DR0601-CN060512
-
I
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
THE CITY OF
-~ --------.--.-..-. -
C:,OPPELL
~ 'Oi..'<i. ~,.. ~i ..v~ #'.' t'J/~
0,' -:t~~~ ,J;( ~~~~:~. ~
,> ..,........._~~~"
F ....~~ ~ "
-1' ~ i' , "
CON5TRUCTfUN ~Ptt 11-1(A1 L01\::'
FOR
AJacArtJzur Blvd. / Cribbs Dr.
Drainage Pro/ect
DR 06-01
FOR
THE CITY OF COPPELL
APRIL
2006
C
~/) 1 ( 17 (!r:'r In ~
~' /
"
~--)
/ /^/
.--./ I. q / /) (I-
I
I
l
SECTION 1
BIDDING
DOCUMENTS
THE CITY OF
corPELL'
M~~.-" ~ ~i ~\' ,~.;'. di- ....
4-~' ~ '" . - -r-
".. .c ~ . ~ ," \)
1:' - q
t II is
TABLE OF CONTENTS
Page #
Section 1 - Bidding Documents
Notice to Bidders
Instructions to Bidders
Proposal/Bid Schedule
Prevailing WagE Rate3
1-4
1-5
1-15
1-23
Section 2 - Contract Documents
Standard Form of Agreement (Contract)
Certificate of Insurance
Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
2-2
2-8
2-9
2-10
2-12
2-14
For thIs project, the Standard SpecIficatIons for PublIc
Works ConstructIOn - North Central Texas Tlmd EdItIOn,
as prepared by the North Central Texas CouncIl of
Governments, the CIty of Coppell Standard ConstructIOn
DetaIls (Ord, #92-554), and AppendIx 'e DesIgn Cntena
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, DescnptlOn of Pay Items and/or Techmcal
SpecIfications Included herem.
Section 3 - Cit} of Coppell's Supplementary Conditions
to the NCTCOG General Provisions
3-1
Section 4 - Specific Project Requirements
4-1
Section 5 - Description of Pa} Items
5-1
NOTICE TO BIDDERS
The CIty of Coppell IS acceptmg bIds for the MacArthur Blvd. / Cribbs Dr. Drainage Project -
No DR 06-01 Plans and SpecIficatIons may be obtaIned for a non-refundable cost of $25 00 from
the Purchasmg Agent, 255 Parkway Blvd., Coppell, Texas, or telephone (972) 304-3698 Sealed
bIds addressed to the PurchasIng Agent, City of Coppell, Texas, for the MacArthur Blvd. / Cribbs
Dr. Drainage Project No. DR 06-01 wIll be receIved m thc PurchasIng Office at the CIty ofCoppell
Town Center, 255 Parbvay Boulevard, until 2':00 p.m., May 4,2006, and then publIcly opcned and
read aloud Each BIdder shall submIt tv\O IdentIcal copIes of thIS bid wIth the City of Coppell Bid
Nu. Q-0406-01 Ut:Slglldlt:u deariy UII the exlenor of the bId envelope Included with the bid there
should be a completed BId Affida\ It and a Proposal Guaranty per Item 1 5 of the NCTCOG's
I'd
Standard SpeCificatIons for PublIc \Vorks ConstmctlOn 3 EdItIOn.
A Pre-BId Conference has been scheduled for thIS proJect at the Coppell CIty Hall In the second
f100r conference room (255 Parkway Boulevard), at 2 00 p.m on Apnl 25, 2006 The conference IS
not mandatory; however, all mterested bIdders are strongly encouraged to attend.
The Owner reserves the nght to reJect any or all bIds and to WaIve formalItIes Unreasonable or
unbalanced umt pnces wIll be conSidered suffiCIent cause for reJectIOn of any bId or bids The
Owner reserves the nght 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 mspect the sIte of the work and to Infom1 themselves regardIng local
condItIOns and condItIOns under whIch the work IS to be done
Complete sets of bIddIng documents must be used m prepanng BIds, the CIty of Coppell assumes no
responsIbIlIty for errors or mIsInterpretatIOns resultmg from the use of Incomplete sets of BIddIng
Documents
1\,JO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE
A PART OF THE PROJECT The bidder shall not 1l1c1ude or prOVIde for sales tax on tangIble
personal property to be mcorporated mto the project. (Note ThiS procedure may not be used,
ho\\ e\ er, for matenals whIch do not become a part of the finIshed product, such as, eqUIpment rental
or purchase, form matenals, etc) In order to be exempt from the sales tax on such tangible personal
property. the contract shall separate and provIde separate charges for matenals to be mcorporated
mto the project from charges for labor The CIty WIll provIde the Contractor WIth an exemptIOn
certIficate for the matenals The contractor IS expected to Issue a resale certIficate 111 lIeu of paYIng a
sales tax at the tIme of purchase The bIdder shall show the cost of matenals (tangible personal
property) 111 the space provIded on the bId form The successful bIdder's bId form wIll be used to
develop a separated contract and determme the extent of the tax exemptIon.
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Tenns used m these InstructIOns to BIdders whIch are defined m the Standard SpeCIficatIOns
for PublIc Works ConstructIOn - North Central Texas 3rd Edltlon, as prepared by the
NCTCOG and the Supplementary CondItIOns of Agreement have the meanmgs assIgned to
them m these General CondItIOns The term "BIdder" means one that submIts a BId dlfectly
to Owner, as dlstmct from a sub-bIdder, who submIts a bid to a BIdder The term
"SLlccc~~f~l Blddcr" mc~n3 the !c\;. cst, qUalIfied" responsible DiJdci4 to Vv'hOlli tIie; Ow Her (vil
the hasls of the Owner's e\ aluatlOn as hereInafter provIded) makes an award. The term
"Blddmg Documents" mcludes the NotIce to BIdders, InstructIOns to BIdders, the BId Form,
and the proposed Contract Documents (mcludmg aU Addenda Issued pnor to receIpt of bIds)
SpeCIfic defined terms are
Owner' \Vhere\er the word "O\VNER" IS used m the speCIficatIOns and Contract
Documents, It shall be understood as refemng to the CIty of Coppell, Texas
Engmeer' Wherever the word "El\'GL\lEER" IS used m the SpecificatIOns and Contract
Documents, It shall be understood as refemng to the City EngIneer or his authonzed
representatIve, CltyofCoppell, PO Bo\. 9478, Coppell, Texas 75019
Inspector The authonzed representatIve of the CIty of Coppell assIgned to observe and
Il1spect any or all parts of the work and the matenals to be used therem.
2. Scope of\Vork.
ThIS proJect IS mtended to collect nmsance stormwater that ponds at the mtersectlOn of
MacArthur Blvd. and Cnbbs Dr The work shall consIst of the InstallatIon of approxImately
168 Imear feet of 18" slotted dram, one 2-grate mlet, and approxImately 50 hnear feet of 18"
RCP along MacArthur Blvd, between Samuel Blvd and Cnbbs Dr Work shall mc1ude aU
components necessary for the "turn key" constructIOn of the dramage proJect as shown m the
plans for DR 06-01
3. Copies of Bidding Documents
3 I 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
followmg general reqmrements pertam to the Blddmg Documents
A) No blddmg documents wIll be Issued later than two (2) days pnor to the bId openmg
date
1-5
Bidding Documents
B) After m\ ard of the Contract, the successful Bidder \\ III 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) Blddmg documents may be exammed free of charge at the offices of the CIty
Engmeer, City ofCoppell, 255 Parkway Boule\ard, Coppell, Texas
.) .2 Complete sets of Blddmg Documents must be used m prepanng BIds, the CIty of Coppell
assumes no responsibIlity for errors or mlsmterpretatlOns resultmg from the use of
lI1complete sets ofHlddmg Documents No partIal sets of plans, specIficatIons or proposal
fonTls \vlll be Issued
.) .) The Ovmer, 111 makmg copIes of Blddll1g Documents avallable on the above terms, does so
only for the purpose of obta1l1111g Bids on the Work and does not confer a license or grant for
anv other use
4. Qualifications of Bidders.
The BIdder shall submIt wlth1l1 five (5) days of the Owner's request such eVIdence as the
Owner may reqUIre to establIsh hIs financial responsibilIty, and possessIon of such
eqUIpment as may be needed to complete t work m an expedItIOus, safe and satIsfactory
manner The reqUIred mformatlon to be submItted shall consist of, but shall not necessanly
be lImIted to, the followmg
A Current ProJect Expenence (wlthm five [5] days If requested)
A lIst of all proJects presently under constructIOn by the bidder mcludIng approxImate
cost and completIOn date shall be submitted upon request.
B Past ProJect Expenence (reqUIred to be submitted With five [5] days If requested)
The BIdder shall submIt a lIst of comparable projects completed WIthin the prevIOus
fi\e years including approxImate cost(s), quantIties, and completIon date(s)
C EquIpment. (wlthm five [5] days lfrequested)
The BIdder shall provIde a lIst of equIpment, whIch w111 be used on thIS proJect
The Bidder shall demonstrate that he has adequate equIpment to complete thIS
proJect, properly and expeditiously and shall state what addItIOnal eqUlprnent, If any,
that he must rent/lease as may be reqUIred to complete thiS proJect.
D Fmanclal (wlthm five [5] days Ifrequested)
J -6
Bidding Documents
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 (cunent wIthIn the last Sl'\ (6) months of bId date) ThIS
InformatIOn wIll be used to confirm that the Bidder has sUItable financial status to
meet oblIgatIOns mCldental to pcrformmg the \vork.
E T echmcal Expenence
The BIdder shall demonstrate to the satisfactIOn of the O\vner that he has the
technIcal expenence to properly complete thIs proJect.
F Proof that the bIdder mamtams a pernlanent place of busIness
5 Conflict of Interest.
City Charter states that no officer or employee of the CIty shall have a financial Interest,
direct or mdlrect, In any contract wIth the CIty, nor shall be finanCIally mterested, dIrectly or
mdlfectly, m the sale to the CIty of any land, or nghts or mterest In any land, matenals,
supplIes or serVIces ThiS prohIbitIOn does not apply when the Interest IS represented by
ownershIp of stock m a corporatIOn mvoh ed, provIded such stock ownershIp amounts to less
than one percent (100) 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 Implted, of the persons or corporatIOns contractmg wIth the City
shall render the contract \ Oldable by the CIty Manager or the CIty Councll The Contractor
represents that no employee or officer of the CIty has an mterest m the Contractor
6 Examination of Contract Documents and Site.
6 1 Access to the site shall be from Freeport Parkway It shall be the contractors responsibIlIty
before submlttmg a BId, to (a) examme the Contract Docurnents thoroughly, (b) VISIt the sIte
to become famIlIar wIth local condItIons that may affect cost, progress, performance or
furnlshmg of the Work, (c) conSIder federal, state and local Laws and RegulatIOns that may
affect cost, progress. performance or furnlshmg of the Work, (d) study and carefully conelate
BIdder's obsef\ atlOns wIth the Contract Documents, and (e) notIfy Engmeer of all conflIcts,
elTors or dIscrepancies m the Contract Documents FaIlure to make these exammatlons shall
III no \\ay relIeve any BIdder from the responsibIlIty of fulfillmg all of the terms of the
contract, wIthout addItIOnal cost to the OWNER.
6:2 Information and data reflected m 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 eXlstmg structures,
Improvements, and utIlItIes shall be adequately protected, at the expense of the Contractor,
from damage that might othef\vlse occur due to constructIon operatIOns Where constructIOn
comes m close proxImIty to eXIstIng structures or utIlIties, or If It becomes necessary to move
/ - .., Bidding Documents
serVIces, poles, gUy \VlreS, 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 mformatlOn only and are not guaranteed
hy the CIty to be complete or accurate as to locatIOn and/or depth. It shall be the Contractor's
responslbllIty to venfy locatlOns and depths sufficIently m advance of constructIon such that
necessary adJustments may be made to allo\\ for the proper InstallatIOn. The Contractor shall
be lIable for damage to any utIlItIes resultmg from the constructIon of thIS proJect
6 3 Before submlttmg a BId, each BIdder wIll, at Bidder's own expense, make or obtaIn any
addltlOnal eXamInatIOns, mvestlgatlOns, exploratIOns, tests and studIes and obtam any
adlhtlOnal InfonnatlOn and data \\hlch pertam to the phYSIcal condItIOns (surface, subsurface
ami underground faCilIties) at or contiguous to the sIte or otherwise \v hlch may affect cost,
pmgrE'<;<; pE'rfOml<ltl('(' or fllml<;hln2' of thp Work ~nrl whu::-h B!dd'='f d,=,ems !1,=,cessary to
determme ItS BId for perfom1Ing and funllshIng the Work In accordance with the tIme, pnce
and other terms and condltIons of the Contract Documents
() 4 On request m ad\ ance, Owner \\/111 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 ltS fonner condItIOns upon completIOn of such
exp loratlOns
65 The lands upon whIch the Work IS to be performed, nghts-of-\\ay and easements for access
thereto and other lands deSIgnated for use by Contractor III performmg the Work are
Identified m the Contract documents
6 6 The submIssIOn of a BId wIll constItute an mcontro\ ertIble representatIOn by BIdder that
Bidder has complIed with eve!) reqUIrement of thiS ArtIcle 6, that Without exceptIOn the BId
IS premIsed upon performmg and fumlshmg the work reqUIred by the Contract Documents
and such means, methods, techmques, sequences or procedures of constructIOn as may be
IIldlcated m or reqUIred by the Contract Documents, and that the Contract Documents are
suffiCIent m scope and detail to mdlcate and convey understandmg of all terms and
condltJons for performance and furmshmg of the Work
7. Interpretations and addenda.
7 1 All questIons about the meamng or mtent of the Contract Documents are to be dlrected to the
Purchasmg Agent InterpretatIons or clanficatlOns consIdered necessary by the Purchasmg
Agent m response to such questIOns will be lssued by Addenda maIled or delIvered to all
bidders recorded as havmg recelved the Blddmg Documents QuestIOns receIved less than
n\ 0 days pnor to the date for openmg of BIds may not be answered. Only questIOns
answered by formal wntten Addenda wIll be bmdIng. Oral and other mterpretatJons or
clanficatlOns WIll be \vlthout legal effect Each BIdder shall acknowledge on the bId
proposal that all Addenda Issued have been recel\ ed
7 2 Addenda may also be Issued to modIfy the Blddmg Documents as deemed adVisable by the
Ovmer
1-8
Blddzng Documents
8. Contract Time.
8 I The tIme for completIOn m calendar days should be Included on the BId Form m the space
provided All \York shall be complete wIthin the calendar day count reqUIred by the
Contractor's Proposal The calendar day count shall commence ten (10) calendar days after
the date of the Notice to Proceed or,^, hen the contractor begins \\ ork, whIchever comes first.
8 :2 Pnor to the Issuance of the NotIce to Proceed by the Owner, the Contractor shall submlt a
detmled Progress and Schedule chart to the Owner for approval
8 3 ExtensIOn of the contract tIme shall be based on a Change Order or wntten amendment as
specIfied m Item 1 36 of the General ProvIsIOns.
9 Liquidated Damages
ProVIsIons for lIqUIdated damages are set forth In the Contract. LIqUIdated damages for thiS
project are Two hundred and forty dollars ($240 00) per day
10. Substitute or "Or-Equal" Items.
The Contract, If a\', arded, \Y III be on the basIs of matenals and equipment descnbed m the
Dra\vmgs or specified m the SpecIficatIOns Without consIderatIOn of possIble substItute or
"or-equal" Items \Vhenever It IS mdlcated m the DrawIngs or specified In the SpecIficatIOns
that a substitute or "or-equal" Item of matenal or eqUIpment may be furnIshed or used by
Contractor If acceptable to Engmeer, appl1catlOn for such acceptance wIll not be consIdered
by EngIneer until after the EffectIve Date of the Agreement No substItutIOns should be
conSIdered dunng the bidding process
11 Subcontractors, Suppliers, and Others.
11 1 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 pnor to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall wlthm se\ en (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 \\hlch such IdentIficatIOn IS requested Such lIst shall be accompanIed by an
expenence statement With pertment mformatlOn regardmg SImIlar proJects and other
eVIdence of qual1ficatlOn 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
m whIch case the apparent Successful BIdder shall submIt an acceptable substItute BIdder's
Bid pnce may be Increased (or decreased) by the dIfference In cost occasIOned by such
substItutIon, and the Owner may conSIder such pnce adJustment In evaluatIng Bids and
making the contract award.
1-9
Bidding Documents
If the apparent Successful BIdder declmes to make any such substItutIOn, the Owner may
a\\ Z1rd the contract to the next ]0\\ est BIdder that proposes to use acceptable Subcontractors,
Suppl1ers, other persons and orgamzatlOns The dec1mmg to make requested substitutIOns
wJlI not constitute grounds for sacnficmg the BId secunty of any BIdder
II::: No Contractor shall be reqUIred to employ an) Subcontractor, SupplIer, other person or
organizatIOn agamst "" ho Contractor has reasonable obJectIOn
12. Bid Proposal
12 I 1\\0 (2) completed Bid Proposals must be submItted In a sedled envelope as descnbed m
Item 15 The blank spaces In the Bid Fom1 shall be filled m for each Item for whIch a
q~l,U1.t]t~r IS glVen. an.d the Bldder shall state the prIce for whlch he proposes to do each ltem of
\\Iork All blanks on the bId fonn must be completed m Ink or typed No substItutIOns.
reVISions, or omISSIOns from the plans and/or specIficatIOns wIll be accepted unless
authon7ed m wntIng by the Owner
12 2 The legal status of the BIdder, that IS, as a corporatIOn, partnershIp, or mdlvldual, must be
stated on the BId Form A corporatIOn BIdder must name the state In which the orgamzatlOn
IS chartered. Bids whIch are signed for a corporatIOn shall ha\ e the correct corporate name
thereof, ItS post office address, and the signature of the preSIdent or other authonzed officer
of the corporatIOn, manua\1y wntten belO\\ the corporate name m the follOWIng manner' "By
"
If the bId IS made by an mdl\ Idual, hIS post office address shall be gIven. BIds whIch are not
signed by the mdlvlduals makmg them shall have attached thereto a power of attorney
eVldencmg authont) to SIgn the bId In the name of the person for whom It IS sIgned.
If the bId IS made by a firn1 or partnership, the name and post office address of the managmg
member of the firm or partnershIp shall be gIven or the bid may be sIgned by an attorneY-In-
fact If sIgned by an attorney-m-fact, there shall be attached to the bId a power of attorney
eVldencmg authonty to sIgn the bId, executed by the members of the firm or partners
13. Provision Concerning Escalator Clauses.
BIds contammg any condItion \\ hlch provIdes for changes m the stated bId pnces due to
mcrease or decrease m the costs of matenals, labor, or other Items reqUIred for thIS proJect,
may be reJected and returned to the Bidder WIthout bemg conSidered.
14. Estimates of Quantities.
The quantIties lIsted m the Bid Forn1 wIll be conSIdered as approxImate and wIll be used for
the companson of bIds Payments wIll be made to the Contractor only for the actual
quantIties of work perforn1ed or matenals furnIshed In accordance WIth the contract. The
quantIty of work to be done and the matenals may be Increased or decreased as provided for
m the Contract Documents
/-/IJ
Biddmg Documcnt\
15 Su bmission of Bids.
BIds will be receIved by the Purchasmg Agent, and shall be submItted to the Purchasmg
L\gent, City of Coppell, at the Town Center, 255 Parkw'ay Boulevard, POBox 9478,
Coppell, Texas 75019 untIl 2:00 p.m., Mav 4,2006 and then publIcly opened and read aloud.
T'A 0 Identical copIes of the bid enclosed In an opaque sealed envelope and marked wIth the
ProJect tItle, City of Coppell Bid No. 0-0406-01 and the name and address of the BIdder
shall be submitted Included \vlth 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 3rd EdItion If the BId IS sent through the mall or other delIvery system the
sealed envelope shall be enclosed In a separate envelope WIth the notatIOn "BID
ENCLOSED for ConstmctIOn of MacArthur Blvd. / Cribbs Dr. Drainage Proiect # DR 06-
QL" on the face of It and addressed to the Purchasing Agent, City of Coppell, Texas
16. 'VIodification and Withdra'" al of Bids.
16 1 BIds may be modIfied or Withdrawn by an appropnate document duly executed (In the
manner that a BId must be executed) and dehvered to the place where BIds are to be
submItted at any time pnor to the openIng of BIds
16.2 If, wlthm twenty-four hours after the BIds are opened, any BIdder files a duly sIgned wntten
notIce With the O\vncr and promptly thereafter demonstrates to the reasonable satisfactIOn of
Owner that there \\as a matenal and substantIal mIstake In the preparatIOn of the BId, that
Bluder may WIthdraw hIS bId Thereafter, that BIdder wIll be dIsqualIfied from further
blddmg on the work.
17 Rejection of Bids.
BIds may be rejected If they sho\\ alteratIOns of form, addItions not called for, condItIonal
bids, Incomplete bIds, erasures or megulantles of any kmd. The Owner reserves the nght to
waive any Irregulantles In the bIds as receIved and to reJect any and all bIds WIthout
quahficatIOn(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 pnces are ObVIOusly unbalanced
may be reJected. BIds submItted WIthout a Proposal Guaranty, per NCTCOG's Item 1 5 of
the Standard SpeCIficatIOns for PublIc Works ConstructIOn wIll be rejected BIds submItted
WIthout a Proposal Guaranty per Item 1 5 of the NCTCOG's Standard SpeCIficatIOns for
Public \Norks ConstructIOn 3rd Edition
18. Bids to Remain Subject to Acceptance.
All BIds WIll remain subject to acceptance for nmety (90) days after the day of the BId
openmg, but the Owner may, In ItS sole dIscretIOn, release any BId pnor to that date
l-Il
Bidding Documents
19 "-ward of Contract.
19 I The Owner reserves the nght to reject any and all Bids, to vvalve any and all mformalItles
e:\.cept for the time of submissIon of the Bid and to negotIate contract tern1S \\'Ith the
'Successful BIdder The Owner also reserves the nght to reject all nonconforn1mg,
non-responsIve, unbalanced or condItIOnal BIds Also, the 0\\ ner reserves the nght to reJect
the Bid of any Bidder If the Owner belJevcs that It would not be In the best mterest of the
Pro] ect to make an award to that BIdder, whether because the Bid IS not responSI\ e or the
Bidder IS unqualified or has doubtful financIal abilIty or fads to meet any other pertment
standard or cntena established by the Owner DIscrepancIes lt1 the multIplIcatIon ofumts of
\Vork and umt pnces wIll be rcsolved m favor of the umt pnces DiscrepanCIes bet\veen the
mdlcated sum of any column of figures and the conect sum thereof wIll be resolved m favor
of the correct sum
1 q :2 In evaluatmg BIds, the owner \\ 111 conSIder the qualIficatIOns of the Bidders, \\ hether or not
the Bids comply WIth the prcscnbed requIrements, and such alternates, umt pnces,
completIOn time, and other data, as may be requested m the Bid form or pnor to the NotIce of
Award
I C) 3 The Owner may conSIder the qualIficatIOns and expenence of any Subcontractors, Supphers,
or other persons or orgamzatlons proposed for those portIOns of the Work as to whIch the
IdentIty of Subcontractors, SupplIers, and other persons and orgamzatlOns must be submItted
as requested by the Owncr The Owner also may conSIder the operatIng costs, mamtenance
reqUlrements, perfon11ance data and guarantees of maJor Items of matenals and eqUIpment
proposed for IncorporatIOn m the Work \\hen such data IS reqUIred to be submItted pnor to
the NotIce of A Vv ard
19 4 The Owner may conduct such mvestlgatlOns as the owner deems necessary to assist m the
evaluatIOn of any BId and to establIsh the responSIbilIty, qualIficatIOns and finanCIal stabIlIty
of Bidders, proposed Subcontractors, Suppliers and other persons and orgamzatlons to
perform and furnIsh the Work m accordance \Vlth the Contract Documents to the Owner's
satIsfaction wlthm the prescnbed time
1 C) 5 If contract IS to be awarded, It wIll be a\\arded to the lowest and best qualIfied Bidder whose
evaluatIon by the Owner mdlcates to the Owner that the award wIll be m the best Interests of
the ProJect.
1 C) 6 If the contract IS to be a\\arded, the Owner wIll gIve the Successful Bidder a NotIce of
Award wlthm nmety (90) days after the date of the Bid opemng
20. Execution of Agreement.
Wlthm fifteen (15) days after wntten notIficatIOn of a\\ ard of the contract, the Successful
Bidder shall execute and furnIsh to the O\vner three (3) ongmal SIgned contracts and a
CertIficate of Insurance
I-I ;;
BIdding Documents
21 Affidavit of Bills Paid.
Pnor to final acceptance of this proJect by the Owner, the Contractor shall execute an
affidavIt that all bIlls for labor matenals, and mCldentals mcurred m the proJect constructIOn
have been pald m full, and that there are no claIms pendmg
22. Bid Compliance.
Bid must comply with all Federal, State, county and locallaw<, Contractor shall not hire nor
\\ ork any Illegal alien
23. Notice to Proceed.
Upon executIOn of the Contract, the Owner wIll Issue a wntten NotIce to Proceed to the
Contractor requestmg that he proceed with the constructIOn. The Calendar Day count on the
project shall commence \\ Ithm ten (10) calendar days after the date of NotIce to Proceed or
\\ hen the contractor begms \\ ork, whIchever occurs first.
24 Sales Tax.
The bIdder shall not mc1ude or provIde for sales tax. on tangIble personal property to be
mcorporated mto 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 matenals to be
mcorporated mto the proJect from charges for labor The City wIll provIde the Contractor
WIth an e'\emptlOn certificate for the matenals The contractor IS expected to Issue a resale
certIficate 10 heu of paYIng a sales tax at the tIme of purchase The bIdder shall show the cost
of matenals to be ll1corporated mto the contract (tangible personal property) m the space
prOVided on the bId form The successful bidders bId fonD wIll be used to de\ elop a
separated contract and wIll determme the extent of the tax exemptIon Upon executIOn of the
constructIOn contract, the successful bIdder shall proVIde a per Item breakdown of 1)
matenals mcorporated mto the proJect, and 2) labor, eqUIpment, supervIsIOn and matenals
not Incorporated ll1to the proJect
25. Silence of Specification
The apparent silence of these specl ficatlOns as to any detail or to the apparent omIssIon from
It of a detaIled descnptlOn concemIng any pomt, shall be regarded as meanIng that only the
best commercIal practIces are to prevail All mterpretatlOns of these speCificatIons shall be
made on the baSIS of thIs statement by Owner or theIr authonzed representatIve
26. Change Orders.
No oral statement of any person shall modIfy or otherwIse change, or affect the terms,
conditIOns or speCIficatIons stated In the resultmg contract All change orders to the contract
wIll be made m wntmg by the Owner
1-/3
En/dzng Documents
27 Assignment.
The Successful Bidder shall not sell, assIgn, transfer or convey this contract, In whole or m
part, wIthout the pnor wntten consent of Ov.mer
28. Veoue.
This agreement wIll be governed and construed accordIng to thc laws of the State of Texas
ThIS agreement IS perforn1ablc In Dallas County, Tcxas
29. Maintenance Bond.
The Contractor shall provIde a two ycar Mamtenanee Bond m the amount of 50~'o of the
value of the work at the completIon of the proJect The bond must be provIded pnor to final
payment by the CIty
1-14
BIdding Documents
BID FORM
PROJECT IDENTIFICA nON
MacArthur Blvd. / Cnbbs Dr Dramge ProJect
DR 06-01 In Coppell, Texas
BID OF
DATE
(1\AME OF FIRM)
THIS BID IS SUBMITTED TO
CIty of Coppell (hereinafter called OWNER)
c./o Purchasmg Agent
255 Parkway Boulevard
POBox 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO:
Q- 0406-01
The undersIgned BIDDER proposes and agrees, If thIS BId IS accepted, to enter mto an
agreement wIth OWNER m the form mcluded m the Contract Documents to perform and
furnish all Work as specIfied or mdlcated m the Contract Documents for the Contract Pnce
and \vlthIn the Contract TIme mdlcated m thiS BId and In accordance wIth the other terms
and condItIOns of the Contract Documents.
"1
BIDDER accepts all of the terms and condItIOns of the AdvertIsement or NotIce to BIdders
and InstructIOns to BIdders. ThIS BId wIll remain subJect to acceptance for mnety (90) days
after the day of BId openmg. BIDDER will Sign and submIt the Agreement \vIth other
documents reqUIred by the Blddmg ReqUIrements wIthIn fifteen (15) days after the date of
O\VNER's Notice of Award.
"l
j
In submIttmg thIS BId, BIDDER represents, as more fully set forth III the Agreement, that
(a)
BIDDER has examIned copIes of all the BIdding Documents and of the follOWIng
Addenda (receIpt of all WhICh IS hereby acknowledged)
No
Date
Rec'd
1-15
Bidding Documents
(b) BIDDER has famllIan7ed Itself wIth the nature and extent of the Contract
Documents, Work, sIte, localIty, and all local condItIons and La\vs and RegulatIOns
that m any manner may affect cost, progress, perfornlance or furnIshIng of the Work
(c) BIDDER has studIed carcfully all reports and drawlIlgs of subsurface conditIOns
contamcd m the contract documcnts and v" hlch have been used m preparatIOn of the
contract documents CONTRACTOR may rely upon the accuracy of the techmcal
data cont<lmed 111 such reports, but not upon nontechlllcal data, interpretatIOns or
opmlOns contamed therclIl or tor the completeness thereof for COI\TRACTOR's
purposes Except as Indlcdted m the Immelhately precedmg sentence
CONTRACTOR shall ha\ e full responsIbIlity \Vlth rcspect to subsurface condItIons
at site
(d)
(e)
(t)
BIDDER has studied carefully all drawings of the phYSIcal condItIOns m or relatmg to
eXisting surface or subsurface structures on the Site, whIch are contallled m the
contract documents and \vhlCh have been utIlIzed In preparation of the contract
documents CONTRACTOR may rely upon the accuracy of the techlllcal data
contamed In such drawIngs, but not for the completeness thereof for
CONTRACTOR's purposes Except as mdlcated In the ImmedIately precedmg
sentence, CONTRACTOR shall ha\ e full responsIbIlIty WIth respect to phYSIcal
conditIons In or relatmg to such structures
BIDDER has obtallled and carefully studIed (or assumes responsIbility for obtall1ll1g
and carefully studyIng) all such eXamll1atlOns, mvestlgatlons, exploratIOns, tests and
studIes (In addition to or to supplement those referred to In (c) above) \\hICh pertam
to the subsurface or phYSical condItIOns at the sIte or otherwIse may affect the cost,
progress, performance or furnlshmg of the Work as BIDDER conSiders necessary for
the performance or fumlshll1g of the Work at the Contract Pnce, wlthll1 the Contract
TIme and m accordance With the other terms and condItIons of the Contract
Documents, and no additIOnal examll1atIons, InvestIgatIOns, exploratIOns, tests
reports or slmllar InfOrnlatlOn or data are or wIll be reqUIred by BIDDER for such
purposes
BIDDER has revIewed and checked all lIlformatlOn 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 eXamll1atlOns, ll1VestlgatlOns, exploratIOns,
tests, reports or SImilar Il1fOrmatlOn or data m respect of SaId Underground FacIlIties
are or wIll be reqUIred by BIDDER Il1 order to perfonn and furnIsh the Work at the
Contract Pnce, WIthIn the Contract Time and m accordance WIth the other terms and
condItions of the Contract Documents
BIDDER has correlated the results of all such observatIOns eXamll1atlOl1S
, ,
m\ estlgatlOns, explorations, tests, reports and studies With the terms and condItIOns
of the Contract Documents.
1-16
Elildlng Documents
(g) BIDDER has gIven ENGINEER \vntten notIce of all conflIcts, errors or
discrepanCies that It has discovered In the Contract Documents and the wntten
resolutIOn thereof h) ENGINEER IS acceptable to BIDDER.
(h) ThIS bId IS genUIne and not made In the Interest of or on behalf of any undisclosed
person, firm or corporatIon and IS not submItted In conformIty WIth any agreement or
rules of any group, aSSOCIatIOn, organIzatIon or corporatIOn, BIDDER has not
dIrectly or lI1dlrectly lI1duced or soliCIted any other Bidder to submIt a false or sham
Bid, BIDDER has not solICIted or mduced any person, firm or corporatIOn to refraIn
fTOm blddmg; and BIDDER has not sought by collUSIOn to obtam for Itself any
advantage O\; er any other BIdder or over OWNER.
(I) It IS understood and agreed that the followmg quantities of work to be done at UnIt
pnces are approXImate only and are mtended pnnclpally to serve as a glllde m
evaluatIng hlds
u) It IS understood and agreed that the quantItIes of work to be done at UnIt pnces and
matenals to be furnIshed may be mcreased or dlmll1lshed as may be conSidered
necessary In the opInIOn of the O~TNER to complete the work fully as planned and
contemplated, and that all quantItIes of work, whether mcreased or decreased, are to
be performed at the 1I111t pnces set forth, except as prOVIded for In the Contract
Documents
4 It IS understood and agreed that all \vork under thIS contract wIll be completed wlthm the bId
calendar days CompletIOn date wIll be establIshed 111 the NotIce to Proceed It IS understood
that tIme of completIOn wIll bee a consideratIOn m the award of the bid.
5 It IS understood and agreed that the contractor expenence m thIS type of work wIll be a strong
consIderatIOn In the award of the bId.
6 It IS strongly recommended that each bidder VISIt the sIte pnor to submlttmg a bid.
ConstructIOn constramts eXIst. mc\udmg traffic that could affect productIvIty
7 BIDDER wIll complete the Work for the follOWIng pnce(s)
J - / ~
Biddmg Dncuments
I \ ( ,
\ I ,i fl W,!oi~
!
'lacArthur Bh d. / Cribbs Dr.
DRAI~ \GE PROJFCT # DR 06-01
l ~IT PRICE BID SCHEDULE
IlC I11
'\0
,
I
1 l nit
IJLU;lt It \
1-)
LS
,
I
I
f:
l)"
51
I
I
h
IU
I
I
[" ~ln_~ ~~.
I i
I
I
,
I
I
I
,
I
I
1-3
')n
f ].,
II
l
Ib~
LF
I
I De~cnptlon LmJ Pnce 1[1 \\ ords
TrJ.ffic Contrul
Cllmplete 111 Place
F~ ~ 2.. ~i-~ \ u \J-~ ~l~;'-~-
and __~____ ('-.0 Cents
per lump sum
Remo\e &. DIspose of EXlst1l1g
Concrete Pav1I1g
Complete 111 Place
~ Th~cty ----~ Dollars
and ~ Cents
per square yard
Furnlsh & Install 18" Class I\ Rep
Complete m Place d fI
One.. tlu..n_rea
~/t7 flt-y Q\"~ Dollars
and -tJ.Q Cents
per lmear foot
Construct 2-Grate Inlet
Complete 111 Place
EQLL(' Th
F, Ve.
and
per each
Fumlsh &. Install 18" Slotted Dram
Complete 111 Place
(LtJ (JLt,tN 0 ~()_!~ f rJ ry.=-
F ( J E:__ Dollars
and ____tLQ~-=_~~ Cents
per Imedr fUG t
, I ~
ll11'
Pnce
{'r--.".-.,,,nn
:...;, UUL./ -
30.00
1~~'OO
4/ 500,00
! d 5 · DO
I Total
I Pnce
I
I
i
I
1 ,.- ~ ~- ,,...-
I :J j ,-,.."~A_'
I
I
I I
I ~/ g lO ,00 I
~
I
I
{oj (15000
Li 500 00
I
d
~ I, 0 D6
l
i
I
I
....,,1
BldJl/'''S DOUil1"L'IlU
\lac '\.rthur Bh d. I Cribbs Dr.
DR-\I:\AGE PROJECT # DR 06-01
l ,\TIT PRICE BID SC HEDVLE
~~e~-0U'I~t I t\
,I '\J ()
==;l
[ I1lt i DescnptIon Jnd Pncl In \\ ords
l nit
PrIce
Total
Pn.,e
1-')
l) ()
C;'r
Construct Concrete Pa\cmcnt \\ Ith
Inteural Curb
;:,
Pa\ement Remu\al Jnd
n _ 1 .
1'\.CfJ lclLClllClll
Complete 111 Place
't: r:5' 0 0
I
I
J, i [,(, ::"0 II
..... I ~ "'"- -
--~-~ J ~~-
~l q,l L '-7 F, V Q D,)Ilars
and ~__._NQ_ Cents
per square) ards
~
TOT ~L BID ITEIVIS 1-] thru 1-6
$
Lt11iO' DO
I
T.~'\iGIBI"E PERSON ~L PROPERT\ COST
60
$ ;)~ <0{SO
,.
! J 'J
Eli/ding Do, !(Inf'n!1
BID ~ l'\l\I\R \
TOT \L PRIl L
C "'..LEND.t\R
DArS
11)1\] BIDIIErvlSB-\q:HlD
I -] t hru 1- ()
00
s Lf 1/t J-O
, -
'1~-
h \\ I.rlis
FOI0TY SEUlN TI!r:;llSl}rJO EIGHT t!llND{}E)
__ ,_ 1 . ~ )t-,/ _ ~
/ f,AJ6N ry It Iff) //rCJ'D /J~LL/1.t(5
(I BIDDER agrees that all Work <.l\\arded \\111 be completed \x"Ithm t-fb Calendar Days
(ontract tlme \x" III commence tl) run as provIded In the Contract Documents
CommUnlCatlOl1S concemmg this BId shall be addressed to the address of BroDER mdlcated
on the applicable signature page
i\ BIDDER understands that the Owner IS exempt from State Limited Sales and l se Tax on
tangible personal property to he 1I1corporated Into the proJect Said taxes are not mcluded In
the Contract Pnce (see IJ1structlOns to BIdders)
li The tenus used 111 thiS BId \\ hlch are defined m the General CondltlOns of the ConstructIon
Contract mcluded as part of the Contract Documents have the meanings assIgned to them m
the General CondItIons
The eny of Coppell resenes the nght to delete any portIon of thIS proJect as It may deem necessary
to ::,t.1\ \x"lthm the Clty'S a\ all.1ble funds Should the \It) elect to delete an) portIon, the contract
quantIties \\Ill be adjusted accordmgly
Sl'B\IITTED O~
5 - L( -00
Signature
I~'f/U'L-
PROPOSAL Gl'AR.\I\T\
~ Proposal Guarant) shall be provided In accordance \\ith Item 1 5 of the NCTCOG's
Standard Specifications for Public \\ orks Construction
, -:2 II
Bidding ulJCw>'IC>1IS
BID AFFlD-\ VlT
The undersIgned certltles that the bid pnces contamed In thIS bid ha\ e been carefully reI" le\\ed and
are submitted as correct and final Bidder further certifies and agrees to fumlsh any and'or all
commodItIes upon \\ hlCh pnces are extended at the pnce offered and upon the condItions contaIned
m the SpecIficatIons of the [m Itatlon to BId The pcnod of acceptance of thiS bid \\ 111 be mnety (90)
calendar days from the date of the bid opemng
STATE OF I e-Xa.s, COL''\TY OF T 0-.-'( rGlVl.-t BEFORE ME,
the undersIgned authont\, a 1\otaf) Puhllc m and for the State ofTI-xa.s, on thiS day personally
appeared _-1'\'<\0)( ~~___ \\ he.) after bemg b) me duly S\\ om, dId depose and say
"
., ctlllC
"[ _JsnQX Koss
'\Jame
am a dull authonzed office agent for
~J A
W \ 14)(), I(l(l./,
I
'\'ame of Fmn
and ha\ e been duly authonzed to execute the
foregOIng on behalf of the saId _~d.
A. \AL \ Son :fn c..,
0Jame ofFIITn I
I hereb) certIfy that the foregomg bId has not been prepared m collusion \\ Ith any other Bidder or
mdl \ Iduall S) engaged m the same lme of busmess pnor to the official opemng 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 m any pool agreement or combmatIon thercot~ to control the pnce of sef\ Ices
commodities bId on or to mf1uence an) mdt\ Idual(s) to bId or not to bId thereon"
'\ameand~ddressofBldder ;25dG7J!.LPoffO(\J ST. Fort- Wn~
/ I
--~-TX 70 (to
Telephone (~(7) cr:l3 - & ltJOb) Lnn>c 12QS S
Title Secre\Q.rv __Signature) ~r; VI--\..
I
Sl 'BSCRIBED A\.'D S\\ OR\: to before me by the aho\ e named _kflOX ~SS
on tlm the ~ "*=~ day of -----fV\ay . 2006
_ _ _ - - - Notary Puhllc In and for the State of -.TeXQ s.
~LJ). 1oA~
, 'I
1 _ J
~
~'" ~\,
),:;
J
BEvERLy D FARREN
No'or', Public
S'<:J'e 0' Tex:Js
I\i1v CommiSSion E 'es ..
September 21 20C6 ,
Bl(fd,ng Documents
If BroDER IS
An lndi,idual
(Seal)
B\
(lndl\ Idual's "\lame)
ckllng bUSIness as
Business address
Phone '\0
.\ Partnership
B\
I Scali
(hrm Name)
(General Partner)
Business address
Phone No
.\ CorporatIOn
B\_-LJ A. ML-lson{ Inc.,
(CorporatIon ~ame)
----J as
-- ex
1/ ~State of lncorporatlOn)
D nox -1SQSS
('\Jame ~ person authonzed to Sign)
See rerax--v---LTl'e a.su-('€ r
evitle)
(Corporate Seal) ?\..... I, / /'1 . _
"",ttest / 2!:J.~---LJ,I~
Business address d~~e~etaW~a-ffO IJ S-rF ft. W or-th, ]A ~lLO
f1hone No <3l7 - '113 -0 L100..
By
.\ Joint \ enture
B\
('\ ame)
( -\ddress)
B\
('\'ame) ( ,\ddress)
(Ed h 1"1n! \entUre must <;1~'11 The marmer <.'f slgnmg for each mdl\ lduaL partner,hJf' and corporatlOn that 1, a par1ner to
the 1'1ml \enturc shuuld be III the manner indicated aho\c I
/ -~:
Bidding Doczl''1i!I){\
PREVAILING 'VAGE RATES
c\ Ir roo I Operator
\sphalt Raker
\sph<llt '\hO\ eler
\sphalt Distributor Operator
<\sphalt Pavmg \lachme
BalLhmg Plant VI' elgher
Broom nr 'Sweeper Operator
BulldoLcr
( arpenter
( oncrete hlllsher-Pa\ IIlg
( oncrete FIllIsher- Stmctures
( oncrete PavlIlg Curblllg Machme
( oncrete PavlIlg Fmlshmg Machmc
( oncrete Pa\ lIlg Jomt Sealer
( oncrete PavlIlg "aw Opera lor
( oncrete Pavmg Spreader
( oncrete Rubber
(rane Clamshell, Backhoe, Derrick,
Draglme Shovel Operator
Flectnual
Flagger
Form BUllder-~tructures
Form Lmer-Pavmg and Curb
Foundation Dnll Operator, Craw ler Mount
hlflTI 'Setter -" tructures
Foundation Dnll Operator Tmck Mounted
Front End Loader
Laborer-Common
Laborer-l tlllt)'
Mcchamc
1006
11 01
880
13 99
1278
Mlllmg Machme Operator Fme Grade
Mixer Operator
T\lotor Grader Operator Fme Grade
Motor Grade Operator Rough Oller
Oller
14 15
988
1322
Pamter-Stmctures
Pa\ ement Markmg Machmc
Plfle [ ayer
1280
1285
1,27
1200
13 63
1250
L3 56
1450
18 12
Rcmforung Steel Setter Pavmg
Remforcmg 'Stee] Setter Structures
Roller, Steel Wheel Plant-MIX Pavements
Roller, Steel \Vheel Other Flat\vheel or
Tampmg
Roller, PneumatlL ~elf-Propelled
Scraper
Servlcer
Shp Form Machme Operator
Spreader Box Operator
14 12
18 12
843
11 63
11 83
1367
11 63
1630
1262
Tractor-Cra\vler Type
Tractor-Pneumallc
Travelmg Mixer
Tmck Dnver Lowboy/Float
Tmck Dnver-SlIlgle Axle Heavy
Truck Dnver-SlIlgle Axle Light
Truck Dnver -Tandem Axle Semi Trader
Truck Dnver-Translt \1IX
9 18
1065
\\ agon-Dnll, Bonng Machme Post Hole
Dnller
\\ ork Zone Barricade
\\ elder
1697
J-;;3
11 83
11 58
1520
]450
1498
13 17
1004
11 ()4
1486
1629
11 28
10 l)2
]] 07
1142
1232
12 33
1092
126U
1291
1203
1493
1147
1091
11 75
1208
1400
1009
1357
BiddIng Documents
SECTION 2
CONTRACT
DOCUMENTS
THE CITY OF
COPPELL
^ ~
-v
rj is
ST ANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT IS dated as of the
-tit
, ~ day of
\V\o.~
a mUnIcipal corporatlOn
m the
year 2006 by and between the CITY OF COPPELL, TEXA.S,
(herem after called OWNER) and Ed A. Wilson, Inc. (heremafter called CONTRACTOR)
OWNER and CONTRACTOR, In consideratIon of the mutual covenants hereInafter set forth, agree
as follows
Article 1. WORK.
CONTRA.CTOR shall complete all Work as specIfied or IndIcated m the Contract Documents The
Work IS generally descnbed as follows
ThIS proJect IS Intended to collect nUIsance stormwater that ponds at the IntersectIon of
MacArthur Blvd. and Cnbbs Dr The work shall consIst of the InstallatIon of apprmumately
168 lInear feet of 18" slotted draIn, one 2-grate Inlet, and approxImately 50 lInear feet of 18"
RCP along MacArthur Blvd, between Samuel Blvd and Cribbs Dr Work shall Include all
components necessary for the "turn key" constructIOn of the dramage proJect as shown m
the plans for DR 06-01
The ProJect for whIch the Work under the Contract Documents may be the \V hole or only a part IS
generally described as follows
MacArthur Blvd. / Cribbs Dr. Drainage
Project # DR 06-01
Article 2. ENGINEER.
The ProJect has been deSIgned by the City of Coppell Engineering Department. Contract
admInIstratIOn wIll be proVIded by the CIty of Coppell Engmeenng Department who IS heremafter
called ENGINEER and who IS to act as OWNER's representatIve, assume all dutIes and
responsIbIlItIes and have the nghts and authonty assIgned to ENGINEER m the Contract
Documents In connectIOn WIth completIon of the Work m accordance WIth the Contract
Documents
2-2
Contract Documents
Article 3. CONTRACT TIME.
3 1 The Work will be completed wlthm 45 calendar days from the date when the
Contract tIme commences to run as provIded m Item 1 13 of the General ProvIsIons, and
completed and ready for final payment m accordance wIth Item 1 51 of the General
ProvIsions.
3 2 LIqUIdated Damages OWNER and CO.!'JTRACTOR recogmze 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 m paragraph 3 1 above, plus any extensIOns thereof
:l!1o'.\'ed m accordance \vlth ItClil 1 JG (If tlle GeJleI dl Prov ISlons. 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 requmng any such proof, OWNER and CONTRACTOR agree that as lIqUIdated
damages for dally (but not as a penalty) CONTRACTOR shall pay OWNER Two hundred
forty and no/l00 dollars ($240.00) for each day that expires after the tIme specIfied In
paragraph 3 1 for CompletIOn untIl the Work IS complete
Article 4. CONTRACT PRICE.
4 1 OWNER shall pay CONTRACTOR for completIOn of the Work In accordance WIth the
Contract Documents m current funds subJect to addItIons and deductIons by Change Orders
as provIded In the contract documents In accordance WIth the umt pnces hsted In SectIOn 1
- Proposal and BId Schedule The contract sum shall be the amount of $ 47,820
The total tangIble personal property cost Included In the contract sum IS $ 25.000
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submIt ApplIcatIons for Payment In accordance WIth Item 1 51 of the
General ProVIsIOns. ApplIcatIOns for Payment wIll be processed by ENGINEER as provIded m the
General ProvIsIons.
5 1 Progress Payments. OWNER shall make progress payments on account of the Contract
Pnce on the baSIS of CONTRACTOR's ApplIcatIOns for Payment as recommended by
ENGINEER, each month dunng constructIOn as provIded below All progress payments
will be on the baSIS of the progress of the Work measured by the schedule of values
estabhshed In Item 1 51 of the General ProvIsIons (and In the case ofUmt Pnce Work based
on the number of umts completed) or, In the event there IS no schedule of values, as
provided In the General ProvIsIOns
2-3
Contract Documents
..
5 1 1 Pnor to CompletIOn, progress payments will be made m an amount equal to the
percentage IndIcated m Item I 51 2 of the General ProvIsIons, but, m each case, less the
aggregate of payments prevIOusly made and less such amounts as ENGINEER shall
determme, or OWNER may wIthhold, m accordance wIth Item 1 52 of the General
PrOVISIOns.
52 fmal Payment. Upon final completIOn and acceptance of the Work m accordance wIth
Item 1 51 4 of the General ProvIsIOns, OWNER shall pay the remamder of the Contract
Pnce as recommended by ENGINEER as provIded m saId Item 1 51 4
A rtklp tl INTEREST
No Interest shall ever be due on late payments
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to mduce OWNER to enter mto thIS Agreement CONTRACTOR makes the follOWIng
representatIOns
7 1 CONTRACTOR has studIed carefully all reports of exploratIOns and tests of subsurface
condItIOns and drawIngs of physIcal condItIons whIch are IdentIfied In the Supplementary
CondItIons as proVIded In Item 1 3 of the General ProvISIOns, and accepts the determInatIon
set forth In Item SC-1.20 of the Supplementary CondItIons of the extent of the technIcal
data contaIned m 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 exammatlOns, m\ estIgatlOns, exploratIOns, tests,
reports, and studIes (m 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 Pnce, wIthIn the Contract TIme and In accordance wIth the other terms and
condItIOns of the Contract Documents, mcludmg speCIfically the proVISIOns of Item 1 3 of
the General ProVISIons, and no addItIOnal exammatIons, InvestIgatIOns, exploratIons, tests,
reports, studIes, or SImilar mformatIon or data are or WIll be reqUIred by CONTRACTOR
for such purposes
2-4
Contract Documents
7 3 CONTRACTOR has revIewed and checked all InformatIOn and data shown or
mdlcated on the Contract Documents wIth respect to eXlstmg Underground FacIlItIes at or
contIguous to the sIte and assumes responsibilIty for the accurate locatIOn of saId
Underground FaCIlItIes No addItIonal exammatlOns, InvestIgatIOns, exploratIOns, tests,
reports, studIes, or sImIlar mformatlOn or data m respect of saId Underground FaCIlItIes are
or wIll be reqUIred by CONTRACTOR m order to perfornl and furnIsh the Work at the
Contract Pnce, wlthm the Contract tIme and m accordance WIth the other temlS and
condItIOns of the Contract Documents, Includmg speCIfically the provIsIons of Items 1 3,
1 20 and 1.21 of the General ProvIsIons
74 CONTRACTOR has correlated the results of all such observatIOns, eXamInatIOns,
111'-'P"tlg('t10!1S ~,=p!0rat!0!1S, te~ts, report~, 3nd ~tudlC:; \vith the terms and c0ndltiui1~ uf the
Contract Documents
7 5 CONTRACTOR has given ENGINEER wntten notIce of all conflIcts, errors or
dIscrepanCIes that he has dIscovered In the Contract Documents and the wntten resolutIOn
thereof by ENGINEER IS acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents whIch compnse the entIre agreement between OWNER and
CONTRACTOR concernIng the Work consIst of the followmg
8 1 ThIs Agreement (pages 2-2 thru 2-7, mcluslve)
82 CertIficate of Insurance and Bonds (pages 2-8 thru 2-15, InclusIve)
8.3 NotIce of Award.
8 4 Part 1 General ProVISIons of the Standard SpeCIficatIons for PublIc Works
ConstructIOn, NCTCOG. thIrd editIon
85 Supplementary ConditIons to the NCTCOG, Part 1 General PrOVIsIOns (pages 3-2
thru 3-10, InclusIve)
8 6 SpeCIficatIOns beanng the tItle "ConstructIOn SpeCIficatIons and Contract
Documents for the "MacArthur Blvd. / Cnbbs Dr DraInage Project # DR 06-01 for
the CIty ofCoppell"
8 7 DraWIng entitled DR 06-01
2-5
Contract Documents
8 8 The followmg lIsted and numbered addenda.
8 9 CONTRACTOR's BId Proposal and BId Schedule of SectIOn 1 - BIddIng
Documents.
8 10 DocumentatIon submItted by CONTRACTOR pnor to NotIce of Award.
8 11 The folloWIng whIch may be delIvered or Issued after the EffectIve Date of the
Agreement and are not attached hereto All Wntten Amendments and other
documents amendIng, modIfYIng, or supplementmg the Contract Documents
pursuant to Items 1 37 and 1 38 of the General ProvIsions.
8 12 The documents lIsted m paragraphs 8.2 et seq above are attached to thIS Agreement
(except as expressly noted otherwIse above)
The Contract Documents may only be amended, modIfied, or supplemented as provIded In Items
1 37 and 1 38 of the General ProvIsIOns
Article 9. MISCELLANEOUS.
9 1 Terms used In thIS Agreement whIch are defined In Item 1 0 of the General ProvIsIons
wIll have the meanIngs IndIcated In the General ProvIsIOns
9 2 No assIgnment by a party hereto of any nghts under or Interests In the Contract
Documents wIll be bIndIng on another party hereto wIthout the wntten 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 restnctlOn may be lImIted by law), and unless specIfically stated to the
contrary In any wntten consent to an assIgnment no assIgnment wIll release or dIscharge the
assIgnor from any duty or responsibIlIty under the Contract Documents.
9 3 OWNER and CONTRACTOR each bInds Itself, ItS partners, successors, assIgns and
legal representatives to the other party hereto, ItS partners, successors, assIgns and legal
representatIves In respect of all covenants, agreements and oblIgatIOns contaIned In the
Contract Documents
2-6
Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have sIgned thIs Agreement m
tnplIcate 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
~~ \:1.
\ ~
,2006
O\VNER
CIty ofCoppell
255 Parkw8Y Rn111pv;ml
Coppell, TX 75019
CONTRACTOR.
Ed A WIIson,Inc
2526 \V Pafford St.
Fort Worth, TX 76110
BY
i /;
~
V"
BY
/ ~~!/)v---
TITLE
/
.)-'
TITLE
Secretary
, F.,F'
./
ATTEST
ATTEST ~ALr f~
Address for glvmg notices
Address for glvmg notIces
POBox 9478
Coppell, Texas 75019
Attn Ken Gnffin, P E
Dlr ofEngmeennglPublIc Works
2526 ~ Pafford St.
Fort Worth, TX 76110
(If OWNER IS a publIc body, attach
eVIdence of authonty to Sign and
resolutIOn or other documents
authonzmg executIOn of Agreement.)
(If CONTRACTOR IS a corporatIOn, attach
eVidence of authonty to SIgn.)
2-7
Contract Documents
Local 8171923-6400
Fax' 817/923-6242
E-mail offlce@edawilson.com
Webslte edawllson com
ro~Wl~~~D
2526 W Pafford St
Fort Worth Texas 76110
Civil Division
Billing Address
PO Box 11423
Fort Worth TX 76110-0423
CORPORATE RESOLUTION
As the President of Ed A. Wilson, Inc., I attest that Knox Ross is the
Secretary of the firm and is hereby authonzed to execute all bidding and
contract documents for Ed A. Wilson, Inc.
NAME OF ORGANIZATION
By.
DATE'
June 6. 2000
Mr Ed A. Wilson, being dully sworn deposes and says the information
provided herein is true.
00
Subscribed and sworn before me this 6
Notary Public.
My Commission Expires'
Julv 29, 2003
Contractor of the Year 2002
American Public Works Association / North Central Texas Chapter
Certificate of Insurance
A.fter award of contract, Contractor wIll provlde Owner wIth CertIficate of Insurance whIch will be
executed and hound here wIth final documents
2-8
Contract Docum~nts
General Instructions For Bonds
,\ The surety on each bond must be a rcsponslble surety company whIch IS qualIfied to do
buslncss m Texas and satisfactory to the Ov.mer
B Thc name, and reSIdence of each mdl\ Idual party to the bond shall be mserted m the body
thereof. and each such party shall Sib'll the bond \vlth hIS usual signature on the lme opposite
the scroll seal, and If slb'11cd m Mame, Massachusetts or Ne\\ Hampshire, an adheslvc seal
shall he affi"ed OppOSItC the sIgnature
l' If the pnnclpals are partners, theIr ll1dlvldual names WIll appear m the body of the bond,
,\, !th the fee!t:!! th.1t they :lre p'"~rtr1ers C'8rnpo~ln; ~ firm, naiJling It, and all tIle i11e.irdJcfs u[
the firm shall execute the bond as mdlVlduals
o Thc sIgnature of a wItness shall appear m the appropnate place, attestmg the sIgnature of
each mdlVldual party to the bond,
E If the pnnclpal or surcty IS a corporatIOn, the name of the State m which Incorporated shall
be ll1serted m the appropnate place m the body of the bond, and saId mstrument shall be
executed and attested under the corporate seal, the fact shall be stated, 111 whIch case a scroll
or adheSive seal shall appcar followmg the corporatc name
F The offiCIal character and authonty of the person or persons executmg the bond for the
pnnclpal, If a corporatIOn shall be certIfied by the secretary or assIstant secretary accordmg
to the form attached hereto In heu of such certificate, records of the corporatIOn as wIll
sho\\ the offiCIal character and authonty of the officer slgmng, duly certIfied by the
secretary or assIstant secretary, under the corporate scal, to be true copIes
G The date of thIS bond must not be pnor to the date of the contract 111 connectIOn WIth whIch
It IS gl\ en.
2-9
Contract Documents
Bond #0110327
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: That Ed A. Wilson, Inc.
\\< hose address IS PO Box 11423, Fort Worth, TX 76110
heremafter called Pnnclpal, and Carolina Casualty Insurance Company , a
corporation organIzed and eXlstmg under the laws of the State of Florida , 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 eXlstmg under the laws of the State of
Texas, heremafter called "BeneficIary", m the penal sum of FORTI SEVEN THOUSAND
EIGHT HUNDRED Th1ENIY AND 00/100------ DOLLARS
~ -- -.- .----
($ 47, 820.00 ) 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, vye bmd 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 mcreases the Contract pnce, but m no event shall a Change Order or Supplemental
Agreement WhICh reduces the Contract pnce decrease the penal sum of thIs Bond.
THE OBLIGATION TO PAY SAME IS condItIoned as follows Whereas, the PnncIpal
entered mto a certaIn Contract wIth the CIty of Coppell, the BeneficIary, dated the of
, A.D 2006, whIch IS made a part hereof by reference, for the constructIOn of
certaIn publIc Improvements that are generally described as follows
Construction of the:
MacArthur Blvd. / Cribbs Dr. Drainage
Project No. DR 06-01
Bid No. Q-0406-01
NOW, THEREFORE, If the PnncIpal shall well, truly and faIthfully perform and fulfill all
of the undertakmgs, covenants, terms, condItIOns and agreements of saId Contract In accordance
With the plans, speCIficatIOns and Contract documents dunng the ongmal term thereof and any
extensIOn thereof WhICh may be granted by the BeneficIary, WIth or WIthout notIce to the Surety,
and dunng 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 authonzed modIficatIOns of saId Contract that may hereafter be made, notIce of whIch
modIficatIOns to the Surety bemg hereby waIved, and, If the PnncIpal shall repaIr and/or replace all
defects due to faulty matenals and workmanshIp that appear WIthIn a penod of one (1) year from
the date of final completIOn and final acceptance of the Work by Owner; and, If the Pnnclpal shall
fully IndemnIfy and save harmless the BenefiCIary from all costs and damages whIch BenefiCIary
may suffer by reason of fmlure to so perform herem and shall fully reimburse and repay BenefiCIary
all outlay and expense WhICh the BenefiCIary may mcur m makmg good any default or defiCIency,
then thIS oblIgatIOn shall be VOId, otherwIse, It shall remam In full force and effect.
2-10
Contract Documents
PROVIDED FURTHER, that If any legal actIOn be filed on thIs Bond, exclusIve Venue
shall he ITI Dallas County, Texas
AND PROVIDED FURTHER, that the saId Surety, for value receIved, hereby stlpulates
and agrees that no change, extensIon oftIrne, alteratIOn or addItIon to the terms of the Contract or to
the Work to be performed thereunder or the speCIficatIOns accompanymg the same shall m anyway
affect ItS oblIgatIOn on thIs Bond, and It does hereby Waive notIce of any such change, extensIon of
tune, alteratIon or addItion to the tern1S 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.
TIIC UlIJCl::>lbllCJ dUJ JC::>lblldlcJ dbClIl I::> l1cH:by JC::>lblldku by the SurelY herem a~ lhe
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 m matters ansmg 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 mstrument IS executed In
3
copIes, each
one ofvvhlch shall be deemed an ongmal, thIS the
day of
,2006
PRINCIPAL
SURETY
Ed A.
Wilson, Inc.
)~
Carolina Casualty Insurance Company
By
TItle
Secretary
By
Title
,
/,.{ jt.c,;
( " L
Attornpy-in-Fact
ATTEST:
~ r{)J!N~_
ReSIdent Agent of the Surety ill Dallas or Denton County, Texas, for delivery of notIce and servIce of the process ]S
ATTEST:
CO~.t' ~~>-
NAME Moni tor Surety Managers, Inc.
ADDRESS PO Box 152180, Irving, TX 75015
,VOTE Date of Pcrjormance Bond must be date of Contract. If Resident 4gent is not c01poration, gIve persoll 's name
2-//
Contract Documents
Bond #0110327
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DALLAS
Kt~OW ALL MEN BY THESE PRESENTS: That Ed A. Wilson, Inc.
whose address IS "PO Rox 1147'1, Fort Worth, TX 76110
hereinafter called Pnnclpal, and Carolina Casualty Insurance Company
corporatIon organIzed and eXIstIng under the laws of the State of Florida
,a
, and fully
Itcensed to transact busIness m the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a mumclpal corporatIOn organIzed and eXIstIng under the laws of the State of
Texas, heremafter called "BeneficIary", In the penal sum of FORTI SEVEN THOUSAND
EIGHT HUNDRED TWENTY AND NO/l00-----
DOLLARS
(S 47 R)O no ) m lawful money of the Umted 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 mcreased by the amount of any Change Order or Supplernental Agreement
which mcreases the Contract pnce, but In no event shall a Change Order or Supplemental
Agreement 'Nhlch reduces the Contract pnce decrease the penal sum of thIs Bond
THE OBLIGATION TO PAY SAME IS condItIoned as follows \Vhereas, the PnncIpal entered
Into a certam Contract wIth the CIty of Coppell, dated the of , 2006, whIch
IS made a part hereof by reference, for the constructIon of certaIn publIc Improvements that are
generally descnbed as follows
Construction of the:
MacArthur Blvd. / Cribbs Dr. Drainage
Project No. DR 06-01
Bid No. Q-0406-01
NO\V, THEREFORE, If the Pnnclpal shall well, truly and faithfully perform ItS dutIes and
make prompt payment to all persons, firms, subcontractors, corporatIOns and claimants supplYIng
labor and/or matenal In the prosecutIOn of the Work provIded for In SaId Contract and any and all
duly authonzed 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 sha1l remam In full force and effect.
PROVIDED FURTHER, that If any legal actIOn be filed on thIS Bond, exclUSIve Venue
shall he In Dallas County, Texas.
2-12
Contract Documents
AND PROVIDED FURTHER, that the saId Surety, for value receIved, hereby stIpulates
and agrees that no change, extensIOn of tIme, alteratIOn or addItIOn to the terms of the Contract or to
the Work to be performed thereunder or the Plans, SpecIficatIOns, DrawIngs, etc , accompanymg
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 perfonned thereunder
ThiS Bond IS gIven pursuant to the provIsIons of ArtIcle 5160 of Vernon's Annotated CIvIl
Statutes, and any other applIcable statutes ofthe 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 ansIng out of such suretyshIp. as provIded
by ArtIcle 7 19-1 of the msurance Code, Vernon's Annotated CIvIl Statutes of the State of Texas
IN WITNESS WHEREOF, thIS Instrument IS executed m
one of whIch shall be deemed an ongmal, thIS the day of
3
copIes, each
,2006
PRINCIPAL
SURETY
::Ao Wi~
-do x ass
Carolina Casualty Insurance Company
By'
, ,
11 ~'i. <! c-' _ tL-~ -ij
TItle Secretary
TItle At torney-in-Fac t
ATTEST: ATTEST:
~~r~
The ReSIdent Agent of the Surety m Dallas or Denton Coun , Texas, for delIvery of notIce and
servIce of the process IS
NAME
Monitor Surety Managers, Inc.
ADDRESS
PO Box 152180, Irving, TX 75015
NOTE Date of Performance Bond must be date of Contract. If Resident Agent is not a cOIporation, give a person's
name
2-/3
Contract Documents
Bond #0110327
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT Ed A. Wilson, Inc.
as Pnnclpal,
, a corporatIOn organIzed under
and Carolina Casualty Insurance Company
the la\Vs of Florida ' as suretIes, do
hereby expressly acknowledge themselves to be held and bound to pay unto the
Ci ty of Coppel] a MUnIcIpal CorporatIOn, Texas, the sum of
FORlY SEVEN TIIOUSAND EIGHI' HUNDRED Th'ENIY AND NO/l00---------- Dollars and
Cents ($ 47 820 00 ) , for the payment of whIch sum
,
wIll and truly be made unto saId Ci ty of College Station , and ItS successors, saId pnnclpal
and suretIes do hereby bmd themselves, theIr assIgns and successors Jomtly and severally
THIS
oblIgatIOn
IS
condItIOned,
however,
that
whereas,
the
said
Ed A. Wilson, Inc.
has thIS day entered mto a wntten contract WIth the saId C'.i ty of Coppell
to buIld and construct Construction of the: MacArthur Blvd. /Cribbs Dr. Drainage
Proj€ct No. D~ 06-01, Bid No,. Q-O~Oh-01
plans and specIficatIOns thereIn mentIOned, adopted by the
WhICh contract and the
Ci ty of Coppell
are
hereby expressly made a part thereof as through the same were wntten and embodIed hereIn.
WHEREAS, under the plans, specIficatIOns, and contract, It IS proVIded that the Contractor
wIll mamtam and keep m good repaIr, the work herem contracted to be done and performed, for a
penod 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 m part of saId Improvements that should be occasIOned by
settlement of foundatIOn, defectIve workmanshIp or matenals furnIshed m the constructIOn or any
part thereof or any ofthe accessones thereto constructed by the Contractor It bemg understood that
the purpose of thIS sectIOn IS to cover all defectIve condItIons ansmg by reason of defectIve matenal
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
2-14
Contract Documents
maIntaIn saId work and keep the same In repaIr for the saId maIntenance penod 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 m the performance of Its' contract to so maIntaIn and repaIr saId
work, then these presents shall have full force and effect, and saId Ci ty of Coppell
shall have and receIve from the saId Contractor and ItS' pnnClpal and sureties damages In the
premIses, as provIded, and It IS further agreed that thIS oblIgatIOn shall be a contmumg one agaInst
the pnnClpal and suretIes, hereon, and that successIve recovenes may be and had hereon for
SLcceSSlve branches untIl the full amount shall have been exhausted, and It IS further understood
that the oblIgatIOn hereIn to maIntaIn saId work shall contInue throughout saId maIntenance penod,
and the same shall not be changed, dummshed or In any manner affected from any cause dunng
saId tIme
IN WITNESS WHEREOF, the saId
Ed A. Wilson, Inc.
has
c?t!sed these presents to be executed by
and the saId C.::lrol inR C.R~l1R] ty Tn~l1rRnce. Company
be executed by ItS Attorney In fact and the saId Attorney In fact
has caused these presents to
Staci Gross
has hereunto set hIs hand, the
day of
,2006
PRINCIPAL
SURETY
F.ci A. Wi 1 ~on, Tnc.
Carolina Casualty Insurance Company
/ ~
Knox Ross
TItle Secretary
By"
By'
<
- jf L U (
"
~J Li L)
TItle
At tnrnpy-in-F<'lC" t
WITNESS:
~~ raMhrt
ATTEST:
,----
NOTE Date of Maintenance Bond must not be pnor to date of Contract
2-J 5
Contract Documents
POWER OF ATTORNEY
CAROLINA CASUALTY INSURANCE COMPANY
JACKSONVILLE, FLORIDA
No 381
KNOW ALL MEN BY THESE PRESENTS: that CAROLINA CASUALTY INSURANCE COMPANY ("Company") a corporation duly
organized and existing under the laws of the State of Florida, having its principal office in Jacksonville, Florida, has made, constituted and
appointed, and does by these presents make, constitute and appoint: Donal Boley, Steve Deal or Staci Gross of Boley-Featherston-Huffman & Deal
Co dba Boley-Featherston Insurance of Wichita Falls, TX
its true and lawful Agent and Attorney-in-Fact, With the power and authority hereby conferred in its name, place and stead, to execute, seal,
acknowledge and deliver any and all bonds and undertakings providing that no single obligation shall exceed Ten Million and 00/100 Dollars
($10,000,000 00)
and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected
officers of the Company at its principal office in their own proper persons.
This Power of Attorney IS granted pursuant to the Minutes of the Special Meeting of the Board of Directors of Carolina Casualty Insurance Company
held on March 30, 1966, to wit:
RESOL VED' "That the followmg Officers of the Carolina Casualty Insurance Company, Chairman of the Board, President, Secretary and
Treasurer, or either of them, are hereby authonzed to execute on behalf of Carolma Casualty Insurance Company, Powers of Attorney
authonzmg and qualIfying the Attorney-in-Fact named therein to execute bonds on behalf of the Carolina Casualty Insurance Company,
and further, that the Said Officers of the Company mentioned, are hereby authorized to affix the corporate seal of the said Company to
Powers of Attorney executed pursuant hereto"
RESOLVED FURTHER, thiS Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and
they have no authority to bind the company except In the manner and to the extent therem stated,
RESOLVED FURTHER, this Power of Attorney revokes all previous powers issued in behalf of the Attorney-in-Fact named above.
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of
attorney or certificatIOn thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to
use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,
notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF the Carolina Casualty Insurance Company has caused these presents to be signed and attested by its appropriate officers
and its corporate seal hereunto affixed this 3rd day of Maroh , 2005
::"~~
Betty C u erland
Vice President and Secretary
WARNING
THIS POWER OF ATTORNEY INVALID IF NOT PRINTED ON GREEN "MONITOR" SECURITY PAPER.
STATE OF FLORIDA)
55
COUNTY OF DUVAL)
On this 3J::d..... day of MFlrcch , 2005, before me personally came Betty C. Sutherland to me known, who, being by me duly
sworn, did depose and saY' that she is Secretary of Carolina Casualty Insurance Company, the Corporation described in and which executed the
above instrument; and that:m.tshe knows the seal of said Corporation, that the seal affixed to the said instrument is such corporate seal, that it was so
affixed by order of the Board of Directors of said Corporation and tha~she signed hislher name thereto by like order
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written,
"",,,.~ Sharon P Francis <;~ fJ '~
t~ ~ My Commission DD156722 Notary Public, State of Florida at Large
"~"" Expires November 23 2006
CERTIFICATE
I, the undersigned, Secretary of CAROLINA CASUALTY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a just, true,
correct and complete copy of original Power of Attorney; that the said Power of Attorney has not been revoked or rescinded and that the authority of
the Attorney-in-Fact set forth therein, who executed the bond to which this Power of Attorney is attached, is in full force and effect as of this date.
Given under my hand and the seal of the Company, this day of
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT
Yf)lJ may contact the Texas Department of Insurance to obtain Information on companies, coverage's,
Ilgilts or complaInts at
1-800-252-3439
You may write the Texas Department of Insurance:
PO BOX 149104
Austin, Texa178714-9104
Fax (512) 475-1771
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning you premIum or about a claim. you should contact the company
first. If the dispute Is not resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY
This notice Is for informatIon only and does not become a part or condition of the attached document.
CSR DJ I DATE (MM/DD/YYYY)
WILSE-1 05/19/06
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATlm
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
lN5RllffiU't ~-- ---~ - ----- TPOLlCY EFFECTIVE POLICY EXPIRATION
LiidN-S-R[ TYPE OF INSURANCE POLICY NUMBER I 'DATE tMMIDDIY'il' DATE'rMMID~IYY\
AI
ACORD,.
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
Boley Featherston Insurance
P. 0 Box 97513
wichita Falls TX 76307-7513
Phone 940-723-7111 Fax:940-322-9549
I
INSURERS AFFORDING COVERAGE
INSURED
jNSURE~_~___ Tra_~!lers Lloyds ~. Insurance Co _._
: INSURER B:
Travelers Property Casualty Co
Ed A. Wilson Inc.
P. 0 Box 11423
Fort Worth TX 76110-0423
INSURER C
American_Guarantee ~ Liability
Texas Mutual Ins Co
INSURER D'
INSURER E
COVERAGES
GENERAL LIABILITY
EACH OCCURRENCE
~~~~;S~~ (E~ca~~~r~nce)
MED EXP (Anyone pelsan)
X COMMERCIAL GENERAL LIABILITY
-r - CLAIMS MADE I~ OCCUR
!-
C05460B518TLC
05/10/06
05/10/07
j
J_~
PERSONAL & ADV INJURY
GENERAL AGGREGATE
~,
PRODUCTS - COMP/OP AGG
COMBINED SINGLE LIMIT
BA4738C217TIL 05/10/06 05/10/07 (Ea accident)
BODILY INJURY
(Per person)
BODILY INJURY
(Per accidenl)
PROPERTY DAMAGE
(Per accident)
AUTO ONLY EA ACCIDENT
i OTHER THAN EA ACC
AUTO ONLY AGG
EACH OCCURRENCE
AUC534647901 05/10/06 05/10/07 AGGREGATE
e--
,
GEN'L AGGREGATE LIMIT APPLIES PER
! ----, PRO- n
I POLIO X i JECT LOC
AUTOMOBILE LIABILITY
t~ :~'::~:~ :~;:
Lj HIRED AUTOS
I -J NON-OWNED AUTOS
I --1-- ----
B
GARAGE LIABILITY
i ANY AUTO
i
I
C
EXCESS/UMBRELLA LIABILITY
}{I OCCUR I"] CLAIMS MADE
I DEDUCTIBLE
~
X I RETENTION $ 0
NAIC#
41262
--
--
i 26247__
LIMITS
$1,000,000
$100,000
$5,000
$1,000,000
$2,000,000
$2,000,000
$1,000,000
~-
$
$
$
$10,000,000
$10,000,000
$
$
$
--
D
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
12/28/05
12/28/06
X ITO'k/U~I'T't I UJ~-
E.LEACHACCIDENT $1,000,000
E.L.DISEASE-EAEMPLOYEI $1,000,000
E.L, DISEASE - POLICY LIMIT I $ 1, 000 , 000
TSFOOOl164246
I
I
A I REPT FORM I QT6605378B584TLC06 I 05/10/06
I I i
i BLDR RISK I i
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Project: MacArthur Blvd/Cribbs Dr Drainage Project
If yes. describe under
SPECIAL PROVISIONS below
OTHER
05/10/07 I
MAX JOB
MAX CATAS
CERTIFICATE HOLDER CANCELLATION
SEE ATTACHD
15,000,000
COPPCO 2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AU R
CITY OF COPPELL
POBOX 9478
COPPELL TX 75019
ACORD 25 (2001/08)
@ACORD CORPORATION 1
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon
ACORD 25 (2001/08)
NOTEPAO:
DATE 05/19/06
BUILDERS RISK LIMITS:
INSURED'S NAME Ed A. Wilson Inc.
WILSE-l
CSR DJ
$15,000,000
$ 500,000
$ 500,000
$ 500,000
$ 1,500,000
$ 2,000,000
$ 3,000,000
$ 6,000,000
$ 100,000
$ 100,000
Per Disaster anyone "loss"
Anyone existing structure
Anyone construction site - Class 1 - Frame construction
Interior/Exterior remodel projects - Frame construction
Interior/Exterior remodel projects - other than Frame construe
Anyone construction site - Class 2 - Joisted Masonry
Anyone construction site - Class 3 - ICM/Non-Combustible
Anyone construction site - Classes 4, 5, or 6 MNC, SFR or Fir
Resistive
Temporary Locations
While in Transit
, ,
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
THE CITY OF
COPPELL
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CO'\fDITIO'\JS AME)\,'D THE STANDARD GENERAL PROVISIONS OF
THE ST '\ "-UARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL
TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF
(JO\ ERNMENTS '\S INDIC A TED BELOW ALL PROVISIONS WHICH ARE NOT AMENDED OR
~liPPLEi\lEl\iTED REMAIN IN FULL FORCE AND EFFECT '\LL PROVISIONS A \t1ENDED
RFM A.l'\f IN Fl n 1 FORCE AND EFFECT ,\5 'V-.1EI\TIED
PART I GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS
ITEM 1 0 - DEFINITIONS
SC -1.0
Engmeer The \\cord "Engmeer" 111 these contract documents and speCIficatIOns shall be understood
as refemng to CITY ENGINEER, CIty of Coppell, POBox 9478, Coppell, TX 75019, Engmeer of
the Owner, or such other representatives as may be authonzed by said owner to act m any partIcular
positIon
Owner The word "O\vner" m these contract documents and specificatIOns refers to the CITY OF
COPPELL actmg through Its authonzed representatIves
Calendar Dav' Add the followmg sentence to the end of the workmg days definItIOns "Hours
\\orked before 8 00 a.m after 5 00 p.m, all weekends and holIdays are subJect to overtlme
OvertIme request must be made m wntmg and approved by the CIty of Coppell. Seventy-two hours
notice reqUJred. All overtIme mcurred by the CIty for mspectlOn servIces shall be paId by the
Contractor Ifnot paId, such cost may be deducted from partIal payments"
All other terms used 111 these Supplementary CondItIOns whIch are defined m the General ProVISIOns
shall have the same meanmgs used m the General ProvIsIons
ITEM 1 15 - SURETY BONDS
SC-l 15
Add followmg sentence to Item 1 15 (A)
":Y1amtenance Bond shall he requIred In the amount of 50% of the cost of the publIc Improvements
f()r a :2 year penod."
3-2
Standard Specificatiuns
Supplementary ConditIOns
lTE!\I 1.16 - NOTICE TO PROCEED
SC-116
Add folloWIng sentence to end ofItem I 16
"Before Contractor starts the Work at the sIte, a conference attended by Contractor, Engmeer and
others as appropnate \vIll be held to dIscuss the schedules referred to m Itcms 1 22 5, 1.28 and I 51 I,
to diSCUSS procedures for handlmg Shop Orawmgs and other submIttals and for processmg
ApplIcatIOns for Payment, and to establIsh a workIng understandmg among the partIes as to the
\Vork"
ITEM 1 19 - PRIQRIIY OF CO~TR4.CT DOCUMENTS
SC-1.19
Add the fo II 0\\ 109 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 pro\ ISIOns 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-l 20.1
Amend the first sentence of Item 1 20 1 by changIng "such copIes" to be "five copIes" Add the
follo\vmg to the end of Item 1 20 1
"In the preparatIOn of DraWIngs and SpeCIficatIOns, ENGINEER has establIshed and relIed upon the
folloWIng reports of exploratIOns and tests of subsurface condItIOns at the sIte of the work No
geotechnIcal exploratIOns or tests of subsurface condItIOns have been performed.
The Contractor may take bonngs at the site to satIsfY hImself as to subsurface condItIOns."
SC-1.20.5
Add the followmg ne\\ Item 1 20 5 ImmedIately after Item 1 204
"1 205
EXlstlOg UtIlItIes and Sewer LInes The Contractor shall be responSIble for the protectIOn
of all eXlstmg utIlItIes or servIce lInes crossed or exposed by the constructIOn operatIOns
Where eXIstIng utIlItIes or servIce lInes are cut, broken or damaged, the CONTRACTOR
shall replace the utIlItIes or servIce lInes wIth the same type of ongmal constructIOn, or
better, at hIS own cost and expense ThIs Includes any and all ImgatIOn systems, whether
or not they are Identlficd on the plans
3-3
Standard SpecifiultlOllS
Supplementan Condltiol15
If It IS necessary to change or move the property of any O\vner or of a publIc utIlIty, such
property shall not be ,mO\ ed or mterfered with untIl authonzed by the ENGINEER. The
nght IS reserved to the owner of any publIc utllIty to enter upon the lImIts of the project
for the purpose of makmg 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
<\mend the first sentence of Item 1 22 5 by addmg the followmg at the begmnmg of the sentence "If
requested by O"vner, Engmeer or Contractor"
ITEM 1.24 - PROTECTION OF \\ORK AND OF PERSONS AND PROPERTY
SC-l 242.1
<\dd the followmg nc\\ Item 1 242 1 ImmedIately after Itcm 1.24 2
"l 24 2 1 Should CONTRACTOR cause damage to the work or property of any separate Contractor
at the site or should any claIm ansIng out of CONTRt\CTOR'S, O\VNER, ENGINEER,
Consultmg Engmeer or any other person, CONTRACTOR shall promptly attempt to
scttle with such other Contractor by agreement, or to otherwIse resolve the dIspute by
arbItratIOn or at law CONTRACTOR shall, to the fullest extent penmtted by Laws and
RegulatIOns, mdemmfy and hold OWNER, ENGINEER and Consultmg Engmcer
harnlless trom and agamst all claims, damages, losses and expenses (mcludmg, but not
lImIted to, fecs of engmeers, archItects, attorneys and other professIOnals and court and
arbItratIOn costs) ansmg dIrectly, mdlrectly or consequentially out of any actIOn, legal or
eqLlltable, brought by any separate Contractor agamst OWNER, ENGINEER or
Consultmg Engmeer to the extent based on a claIm ansmg out of CONTRACTOR'S
perfornlance of the Work Should a separate Contractor cause damage to the work or
property of CONTRACTOR or should the perfornlance of ",ork be any separate
Contractor at the sIte gIve nse to any other claIm, CONTRACTOR shall not InstItute any
actIOn, legal or eqUltable, agamst O\\'NER, ENGINEER or Consultmg EngIneer or permit
any actIOn agamst any of them to be mamtamed and contmued m Its name or for Its
benefit m any court or before any arbiter whIch seeks to Impose lIabIlIty on or to recO\ cr
damages from OWNER, ENGINEER or Consultmg Engmeer on account of any such
damage or claIm If CONTRACTOR IS delayed at any tIme m perform1l1g or furnlshmg
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 111 Contract TIme attnbutable
thereto, CONTRACTOR may make a claIm for an extensIOn of tIme m accordance WIth
Item 1 36 An extensIOn of the Contract Time shall be CONTRACTOR's exclUSIve
remedy WIth respect to OV/NER, ENGINEER and Consultmg Eng1l1eer for any delay,
dIsruptIOn, 1l1terference or hmdrance caused by any separate Contractor"
1-4
Stundard SpecificatIOns
Supplementan ConditIOns
ITEM 1.26 - INSURANCE
SC -1.26.6
,\dd the followmg new Item
"1266
If O\VNER requests In \\Tltmg that other special Insurance be Included m the propcrty
Insurance polIcy, CONTRACTOR shall, If possible, Include such Insurance, and the cost
thereof wIll be charged to OWNER by appropnate Change Order or Wntten Amendment.
Pnor to commencement of the WorK at the sIte, CONTRACTOR shall In wntmg advIse
O'vVNER \\ hether or not such other msurance has been procured by CONTRACTOR."
Sf' -1.26. 7
Add the followmg ne\\ Item
"1 267
CONTRACTOR mtends that any polICIes provided m response to Item 1 26 shall protect
all of the parties' Insured and proVIde coverage for all losses and damages caused by the
penIs covered thereby AccordIngly, all such polICIes shall contaIn provIsIons to the
effect that m the e\ ent of payment of any loss or damage the msurer wIll have no nghts of
reco\ ery agaInst an) of the partIes named as Insured or addItIOnal Insured, and If such
\\ al\ er fon11S are rcqulred of an) Subcontractor, CONTRACTOR Will obtam the same"
ITEM 1.27 - 1\1 A TERlALS AND '\lORKMANSHIP~ W ARR;\NTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence ofItem I 27 4 to change the words "one year" to "two years"
ITE:\1 1.32 - WORKING AREA~ COORDINATION '\lITH OTHER CONTRACTORS~ FINAL
CLEANUP
SC-1.32.1
Delete Item I 321m ItS entirety and msert the followmg In lieu thereof
"ConstructIOn stakes/surveymg shall be proVIded by the CONTRACTOR. Vertical control has been
establIshed as shown on the construction plans Honzontal control can be establIshed from eXlstmg
Inlets, street mtersectlons or other utilItIes mdlcated 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 venfy lInes and grades establIshed by
the Contractor to determIne the conformance of the completed Work as It progresses WIth the
requIrements of the constructIOn documents Such checkmg by the Engmeer shall not relIeve the
Contractor of hIS responsiblllty to perform all WorK m connectIOn WIth Contract Drawmgs and
SpeCIficatIOns and the lInes and grades gIven therem."
3-5
Standard Specifications
Supplementarv Conditions
ITE'I1.33 - OTHER CONTR4.CTORS; OBLIGATION TO COOPER4.TE
SC-1.33
Delete the last sentence of the second paragraph and substItute the folloWIng In lIeu thereof
"In such event, Contractor shall be entitled to an extensIOn of workmg tIme only for unavOIdable
delays venfied by the EngIneers, as proVIded In Item 1 36, however, no Increase m the contract pnce
shall be due the Contractor"
Insert the fol1owmg sentence at the end of the second paragraph of Item 1 33
"The E"JGI~EER shaH coordInate such other \\ork With the CONTRACTOR and schedule events to
mlllInllZe delay caused to the CONTRACTOR. ~o addItIonal time shall be gIVen to the
CONTR ~CTOR of such related work except as prOVided m Item I 36 "
ITEM 1.36 - DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES
SC -1.36
t\dd the follO\v lllg at the end of the last paragraph m Item 1 36 "No extensIOn of the contract tlme
shall be aHowed unless the CONTRACTOR can demonstrate the delay caused an adverse Impact to
the cnucal path and that loss of tIme can not be made up by revlsmg the sequence of the work of the
proJect"
ITE'I 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1 37 1 Amend the last sentence m Paragraph two of Item 1 37 1 to delete the followmg "except as
prOVIded belo\\ "
Add the fol1oWIng sentence to the end of paragraph two m Item 1 37 1
"The umt pnce of an Item of Umt Pnce Work shall he subJect to re-evaluahon and
adJustment under the followmg condItIOns
ITEM 1.42 - INSPECTION AND TEST
SC-1.42
1 42 3 Amend the first paragraph to delete "dIrectIOn and expense of the Owner" and add the
fol1owmg "dIrectIOn of the Ovmer and expense ofthe Contractor"
Amend the last paragraph, first sentence by changmg "Contractor" to "Owner"
3-0
Standard Speedl'wtlOns
Supplementary Conditions
ITEM 1.49 - O\VNER'S, EMPLOYEES OR AGENTS
SC -1.49-2
Replace Item 1 49 2 wIth the followll1g ne\v paragraph
"I 49 2 ConflIct 0 f Interest
City Charter states that no officer of the City shall have a finanClalll1terest, dIrect or Il1dlrect,
m any contract wIth the CIty, nor shall be financially mterested, directly or IndIrectly, m the
sale to the City of any land, or nghts or Interest m any land, matenals, supplIes or servIces
ThIS prohIbItIOn does not apply \\ hen the Il1terest IS represented by ownershIp of stock 111 a
corporatIon mvol\ ed, proVIded such stock O\vnershlp amounts to less than one pf'rrf'nt (10 n)
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
otTrce or positIOn. Any VIolatIOn of thIS prohIbItIOn \\ lth the knowledge, expressed or
ImplIed, of the persons or corporatIOns contractmg wIth the CIty shall render the contract
\ OIdable by the City Manager or the City CouncIl The Contractor represents that no
employee or officer of the CIty has an mterest m the Contractor"
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-158
Delete Item 1 58 and substItute the followmg In lIeu thereof
"1 58 Recent legIslatIOn has removed the sales tax exemptIOn preVIOusly proVIded by SectIOn
151 311 of the Tax Code covenng tangIble personal property purchased by a contractor for
use In the performance of a contract for the Improvement of CIty-owned realty
It IS stIlI possIble, however, for a contractor to make tax-free purchase of tangible personal
property, whIch wIll be mcorporated mto 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 matenals from charges for labor Under such a contract, the contractor
becomes a "seller" of those matenals, \vhlCh are mcorporated mto the proJect, such as bncks,
lumber, concrete, pamt, etc The contractor Issues a resale certIficate m lIeu of paYlng the
sales tax at the tIme such Items are purchased The contractor then receives an exemptIOn
certIficate from the City for those matenals (ThIs procedure may not be used, ho\\ e\ er, for
matenals, whIch do not become a part of the fimshed product. For example, equipment
rentals, forn1 matenals, etc are not considered as becommg "mcorporated" mto the proJect)
l'tlllzatlOn of thIS "separated contract" approach elimInates the need for bIdders to figure In
sales tax for matenals, \\ hlCh are to be mcorporated 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
3-~
Standard SpecificatIOns
Supplementary Crmditw/ls
breakdown (per Item) of 1 ) matenals mcorporated lI1to the proJect, and 2) labor. equIpment,
supervisIon and matcnals not mcorporated mto the proJect"
PART II:
!VIA TERIALS - DIVISION 2 MATERIALS
ITEl\I 2.1 5 - TRENCH BACKFILL:
(b) Types "B" and "C"
(4) AddItIOnal RequIrements
(B) AdditIOnal ReqUIrements for Type "C" backfill 'When used 111 streets Insert the
followmg paragraph at the begmnlng of this subsectIOn "All trench backfill shall be
compacted to between 95 percent and 100 percent of Standard Proctor DensIty as
determmed by ASTM 0-698 at, or up to fi\ e (5) pcrcentage pOInts above, optImum
mOIsture content, usmg mechanical compactIOn methods unless otherwIse specified m the
Plans. Water JettIng may bc used only WIth specIfic wntten permISSion of the Engll1eer "
ITEM 2 1 6 - RIPRAP OR STONE MASONRY'
(b) Matenals and Dimensions
(4) Mortar Rlprap Add the sentence "Mortar or concrete type shall be approved by
the Engmeer and shall conform to A.S T M C 387-83 "
ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a) General Amend the first sentence, by stnkIng the words "reqUIrements for earth
bcddIng" and replace With "recommendatIOns of the pIpe manufacturer, and shall be
approved by the EngIneer"
(b) Earth Beddmg Add the followlI1g sentence at the begmmng of thIS paragraph
"Earth beddmg wIll not be permItted Without wntten approval of the Engll1eer"
ITE\'12.2.2 - CHEMICAL ADMIXTURES:
(d) Mmeral AdmIxtures Delete paragraph (d) m ItS entIrety The use of Fly Ash as an
admIxture m any Class of concrete IS specifically prohIbited WIthout wntten
appro\ al of the Engmeer
3-8
Standard Specifil allans
Supplementan, COndllInl1s
PART III
CONSTRUCTION METHODS DIVISIOl\ 3 - SITE PREPARATION
ITEM 3.1 2 - CONSTRUCTION METHODS:
Add the folloWIng sentence after the second sentence "The method of protectIOn shall be 2
1l1ch by 4 ll1ch \\ ood ratlll1g unless otherwIse shown on the Plans or dIrected by the
EngIneer"
ITFYI 3.7.3 - DENSIT\:
Stnke the first sentence and replace \\ Ith the follOWIng "Earth embedment and select
matenal shall be compacted to bet\\ een 95 percent and lOO percent of Standard Proctor
DenSIty as determIned b\ ASTl\l D-698 at, or up to five (5) percentage pomts abo\e
optimum mOIsture content, usmg mechanical compactIOn methods, unless othenvlse
speCIfied m the Plans or SpecIficatIOns"
PART III
DIVISION 4 - SUBBASE AND BASE COURSES
ITEM 4.8.4 - CONSTRUCTION METHODS:
(b) CompactIOn
Amend the last sentence of the first paragraph, by stnkIng the words "90 percent of the
maximum dry denSity of such matenal " and replace \vlth the words "95 percent of the
maxImum dry denSIty of such matenal, or as dIrected by Eng1l1eer
PART III
DIVISION 5 - PAVEMENT/SURFACE COURSES
ITEM 5.8.2 - CONSTRUCTION METHODS:
(e) JOInts
(1) ExpanSIOn Jomts Delete the first paragraph and replace With the follOWIng
"ExpansIOn Jomts shall be mstalled perpendIcularly to the surface and centerlIne of the
pavement. ExpanSIOn Jomt matenal shall be redwood boards, 3/4-Inch m WIdth, and
extended through curbs ExpanSIon Jomts are to be 1l1stalled at each end of radIUS at street
mtersectlons ExpanSIon Jomts shall bc equally spaced between IntersectIOns WIth not less
than one every 200 Imear feet of pavement, unless otherwIse speCified on the Plans or
dlrccted by the Eng1l1eer
(C) PrOJdmlty to EXlstmg Structures
Engmeer"
Add to end of sentence, "or as dIrected by the
1-9
Standard Specifications
Supplementary ConditIOns
(2) ContractIOn Jomts Delete the first sentence of the first paragraph and Il1sert the
folloWIng" "ContractIon or dummy JOll1ts shall be sawed to 1-1/4 Inches m depth, and 1:4
Inch m wIdth, and Il1stalled e\ ery 20 lll1ear feet of pay ement, and extend through curb,
unless othen\ Ise dIrected hy the Engmeer "
(h) Fmlshmg
( 1 ) MachIne Add the follo\vmg paragraph at the end of thIS subsection "Fog sprays
powered by pressure pumps, and capable of covenng the entIre area of freshly placed
concrete \Vlth a fine mIst, shall be used If water IS needed for fimshIng operatIOns"
(2) Hand Add a ne\\ paragraph after first paragraph whIch reads as follows "Fog
sprays po\\ered by pressure pumps, and capable of CO\ienng the entIre area of freshly pldced
concrete \\ Ith a fine mist, shall be used If water IS needed for fimshmg operatIOns"
PART III
DIVISION 6 - UNDERGROU~D CO~DUIT CONSTRUCTION
ITEM 6.2 9 - BACKFILL:
(b) CompactIOn.
(2) DensItIes - Areas Not SubJected to or Influenced by VehIcular Traffic Amend the
second sentence by stnkmg the \\ords "to a densIty comparable WIth adJacent undisturbed
matenal" and replacmg 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 pomts
above, optImum mOIsture content, unless othenvlse speCIfied In the Plans or dIrected by the
Engmeer "
3-/0
Standard Spec'llicatlOns
Supplementarv CondItIOns
~
THE CITY OF
COPPELL
~- ~. ~ Q
'* v -',"'4t
~', . ()
-r ..,.,,"'W I> ')
'\ is \
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
SPECIFIC PROJECT REQUIREMENTS
The constructIOn speCIficatIOns whIch apply to thIs proJect are the Standard SpeCIficatIOns for
Puhhc Works ConstructIOn - North Central Texas ThIrd EditIon prepared through the North Central
Texas CouncIl of Governments (NCTCOG) The follOWIng SpecIfic ProJect ReqUIrements contam
general and specIfic proJect reqUirements apphcable to thIs project m the CIty of Coppe1l These
II1dmdual specIficatIOns control for this proJect. AddItIOnal amendments to the NCTCOG
Standard SpeCificatIOns are contamed m SectIon 3 - Supplementary CondItIOns to the Standard
SpecIficatIOns for ConstmctIOn. In the e\ent that an Item IS not covered In the ProJect Drawmgs
and these SpecIficatIOns, then the CIty of Coppell Standard ConstructIOn DetaIls (Ord 2005-1098
92-554), and AppendIx 'C DesIgn Cntena and Standards 111 the City of Coppell SubdIvIsIon
Ordmancc (Ord #94-643) sha1l apply
In addItIon, reference to the follo\\ II1g shall be considered as refemng to the speCificatIOns or
f\lethod of Test as set forth by these orgal1lzatlOns and shall he consIdered as part of the
SpeCIficatIOns when referenced.
ASA.
ASTM
A A.S H T 0
Amencan Standards AssoCIatIon
ACI
AWS
A.W W A
SSPC
Amencan SOCIety of TestIng Matenals
Amencan AssocIatIon of State HIghway
& TransportatIon OffiCIals
Amencan Concrete InstItute
Amencan WeldIng SocIety
Amencan Water Works AssocIatIOn
U.L
NEMA.
WPCF
TX.DOT
SSPWCNCT
Steel Structures PamtIng CouncIl, Federal
SpecIficatIOns Treasury Department
Underwnters Laboratones
Water PollutIOn Control FederatIon
Texas Department of TransportatIOn
Standard SpecIficatIOns for Pubhc Works
ConstructIOn North Central Texas
TCEQ
TMUTCD
o S H.A
T -\ S
ADA
Texas CommIssIon on EnVIronmental QualIty
Texas Manual on Ul1lform Traffic Control DevIces
OccupatIOnal Safety and Health AdmmlstratIon
Texas AccessIbIlIty Standards
Amencans WIth DIsabIlItIes Act
4-2
Specific Project Requirements
1.1 O'VNER: The "Owner" as referred to In these SpecIfications IS the CIty of Coppell, PO
Box 9478, CoppelL Texas 57019
1.2 ENGINEER: The "Engmeer" as referred to m these SpecIficatIOns IS the CIty Engmeer,
Cl ty of Coppell, EngIneer of the Owner, or such other representatIves as may be authonzed
by said o\vncr to act m any partIcular posItion.
1.3 CIT\' OF COPPELL: All Improvements described m thiS Proposal and ConstructIOn
Drawmgs shall be done In accordance wIth the Project Drawmgs and SpecIficatIOns In the
event that an Item IS not CO\ ered m the ProJect Drawmgs and SpecIficatIOns, then the
Standard SpecIficatIOns for ConstructIOn for the CIty ofCoppell, Texas shall apply
1 4 SITE: The Contractor shall limIt IllS work to the area shown on the Project Drawmgs as
\'vlthm the street nght-of-\\ay Entrance onto pnvate property shall be at the expressed
approval of the ENGINEER, only
1.5 PROJECT DESCRIPTION:
ThiS proJect IS mtended to collect nUIsance stormwater that ponds at the mtersectlOn of
MacArthur Blvd and Cribbs Dr The \\ ork shall consIst of the mstallatlOn of approxImately
168 Imear feet of 18" slotted dram, one 2-grate mlet, and approxImately 50 lInear feet of 18"
RCP along MacArthur Blvd., between Samuel Blvd and Cnbbs Dr Work shall mclude all
components necessary for the "turn key" constmctlOn of the draInage proJect as shown In
the plans for DR 06-01
1 6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engmeer on the basIs
of the defimtlOn set out m the General CondItIons of Agreement
The calendar day count shall be suspended upon receIpt by the EngIneer of a wntten request
for final mspectlOn. The calendar day count shall resume upon receIpt by the Contractor of
a \vntten lIst of Items necessary to satlsfactonly complete the proJect. ThIS process shall
contmue untIl such tIme as the project IS accepted by the Engmeer, and the Owner The
calendar day count wIll not be suspended or otherwIse affected by use of completed
portIons or "substantIal completIOn" of any of the proJect.
1 7 SAFETY PRECAUTIONS: The Contractor shall comply WIth all applIcable laws
mc\udmg the OccupatIOnal Safety and Health Act of 1970, ordInances, rules, regulatIons
and order of any publIc authonty have Junsdlctlon for the safety of persons or property to
protect them from damage, mJury or loss He shall erect and mamtam, as reqUIred by
eXlstmg condItIOns and progress of the work, all reasonable safeguards for safety and
protectIOn, Inc1udmg postmg danger sIgns and other warnIngs agamst hazards, promulgatmg
safety regulatIOns and notifYIng owners and users of adJacent utIlItIes
1.8 SOIL INVESTIGATION: A geotechmcal mvestIgatIon report has not been prepared.
The Contractor shall VISIt the site and acquamt hImself wIth the sIte condItIOns.
4-3
Specific Project Requirements
1.9 SURVE) AND FINISHED GRADES: General honzontal and vertIcal alIgnment IS
not changmg. The Contractor shall be responsible for layout and stakIng of all grades and
lmes for constructIOn to preserve eXlstmg honzontal and vertIcal alIgnment. The Contractor
shall preserve all stakes or markmgs untIl authonzed by the Engmeer to remove same The
Contractor shall bear the cost of the re-establIshmg any control or constructIOn stakes
destroyed by eIther hIm or a thIrd party and shall assume the entIre expense of rectIfYIng
vvork Improperly constmctcd due to failure to mamtam established pomts and marks.
No separate payment shall be made to the Contractor for constructIOn stakIng whIch shall be
consIdered mCldental to the proJect and payments made under speCIfic Pay Items shall be
conSIdered as full compensatIOn for these reqUIrements
1.10 CONFORMITY \VITH DR1\. \VINGS: All work shall conform to the lInes, grades, cross-
sections, and dm1enslons shown on the Drawmgs Any deViatIOn from the Drawmgs whIch
may be reqUIred by the eXIgencIes of constructIOn will be determmed by the EngIneer and
authonzed by hIm m wntmg
1 11 TESTING L~BORA TORY SERVICE: The Owner shall make arrangements WIth an
II1dependent laboratory acceptable for testIng as reqUIred by the constmctlOn plans and
standard speCIficatIons The Contractor shall bear all related costs of retests, or
remspectlOns The Contractor shall notIfy the ENGINEER m a tImely manner of when and
VI' here tests or mspectlOns 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 Testmg by the CIty does
not alleVIate the contractors' responSIbIlIty for hIS own qualIty assurance/qualIty control
testmg Contractor shall replace any defiCient constructIOn Items
1.12 SUSPENSION OF \VORK: If the work should be stopped or suspended under any order
of the court, or other publIc authonty, the Owner may at any tIme dunng suspensIOn upon
se\ en days wntten notIce to the Contractor, term mate the Contract. In such an event, the
Owner shall be lIable only for payment for all work completed plus a reasonable cost for
any expenses resultmg from the termmatlon of the Contract, but such expenses shall not
exceed $5,000
1.13 PRESERVATION OF TREES: PermISSIon of the Engmeer must be obtaIned for removal
of trees on the property that obstruct the InstallatIon of the Improvements as outlIned m thIS
proJect. Penalty for destructIon of a tree WIthout penmssIOn shall be $500 00 each payable
to the Owner If damage IS contmuous, tree guards shall be erected when so dIrected by the
Engmeer at the Contractor's expense
1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the proJect at all
tImes, as hIS agent, a competent Supenntendent capable of readIng the plans and
speCIficatIOns and thoroughly expenenced In the type of work beIng performed. The
Supenntendent shall ha\ e full authonty to execute orders or dIrectIOns and to promptly
4-4
Specific Project Reqwrements
supply such matenals, eqUIpment, tools, labor and mCIdentals as may be reqUIred Such
supenntendence shall be furnished IrrespectIve ofthe amount of work contracted.
The Supenntendent and the Contractor shall be responsIble for supervIsIon of all \\ork
performed by the subcontractor at all tImes dunng constructlOn
1 15 \VARNING DEVICES' The Contractor shall have the responsIbIlIty to provide and
mamtaIn all \\arnmg deVices In accordance WIth the TMUTCD and take all precautlOnary
measures reqUIred by la\\ to protect persons and property \\ hde saId persons or property are
approachmg, leaVIng or wlthll1 the vvork sIte or any area adjacent to SaId work sIte
CompensatlOn' wIll be paId to the Contractor under Pay Item # 2 1 for the InstallatlOn or
mamtenance of any \varnll1g deVIces, bamcades, lIghts, SIgnS or any other precautIOnary
measures reqlll ren hy ];JW for thf' rrntf'rtlfHl nf pf'rsoos or propert~!
The Contractor shall assume all dutIes owned by the CIty of Coppell to the general public 111
connectIOn WIth the general publIc's ImmedIate approach to and travel through the work sIte
and area adJacent to SaId work sIte
\Vhere the work IS camed on, 111, or adJacent to, any street, alley, SIdewalk, public nght-of-
\\ ay or public place, the Contractor shall at hIS own cost and expense proVIde such flagmen
and \\ atchmen and furnIsh, erect and mamtam such warnmg deVIces, bamcades, lIghts,
SignS and other precautlOnary measures for the protectlOn of persons or property as are
reqUIred by la\'" The Contractor shall submIt a traffic control plan to be reVIewed by the
Clt) pnor to the begInnmg of work. No lane shall be bamcaded before 9 00 a.m. or after
4 00 pm except as noted on the plan provIded WIth these speclficatlOns One lane of traffic
In each dIrectIon shall be provIded at all tImes The Contractor IS responsible for provldll1g
and mamtaInll1g flagmen, watchmen, warnmg deVices, bamcades, SIgnS, and lIghts, and
other precautlOnary measures shall not cease untIl the proJect shall have been accepted.
If the EngIneer dIscovers that the Contractor has faIled to comply WIth the applIcable federal
and state 1m", (by faIlmg to furnIsh the necessary flagmen, warnIng deVices, bamcades,
lights, SIgnS or other precautIonary measures for the protectIOn of persons or property), the
Engmeer may order such addItIOnal precautIonary measures as reqUIred by law to be taken
to protect persons and property, and to be reImbursed by the Contractor for any expense
Incurred In ordenng such addItIonal precautIOnary measures
In addItIOn, the Contractor wIll be held responsible for all damages to the \Vork and other
public or pnvate property due to the faIlure of warnmg deVIces, bamcades, SIgnS, lIghts, or
other precautlOnary measures m protectmg SaId property, and whenever eVIdence IS found
of such damage, the Engll1eer may order the damaged portIOn ImmedIately removed and
replaced by and at the cost and expense of the Contractor If the damages are not corrected
In a tImely fashIon, then the City shall have the nght to repaIr the damage and charge the
cost back to the Contractor All of thIS work IS conSIdered mCldental and shall not be
separate pay Item
4-5
Specific Project Requirements
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
a. Pnor to any exca\ atron, the Contractor shall determme the locatIOns of all eXlstmg
water, gas sewer, e1ectnc, telephone, telegraph, tele\ ISIOn, and other underground
utIlItIes and structures
b After commencIng the work, use every precautIOn to aVOId mterferences with
eXIstmg underground and surface utIlItIes and structures, and protect them from
damage
c Where the locatIons of eXlstmg underground and surface utIlItIes and structures are
Il1dlcated, these locatIOns are generally apprQ\,lmate. and all Items whIch may be
encountered dunng the work are not necessanly mdrcated. The Contractor shall
detennme the exact locatIOns of all Items mdlcated, and the eXIstence and locatIOns
of all Items not mdlcated
d The Contractor shall repaIr or pay for all damage caused by hIs operatIOns to all
eXlstll1g utIlIties, publIc property, and pnvate property, whether It IS below ground or
above ground, and he shall settle m total cost of all damage SllltS whIch may anse as
a result of thIS operatIOns
e To a\ Old unnecessary mterferences or delays, the Contractor shall coordmate all
utIlIty removals, replacements and constructIOn wIth the appropnate utIlIty
company
1.17 DRAINAGE: The Contractor shall mamtam adequate dramage at all tImes
1.18 PROJECT MAINTENANCE: The Contractor shall mall1taIn, and keep m good repaIr,
the Improvements covered by these plans and speCIficatIOns dunng the lIfe of the contract.
1.19 CLEANUP:
Dunng ConstructIOn The contractor shall at all tImes keep the job sIte as free from all
matenal, debns and rubbIsh as IS practIcable and shall remove same from any portIOn of the
Job sIte when It becomes obJectIOnable or mterferes wlth the progress of the proJect.
Fmal Upon completIOn of the work, the Contractor shall remove from the sIte all plant,
matenals, tools and eqUIpment belongIng to hIm and leave the sIte WIth an appearance
acceptable to the Engmeer and the O\\.l1er The Contractor shall thoroughly clean all
eqUipment and matenals Il1stalled by hIm and shall delIver over such matenals and
eqlllpment m a bnght, clean, polIshed and new-appeanng conditIOn.
4-6
Specific Project Requirements
t 20 I~SPECTION: The vvord "InspectIon" or other forms of the word, as used m 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
m 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
t 21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All pavmg, subgrade, or
other debns removed from the sIte as a prehnImary to the constructIOn shall be removed
from the property at the sole expense of the Contractor Any reqUIred burnIng and dIsposal
pcnmts shall be the sole responsIbIlIty of the Contractor
All excavated earth In excess of that reqUIred for backfilhng shall be removed from the Job
sIte and disposed of In a satlsfactorv manner
1.22 'VATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for secunng and transportmg all water reqUIred m the constructIon, IncludIng
\vater reqUIred for mlxmg of concrete, spnnklmg, testIng, flushmg, floodmg, or Jettmg. The
Contractor shall provIde water as reqUIred at hIs own expense
1.23 GUARANTEE: All work shall be guaranteed agaInst defects resultIng from the use of
mfenor matenals, eqUIpment or workmanshIp for a penod of two (2) years from the date of
final completIOn and acceptance of the proJect.
4_7
Specific Project Requirements
SHOP DRA \VINGS, PRODUCT DATA AND SAMPLES
1 1 GENERAL:
A Contractor to submIt Shop Drawmgs, Product Data and Samples as reqUired by the
Contract Documents and as specIfied m other sectIOns of the speCIficatIons
1.2 SHOP DRA \VINGS:
A t\s soon as practicable after contract a\\ ard, submIt to the EngIneer, for reView, the
reqUIred number of bound copIes of shop drawIngs of all Items as specified m the
':'::!r!0US sectIons cfthe~e ~peC~fiC:ltlcns, ~CCOriip3nled b:/ letter~ cftransmlttal
B Shop drawmgs shall mcludc Manufacturer's catalog sheets and/or descnptlve data
for matenals and equIpment, sho\',/]ng dimensIOns, performance charactenstlcs, and
capacItIes and other pertment mformatlOn as reqUIred to obtaIn approval of the Items
mvolved
C No work requmng shop drawmgs wIll be executed untIl reVIeW and acceptance of
such drawIngs has been obtamed
1.3 PRODUCT DATA:
A
PreparatIOn
1 Clearly mark each copy to IdentIfy pertment products or models
') Show performance charactenstlcs and capacItIes
3 Show dImensIOns and clearances reqUIred
,
4-
Manufacturers standard schematIC drawIng sand dIagrams
1 ModIfy drawmgs and dIagrams to delete InfOilllatlOn whIch IS not applIcable
to the work.
Supplement standard mformatlOn to provIde InformatIOn speCIfically
applIcable to the \Vork
B
1.4 SAMPLES: ProvIde samples as mdlcated m other parts of these speCIficatIOns
1.5 CONTRACTOR RESPONSIBILITIES:
A RevIew Shop Drawmgs and Product Data pnor to submISSIon.
B Determme and venfY'
1 FIeld measurements.
2 FIeld constructIOn cntena.
3 Catalog numbers and SImIlar data.
4-f!
Specific Project Requirements
4 Conforn1ance wIth specIficatIOns
C Coordmate each submittal with reqlllrements of the work and of the Contract
Documents
D BegIn no \vork \\ hlch rcqlllres submittals untIl retum of submIttals wIth Engmeer's
rCVle\\
E Keep one (I) approved copy of shop drawIngs or product data at job site at all
tImes
1 6 S{;BMISSION REQUIREMENTS:
A Make submIttals promptly and m such sequence as to cause no delay m the work or
m the work of any other contractor
B Number of submIttals required
1 For shop draWIngs and product data. Submit the number of COpIeS whIch
the contractor reqlllres, plus four whIch wIll be retamed by the EngIneer
C SubmIttals shall contam
1 The date of submISSIon and the dates of any prevIOus submissions
2 The proJect tItle
3 The names of
a. Contractor
b SupplIer
c Manufacturer
4 IdentIficatIOn of the product.
5 Field dImenSIOns, clearly IdentIfied as such
6 RelatIOn to adjacent or cntlcal features of the work or matenals.
7 ApplIcable standards, such as ASTM or Federal SpecIficatIOn numbers
8 IdentIficatIon of devIatIOns from Contract Documents.
9 IdentlficatIOn of revIsIons on resubmlttals.
10 Contractor's stamp, ImtIaled or SIgned, certifYIng to reVIeW of submIttal,
venficatlOn of products, field measurements and field constructIOn cntena,
and a coordInatIon of the InformatIon wIthIn the submittal wIth reqUIrements
of the work and of Contract Documents
11 Fabncatlon and erectIOn drawmgs lIsts and schedules
12 BaSIS of deSign and deSIgn calculatIons SIgned and sealed by a regIstered
professIOnal engmeer
13 Seal and sIgnature of a regIster engmeer on all structural submIttals
4-9
Specific Project ReqUirements
D REVIEW
Shop drawmg and product data Il1formatlOn revIew wIll be general Such
re\ le\\ wIll not relIve the contractor of any responsIbIlIty and work reqUIred
by the Contract
2 Satisfactory shop drawll1gs \\/111 be so designated and all sets, except four
(4), retumed to the Contractor ReJected shop drawIngs wIll be so
designated and all sets except ffi'o (2) wIll be returned to the Contractor,
wIth Il1dlcatlOl1S of the reqUIred correctIOns and changes.
3 ReJected shop drawmgs wIll be corrected and resubmItted to the EngIneer
for Acceptance
1. 7 RESUBMISSION REQUIREMENTS:
A
Make any correctIOns or changes 111 the submIttals reqUIred by the Engmeer and
resubmIt untIl accepted
Shop DrawIngs and Product Data.
1 Rev]se Initial drawmgs or data, and resubmIt as specIfied for the mltJal
submIttal
indIcate any changes \\ hlch have been made other than those requested by
the Engll1eer
")
B
1.8 ENGINEER'S RESPONSIBILITIES:
A RevIew submittals wIth reasonable promptness
B Affix stamp and mltJals or SIgnature, and Il1dlcate reqUIrements for resubmlttal, or
acceptance of submIttal
C Return submittals to Contractor for dIstributIOn, or for resubmlsslon.
4-jO
Specific Project Requirements
..
SECTION 5
DESCRIPTION
OF PAY ITEMS
THE CITY OF
SECTIOI'l 5 - DESCRIPTION OF PAY ITEMS
This sectIOn mc\udes comments concernmg \ anous Pay Items so that the contractor can fully
understand the scope of work Imohed In the Pay Items
Construction No Pay Items:
All \\ork 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 followmg' (a) saw cuttmg, (b) removal of spOIls, (C) water for constructIOn, (d) any
pIpe fittmgs, (e) Imgatlon repaIrs, (f) sod repaIr/replacement and (g) any other mCldentals
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 mcluded m the vanous pay Items assocIated
with this proJect
2. Construction Pa} Items:
Pav Items as lIsted m the proposal shall be measured and paId for m accordance wIth the
applIcable measurement and payment paragraphs of the North Central Texas CouncIl of
GO\ ernments "Standard SpeCIficatIOns for PublIc Works ConstructIOn", latest addItIOn, unless
modified by these specIal proVISIons
2.1 Furnish, Install and Maintain Traffic Control Devices:
ThiS pay Item shall conSIst of the placement of the reqUIred traffic control deVIces m
accordance WIth the TMUTCD, City ofCoppell and NCTCOG Standards and SpeCificatIOns
Inclusive WIth thIS pay Item wIll be the reqUirement for the submIttal of a traffic control plan
for the proJect. No lane closures wIll be allowed pnor to 9 00 a.m or after 4 00 p.m. Two-way
traffic must be mamtamed at all times. Because of the reqUIrement for one lane to be opened
at all tImes, It IS conceivable that the trench wIll need to be adequately "plated" to allow for
the free passage of vehIcles through the work area.
Measurement and Payment shall be made on the baSIS of the pnce bId per lump sum (LS) and
shall be total compensation for funllshmg all labor, matenals, tools, traffic control plan and
eqLl1pment necessary to complete the work
2.2 Remove and Dispose of Existing Concrete Paving:
ThIS pay Item shall consIst of the removal of eXlstmg concrete pavmg to allow for the
mstallatlon of the slotted dram, 2-grate mlet and RCP wlthm the lImIts shown on the
constructIOn plans All saw cuttmg shall be full depth to prOVIde for a smooth surface
Damaged vertIcal sIdes wIll be re-sawed, removed and replaced at the contractor's expense
Saw cuttmg IS conSIdered subsIdIary to thIS pay Item Concrete pavIng shall be dIsposed of
off-sIte m accordance WIth federal, state and local regulatIOns.
5-2
Description of Pay Items
Measuremcnt and Payment shall be made on the basIs of the pnce bId per square yard (SY)
and shall be total compensatIon for furnlshmg all labor, matenals, tools, and eqlllpment
necessary to complete the work
2.3 Furnish and Install 18" Class IV RCP:
Thl s pay Item shall consIst of thc mstallatlOn of 50 linear feet of 18" Class N RCP beneath
Cnbbs Dme The RCP \\'111 connect to the proposed 2-grate mlet to the south and to the
eXlstlllg 24" RCP to the north The bid pnce shall be Inclusive of all necessary work and
matenals to connect the 18" RCP to the proposed 2-grate mlet and to the eXlstlllg 24" RCP
The backfill and embedment shall be f10wable fill, mllllmum 2-sacks of cement per cubiC
yard t\ll Jomt materIal shall bc Omlll-f1ex JOlllt gaskets
Measurement and Payment shall he made on the basIs of the prIce bId per lmear foot (LF)
and shall be total compensatIOn for furnlshlllg all labor, materIals, tools, and equIpment
necessary to complete the work
2.4. Construct 2-Grate Inlet:
ThIs pay Item shall consIst of the constructIOn of one 2-grate mlet on Cribbs Dm e as It
approaches MacArthur Boulevard ConstructIOn shall be m accordance WIth the proJect
drawIngs and concrete shall be Class "F" (4200 pSI) The mlet shall be cast m place and shall
be formed on all SIdes Castmg of walls agamst the trench wIll not be permItted.
Measurement and Payment shall be made on the basIs of the pnce bid per each (EA) and shall
be total compensatIOn for furnlshmg all labor, matenals, tools, and eqlllpment necessary to
complete the work.
2.5. Furnish and Install 18" Slotted Drain:
ThIS pay Item shall consIst of the mstallatlOn of 168 linear feet of 18" Slotted Dram and one
plug along the southbound gutter Ime of MacArthur Boulevard as shmvn on the project
drawIngs. The slotted dram WIll connect to the proposed 2-grate Inlet to the north. The bid
pnce shall be mcluslve of all necessary work and matenals to connect the 18" slotted dram to
the proposed 2-grate mlet on Cnbbs PIpe and draIn shall be In accordance WIth TxDOT
standard detaIls for Roadway Dram DetaIls, Slotted Dram. The backfill and embedment shall
be f10wable fill, mInImum 2-sacks of cement per cubiC yard All Jomt matenal shall be per
manufacturer's recommendatIOns The construction of a water Ime crossmg wIll be reqUIred
at the locatIOn where the proposed 18" slotted dram crosses over the ex Istmg 12" water Ime
on MacArthur Boulevard and IS conSIdered SubsIdiary to thIS pay Item
Measurement and Payment shall be made on the basIs of the pnce bId per lInear foot (LF) and
shall be total compensatIOn for furnlshmg all labor, matenals, tools, and eqlllpment necessary
to complete the work.
5-3
Description of Pay Items
2.6. Construct Concrete Pavement with Integral Curb:
ThIS pay Item shall consIst of the replacement of the concrete pavmg and mtegral curb that
\\ as removed under pay Item 2 2 The calculated pavement repaIr w1l1 be 96 square yards It IS
conceIvable that the total square yards mstalled will be more based on the actual removal of
the pavmg dunng constructIOn. Payment wIll be based on the calculated quantIty The
quantIty IS calculated based on the outsIde dIameter of the RCP, plus 3 feet. ThIS allows for
() 5 foot on each side for embedment and two feet at the top for pavement one foot eIther side
of the undIsturbed trench The quantIty IS also calculated based on 3 25 feet of Integral curb
and pavmg contIguous WIth the slotted dram. Pavmg shall be m accordance WIth the City of
Coppell Standard DetaIls, WIth the exceptIon that the concrete used for pavement replacement
shall be Class "F" (4200 pSI) The thIckness shall match that of the eXIstIng pavmg and the
\\ ork shall be protected untIl final cunng IS attamed All sawed and constructIon Jomts shall
be sealed WIth an appro\ ed sIlIcone sealant deSIgned for use as a concrete pavement Jomt
sealant.
Measurement and Payment shall be made on the baSIS of the pnce bId per square yard (SY)
and on the plan quantIty of 96 square yards, regardless of the Width of the removal, and shall
be total compensatIOn for fUn1lshmg all labor, matenals, tools, and eqUIpment necessary to
complete the work.
5-4
Description of Pay Items