within the paver area. See Section 'A" .•••, J Typical s on Sheet ? /SheetB. ; :;: REPLACEMENT UNIT ALT. 'A' ALT. 'B' va cal all three crosswalks : :: B - 5' : f : : ( 8" Concrete S.Y. 11 11 1 "' 1 3 1 ; : a ° � 8 Stamped Concrete S 176 NA '1I B -s ii i a a ylil ( 8 °0 8 8 8 8 8 8 8 8 °o m 2" Stamped Asphalt S.Y. NA 176 a 9 t Nth m 8 ,. _.__ 4" Type "B" HMAC S.Y. NA 176 .. Remove existing Charcoal Holland �` 9 �" Header L.F. 470 470 a 1t .•` Stone I pavers along tum radius. '.••• 4 ;11 1 1 ' 1 ' 1' 0 0 0 0 0 0 0 0 :• . Existing Uni -Decor Antique Red aver •:• :' 0 0 0 o o flexible Base S.Y. 152 NA • ' . : . r amp tor remain. Typical at two comers ti: ; ; • • g �°, o ' 1 1 1 1 ' 1 of intersection %O. v Flowable Backfill S.Y. NA 183 1 B "reinforced concrete. Typical at two ii:: ' See Section'8' on sheet 7 /SheetB. : : : ' _ _. Paver Replacement S.Y. 6 6 1 1 �,.�camers of intersecfien. ve t /j 20 0 20 40 � � NOTE: �F Q- ;c Avows and pavement buttons indicate traffic flow and Q-� B4 � — - are not representative of existing pavement madcings. Alt . A - 8 Stamped Concrete. GRAPHIC SCALE IN FEET g6 t1 1 I' Pf) See Section D'onsheet7. t ) _ Lakeside Elementary School See S - 2" n'D" o d Asphalt. See Section "D" on Sheet 8. O Village Parkway S. Vill Parkway S. typical at wo mcaeons. Existing MACARTHUR BOULEVARD @ VILLAGE PARKWAY (South) Proposed THE : C I 7 Y . O F BRICK PAVER REPLACEMENT PROGRAM PROJECT SCALE: 1" = 40' N0. C OFPELL DESIGNED: SCT MacArthur @Parkway Boulevard D DA E: 03-05 MacArthur a Village Parkway South SHEET 1 .. n Y C � if. NO. REVISION BY DATE DRAWING FILE: v CITY OF COPPELL DALLAS COUNTY, TEX I V OF 1 O 1 I Samuel Blvd. Samuel Blvd. O O f O qtl O � 74' R.O.W. 74' R.O.W. + N 1 J'� , i .... <NN, 0 i, NOTE 2 Min Typ (back of O Arrows and pavement buttons indicate traffic flow and oR — 1 urn to coloreN r - are not representative of existing pavement markings. I ' e #unzed concrete) •111• • i ii i ' 8�-2 � • i r four 2" Din. •i 11! ��� - _ 8" reinforced concrete. Typical all four +I +t +ll iM 8 8 D a O ° - - � 1 � 1 � 1 corners of intersection. pig Remove exisfing Charcoal Holland �•� ° O p n woo j c j c Stone I pavers along tum radius. a +E•.. 111111 ;I.f!1! Existing Uni -Decor Antique Red paver •••• ! ra -'. ramp to remain. Typical at WI four i..1 ° 0 0 lift': 1,1 1111 comers of intersection See Section iic O 1 1 1 1 + 1 Alt. 'A'- 8 " Stamped Concrete. )1!1111 "B" on Sheet 7 /Sheet B. ��� All.. j' 1 4 See Section "C on Sheet 7. /�l X11• -O ,_- °,- „,„ / 1 1 lot 1 f•f p 111 Alt. ' ' 8-2 " Stamped Asphalt ! ! 1 ••61 • S g O O 1 + 1 1 1 1 P P 1 6666 O° g p p 1 1 1 See Section "C" on Sheet 8. 1 1 1 1 Remove existing Charcoal Holland Stone I j:: o a ? c ESTIMATED QUANTITIES �, Typical all four crosswalks. 1111!11 and Uni -Decor Antique Red pavers within e i `C. 1111 /+ •1x,111 ° MacArthur Boulevard all four crosswalk areas. Saw cut full depth ���� MacArthur Boulevard Ily�l� �II��1: REMOVAL UNIT ALT. 'A' ALT. 'B of existing pavement and remove pavement VA + +111 11 o �� •• wlth in the paver area. See Section "A” on •';s Existing aver Removal S.Y. 274 274 j I +j 3 � Sheet 7/Sheet 8. 6 Q 11 ••• • o Ex isting Concrete Removal S.Y. 263 263 i�i�:1: o ,�, ... .. .. Lr.l. 2° iii ' i i •i ¢ . 4. 1 1 1 1 1 1 t 8'- c $e ' - s" =•�� ii: b Saw Cut L.F. 6 62 8 An.'A -B "Stamped Concrete. ri O O O O p • , . 6666 8' - ^ See Section " on Sheet 7 1 1 1 1 1 ! 1 ° ° o o ;::• ; ; • REPLACEMENT UNIT ALT. 'A' ALT. 'B' I jljl Alt.'B'- 2' Stamped Asphalt X 44 ' ! —'4 F A ���� A �I� /� See Section "D" on Sheet 8. I�f�l�l ° o lie ° ° 8" Concrete S.Y. 19 19 I Typical at four locations 1 1�1�1� 0 O 0 ■•N P . 111 11! 8" Stamped Concrete S.Y. 244 NA 2" Stamped Asphalt S.Y. NA 244 ! +,. o / ;1;;1i 0 ° /r / ' 4" Type ..B.. HMAC S.Y. NA 244 : :.: Header L.F. 628 628 = __ , oi S �, Flexible Base S.Y. 216 NA '`— Plowable Backfill S.Y. NA 258 7 -,o • Paver Replacement S.Y. 11 11 37' bh 37' (b.b) _ Village Drive © Village Drive MACARTHUR BOULEVARD @ SAMUEL BOULEVARD NILLAGE DRIVE Proposed Existing Remove existing Charcoal Holland Stone I pavers along curb line. Existing Uni -Decor Antique Red paver NOTE: / ramp to remain. Typical two locations. . Arrows and pavement buttons indicate traffic flow and are not representative of existing pavement markings. I ESTIMATED QUANTITIES • 0 O 0 O O O O 0 ' •••• \2 rows of Charcoal Holland Stone I. • •• and Unl DecornAntique Charcoal Holland Stone l a :•:i :N8888888888 E VAL ° RE MO UNIT ALT. 'A' ALT. 'B' i, • 1 la ` . Typical at two locations. b•• a•••' 1 -- - - -___ _ t ; o••• o Existing Paver Removal S.Y. 192 1 92 1 1 i li +i!i r���I Red avers wihin � �I Ii:t:I �� P a • Existing Concrete Removal S.Y. 186 1 1 1 t 1 l 1 1 1 •• ! all three crosswalk areas Saw cut full depth •�•� . � r 186 !1111' lt. 'A - 8' Stamped Concrete. 1 MacArthur Boulevard ' Saw Cut L.F. 467 467 11 See A Secho 'C" on Sheet 7 . i of existngpavementandremovepavement •••." 1+1 MacArthurBoulevard 111111 D within the paver area, See Section 'A" •• O 1 ♦ . 1/ I Alt.'8' -2" Stamped Asphalt. I, on Sheet 7 /Sheet 8. I , •• ��, ; REPLACEMENT UNIT ALT. 'A' ALT. 'B' See Section °C "on Sheet B. 1!' it• :* Al O , : Typical all three crosswalks. v O - s 4 „ a 8 Concrete S.Y. 10 10 ce m $ 8 Stamped Concrete S.Y. 176 NA � ---t m 8 8 8 8 8 8 8 8 8 8 0 •�' 2" Stamped Asphalt S.Y. NA 176 t � M r 8 ° O O . • Remove existing Charcoal Holland 8' 2" "- 4 " Type " B" HMAC S.Y. NA 176 S 3 8' -2" • •,' Stone I pavers along tum radius. _ yp „vim Existin Uni- D ecorAntiqu t Red paver Header L.F. 467 467 0 O O 0 0 O 0 0 � ramp to remain. Ty p i ca l a[ two comers • •- 0 0 0 � • • • • of intersection. See Section :.:.. on Sheet 7 /Sheet B A ;: A Flexible Base S . Y . 151 NA g 8° reinforced concrete. Typical all four Plowable Backfill S.Y. NA 182 e comers of intersection. _ • ':• 1 Pave Replacement S.Y. 7 7 fi 0 1 0 ••• • • 6 •. • • • • .•••• O -. O \ Alt A - 8" Stamped Concrete. 4 ,.... \ ,�Q� � See Section "D' on Sheet 7. ? 6 • • Q- Alt B 2" Stamped Asphalt. 'ho t I � 4 "' (f f) See Sectien'D" on Sheet B. . Typical at all two locations. 60' ROW 60' ROW . 20 0 20 40 illage Parkway North'' - Village Parkway North GRAPHIC SCALE IN FEET Existing Proposed O MACARTHUR BOULEVARD p VILLAGE PARKWAY (North) - T H E C I T Y O F BRICK PAVER REPLACEMENT PROGRAM PROJECT a SCALE: 1" = 40' N0. COPPELL DRAWN: SCTC MacArthur @Samuel Boulevard Drive SHEET DATE: 03 -05 MacArthur @ Village Parkway North �` °` NO. f REVISION BY DATE _ DRAWING FILE: CITY OF COPPELL DALLAS COUNTY, TEXAS I V OF 1 U Existing Pavers Remove existing pavers and sand bedding Remove existing pavers and sand bedding Remove existing Holland Stone I (Charcoal) course. Saw cut full depth of existing pavement course. Saw cut full depth of existing pavement along turn radius (Row width varies -1 or 2 rows). and remove pavement within the paver area. and remove pavement within the paver area. Existing Reinf. Concrete Uni -Decor Antique Red paver ramp to remain. Remove Existing Pavers Saw Cut Sidewalk (Normal Section) � I Saw Cut v VS NNE a."..2 !.! ..4 - 1 I — -4- hiliti ro Remove Pavement litill i 4 .. Zo ' ` Remove Pavement T Existing Reinf. Concrete Existing Subgrade Existing Subgrade O TYPICAL SECTION - EXISTING BRICK PAVERS O O TYPICAL SECTION - EXISTING CURB RAMPS O NTS NTS Route cold joint with 1/4" saw blade minimum. Do not cut reinforcing steel. Route cold joint with 1/4" saw blade minimum. Seal with approved silicone sealer. Varies Hol land Stone I (Charcoal) along tum radius Do not cut reinforcing steel. Dowel into 8" reinf. concrete with (Ro width varies 1 or 2 rows). Seal with approved silicone sealer. (back of curb to #4 bars @ 12" centers. stamped concrete) 2' Min. T Uni Decor Antique Red paver ramp to remain. #3 bars @ 24" centers each way Dowel into existing concrete with #3 bars @ 24" centers each way Sidewalk (Normal Section .. with 12" bar laps. #4 bars @ 12" centers. with 12" bar laps. moo:•. Eo 1 Existin Reinf. Concrete Stamped.Concrete 4' Stamped Concrete 18" g ll11111— 111111 o Flexible Base t� I Existing Reinf. Concrete b T . '' fH Existin Subgrade Flexible Base �" 1 --- 1 ®1 �* Existing Subgrade Compacted Subgrade Compacted Subgrade Pavement bars to be bent down into header. /.... 1' -4" Dowel into existing concrete with 1' -4" I I Header and pavement to be monolithic. 8" Reinf. Concrete #4 bars © 12" centers. Pavement bars to be bent down into header. Header and pavement to be monolithic. © O TYPICAL SECTION - STAMPED CONCRETE O TYPICAL SECTION - STAMPED CONCRETE O NTS NTS Route cold joint with 1/4" saw blade minimum. Do not cut reinforcing steel. Seal with approved silicone sealer. NOTES: Dowel into 8" reinf. concrete with #4 bars @ 12" centers Keyway 1. If existing edge of pavement is not in good condition, locate saw cut behind existing edge far enough to make a clean edge. Eo S 8" Reinf. Concrete 8" Reinf. Concrete 2. Existing 8" depth is typical, however depth may vary to as much as 12 ". No additional payment will be made for extra depth of concrete. Flexible Base 3. Pavers that are to be reset shall be set on no more than 1"clean, sharp sand. 4. Alternate 'A' - 8" of Cement Treated Base may be substituted for 10" of Flexible Base. TYPICAL DETAIL - NON - CONTINUOUS POUR - 0 F BRICK PAVER REPLACEMENT PROGRAM PROJECT .c SCALE: 1" = 40' NO. COPPELL DESIGNED: SCT c DRAWN: SCT Typical Sections & Details - Stamped Concrete SHEET DATE: 03 -05 ° NO. REVISION BY DATE DRAWING FILE: CITY of COPPELL DALLAS COUNTY, TEXAS 1 7 OF 10 I Existing Pavers Remove existing pavers and sand bedding Remove existing pavers and sand bedding Remove existing Holland Stone I (Charcoal) course. Saw cut full depth of existing pavement course. Saw cut full depth of existing pavement along turn radius (Row width varies - 1 or 2 rows). and remove pavement within the paver area. and remove pavement within the paver area. Existing Reinf. Concrete Uni -Decor Antique Red paver ramp to remain. Remove Existing Pavers Saw Cut iv y Sidewalk (Normal Section) �I v I e•!•• ;••O ." Saw Cut co Remove Pavement �X,,. 1 v •∎•∎ ∎∎ \ 4" 1 1 `Remove Pavement Existing Reinf. Concrete Existing Subgrade Existing Subgrade O TYPICAL SECTION - EXISTING BRICK PAVERS O O TYPICAL SECTION - EXISTING CURB RAMPS NTS NTS O Coating System Varies Holland Stone I (Charcoal) along turn radius Coating System (Row width varies - 1 or 2 rows). Stamped Asphalt (back of curb to Stamped Asphalt (Type "D" HMAC) stamped asphalt) Uni -Decor Antique Red paver ramp to remain. (Type "D" HMAC) Sidewalk (Normal Section) Emulsified Tack Coat 2' Min. T •. Emulsified Tack Coat i\ Type „B„ HMAC • ' 4 . Type "B" HMAC Existing Reinf. Concrete 1 ° Flowable Backfill .t Existing Reinf. Concrete b Flowable Backfill Existing Subgrade Existing Subgrade - -/ •.______4• Compacted Subgrade Compacted Subgrade Emulsified Prime Coat A., 1 ' -4 " _-I Dowel into existing concrete with Emulsified Prime Coat 1' -0" a 8" Reinf. Concrete #4 bars @ 12" centers. Pavement bars to be bent down into header. Header and pavement to be monolithic. O O TYPICAL SECTION - STAMPED ASPHALT O TYPICAL SECTION - STAMPED ASPHALT O NTS NTS NOTES: 1. If existing edge of pavement is not in good condition, locate saw cut behind existing edge far enough to make a clean edge. 2. Existing 8" depth is typical, however depth may vary to as much as 12 ". No additional payment will be made for extra depth of concrete. 3. Pavers that are to be reset shall be set on no more than 1 "clean, sharp sand. T H E• C= T V . O F BRICK PAVER REPLACEMENT PROGRAM PROJECT a SCALE: 1" = 40' NO. m COPPELL DRAWN: SCT . Typical Sections & Details - Stamped Asphalt SHEET a NO. REVISION BY DATE I DATE: 03 -05 Q DRAWING FILE: CITY OF COPPELL DALLAS COUNTY, TEXAS 8 OF 1 0 ..... ................. i ,A . �� .:::::: :::::::::::_: G . LEGEND � / / / /i� ......... ....•.... r`, POWER POLE WATER METER } y. , . POST WATER VALVE / / f j w fi N GRATE INLET TELEPHONE BOX / // vaai GUY HARE FIRE HYDRANT z 4 MacArthur Boulevard STORM MANHOLE IRRIGATION CONTROL VALVE PUG 'n URAtlljtllljlljjjjfj! �/ 1 G- 415" - IRON ROO TRAFFIC LIGHT POLE - - -. �/Nll11RlHii!iiilf,d ,' � A 1, � J 1 1 1 . fl li 411111111111 1 011Jf111111111UUUlfjlllllf ld, �1t ;/ / UTILITY POLE TELEPHONE MANHOLE w / /// MONUMENT CABLE TELEVISION ro ! �/� 3 /, Z' ng s ELECTRIC BOX CLEAN OUT N j ' / / / / ` / / // D STUMP GAS METER ; .. .:..- ..: ` // X g:' 1 W / /� // EXISTING 8' SAN. S { SPRINKLER HEAD WATER MANHOLE ����' - , EXISTING 3" TREE GAS CALVE , /// 4 N LIGHT STANDARD ELECTRIC MANHOLE r 1 z �� w SIGN TRAFFIC SIGNAL CONTROL BOX m BUSH WASTE WATER MANHOLE � O <r Bethel School Road I MACARTHUR BOULEVARD @ BETHEL SCHOOL ROAD Condor Drive O Private Drive I C AUTION 1 �` T i •- .. .. - EXISTING 3" GAS •,y_.. N - ,..._ . -. .. - _ �'jl ,,: LOCATED THROUGHOUT r 'D "' ," - b `s '� LOCATIONS. CONTACT ATMOS ENERGY - x. *. • ® 1 -800- 344 -8377 48 HOURS PRIOR .. TO STARTING CONSTRUCTION. w z J cr. 1 W 3 MacArthur Boulevard MacArthur Boulevard �� o ' PUG i --- _.J,�.___ UNDERGROUND UTILITIES .; / - ' Z P UG PUG -- r pUG 11 v z x THE LOCATION OF EXISTING UTILITIES F ' ) SHOWN ON THESE PLANS ARE APPROXI— MATE >: AND BASED ON DATA FURNISHED w - BY UTILITY COMPANIES. IT IS THE RESPONSIBILITY OF THE CONTRACTOR \' 'ix, TO LOCATE AND VERIFY ON —SITE THE '. z v UTILITIES THAT MAY CONFLICT WITH -`\ v, z THE CONSTRUCTION. ,, x w •'; :ISTING 8" SAN. SEW \\ �r o . , .. .,..,.t:n� � ,' --- 1111 -- ` .......1-- --- 4 EXISTING 12" WA 444_ .411 Z O wiligilMilia I _____ _____________ / . -- - C MACARTHUR BOULEVARD @ CONDOR DRIVE MACARTHUR BOULEVARD @ VILLAGE PARKWAY (South) THE . 1 , Y O F BRICK PAVER REPLACEMENT PROGRAM a PROD CT SCALE: 1 " = 40' B COPFELL • DESIGNED: SCT Existing Utility Locations DRAWN: SCT a Bethel School Road - Condor Drive - Village Parkway S. SHEET DATE: 03 -05 g y 9 OF O a NO. REVISION BY DATE DRAWING FILE: CITY OF COPPELL DALLAS COUNTY, TEXAS - .... �.fEXa'T . WAS . R L!N .S z , , .: m LEGEND ,'; I a POWER POLE WATER METER 0: d 1 1 POST WATER VALVE ; " PU G — UG i \l , V - GRATE INLET TELEPHONE BOX ry Fu 4. r W s aO +1+ GUY MARE FIRE HYDRANT - - - , - .r ��' EXISTING 12 "WATER LINE i 7 . _ ' STORM MANHOLE IRRIGATION CONTROL VALVE I I l ,--„, LL, ( II IRON ROD TRAFFIC LIGHT POLE I + + # w 3 M'' UTILITY POLE TELEPHONE MANHOLE +; + ,,,c - j N.' '-' �� + V $ + • FO sm. MONUMENT CABLE TELEVISION — PUG FO 1,A! - - PU G -- -- - P, ti ' TV T V _ _ iS - SAN S W, ' ELECTRIC BOX CLEAN OUT MacArthur Boulevard O ,' z STUMP r GAS METER .$ �'�, a la SPRINKLER HEAD WATER MANHOLE �� 'Village Parkway North,., �� z + i r t l TREE GAS GALVE 41 LIGHT STANDARD ELECTRIC MANHOLE �► A =I:;�� � MACARTHUR BOULEVARD @ VILLAGE PARKWAY (North) s U _ .,_- -rs SIGN TRAFFIC SIGNAL CONTROL BOX ' -- - 54K1G-- c= S -1 �41 - p 8 ELECTRIC BOX WITH METER BUSH WASTE WATER MANHOLE yr % 9 , Z Samuel Blvd. z MACARTHUR BOULEVARD @ PARKWAY BOULEVARD N ti Z ® ';]Iw 3 a , - i PUG wit t. 11111111=m4 �� 1� !!! CAUTION !!! XI' - ING 12 WATER LINE EXISTING UNDERGROUND GAS LINES ARE - " - " " -" ! LOCATED THROUGHOUT THE INTERSECTION ___ 14 < LOCATIONS. CONTACT ATMOS ENERGY 7 a ®1- 800- 344 -8377 48 HOURS PRIOR F j TO STARTING CONSTRUCTION. I `v u 9 Z UI X 0r p w pUG _``-PU - -_ ' V UNDERGROUND UTILITIES `PUG �. i THE LOCATION OF EXISTING UTILITIES - SHOWN ON THESE PLANS ARE APPROXI- MATE AND BASED ON DATA FURNISHED BY UTILITY COMPANIES. IT IS THE RESPONSIBILITY OF THE CONTRACTOR \ TO LOCATE AND VERIFY ON -SITE THE UTILITIES THAT MAY CONFLICT WITH »..,. FO EXISTING 4 AN/NW- THE CONSTRUCTION. N- N N U1 N X MACARTHUR BOULEVARD @ SAMUEL BOULEVARD /VILLAGE DRIVE T M E. C 1 T V. 0 F BRICK PAVER REPLACEMENT PROGRAM PROJECT a` SCALE: 1" = 40' + + �+ CDFFELL DESIGNED: SCT Existing Utility Locations DRAWN: SCT SHEET DATE: 03 -05 Parkway Boulevard - Village Parkway N. - Samuel Boulevard / Village Drive a NO. REVISION BY DATE 1O OF 1O - DRAWING FILE: CIT OF COPPELL DALLAS COUNTY, TEXAS