WA9601B-CN 981208CONTRACT DOCUMENTS
CITY
OF COPPELL,
TEXAS
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR THE CONSTRUCTION OF
k
SANDY LAKE ROAD WATER
FROM: WAGON WHEEL RANCH ELEVATED
TO: DENTON TAP ROAD
PROJECT NO. WA 96-01 ~ ~11
BID NO. Q 1098-01
LINE
TANK
PREPARED BY
SmMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
I ~'
CERTIFIC I OF INSURANCE'
:: ACORD,. :::i
: .:':: '-!i~::::::::' ........~:~-: .......:E? ::::: :. E:: : : : :: i :~:::.!~:i:: :: :.. 02/01/99
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Cadenhead Shreffler Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 1119 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW.
Bedford, TX 76095 COMPANIES AFFORDING COVERAGE
COMPANY
AAmerican Cas. Co. of Reading PA
INSURED COMPANY
Fox Contractors, Inc. BContinental Casualty Company
PO Box 951
COMPANY
Midlothian, TX 76065-0951 cTransportation Insurance Company
COMPANY
DTranscontinental Insurance Co.
THIS IS TO CERllFY THAT THE POLICIES OF INSURANCE LISTED 8ELOW HAVE 8EEN ISSUED TO THE INSURED NAMED A8OVE FOR THE POLICY PEPaOD
INDICATED, NOMTHSTANDING ANY REQUIREMENT, TERM OR CONDrrlON OF ANY CONTRACT OR OTHER DOCUMENT WffH RESPECT TO WHICH THIS
CERTIFICATE MAY 8E ISSUED OR MAY PERTAJN, THE INSURANCE AFFORDED 8Y THE POLICIES DESCRIBED HEREIN IS SU8JECT TO ALL THE TERMS,
EXCLUSIONS AND CONDR1ONS OF SUCH POLICIES. LIMrrS SHOVVN MAY HAVE BEEN REDUCED BY PAID CLadMS.
CO TYPE OF INSURANCE POUCY NUMBER
LTR
A GENERALUAmUTY PKG1073639991
X ! COMMERCL~L GENERAL LMPJTY
OWNER'S & CONTRACTOR'S PROT
X CG2503/2504
X Blkt WOS/AI/10
B AUTOMOe,LE uAmuTy BUA1073639988
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
X r NON43VVNED AUTOS
Blkt WOS/AI/10
GARAGE UABIUTY
ANY AUTO
C EXCESS UAB,UTY CUP 1056058247
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
D WOR.ERECOMPENGATIONAND WC1073625024
EMPLOYERE' UAMUTY
THE PROPRIETOR/ ~ INCL
PARTNERS~XECUT1VE
OFF~EREARE: EXCL Blkt WOE
OTHER
POUCY EFFECTIVE POUCY EXPIRATION
DATE (MM/DI~ DATE (MM/DINYY)
05/ ,0/98 05/10/99
05/10/98 05/10/99
0s/10/98 0s/10/99
05/10/98 05/10/99
UMITS
GENERAL AGGREGATE S2,0 0 0,0 0 0
PRODUCTS-COMPK)P AGG s2,000,000
PERSONAL & ADV INJURY $1,0 0 0 # 0 0 0
EACH OCCURRENCE $1,000,000
FIRE DAMAGE CAny one Fwe) $ 100 , 000
MED EXP CAnyoneperIon) $ 5 t 000
COMBINED SINGLE LIMIT Sl I 0 0 0 t 0 0 0
BODILY INJURY
(Per perion)
BODILY INJURY
(Per accident)
PROPERTY DAMAGE ~$
AUTO ONLY-EA ACCIDENT iS
OTHER THAN AUTO ONLY: L:i::~:i:::! ~:-'~:::: :~::::!:f~i:
EACH ACCIDENT $
AGGREGATE $
EACH OCCURRENCE $2t 0 0 O# 0 0 0
AGGREGATE s2,000,000
EACH ACCIDENT S500,000
DISEASE~OUCY L.IT S500,000
DISEASE-EACH EMPLOYEE $5 0 0,0 0 0
DESCRIP~ON OF OPERA~N~OCA~N~EHICLES/~PE~L ITEMS
Re: Sandy Lake Road Waterline.
Shemek, Jacobs & Finklea, 8333
included as Additional Insured
CERTIFICATE HOLDER
City of Coppell
Attn: Gary Hendricks
P O Box 478
Coppell, TX 75019
ACORD 25-S (3/93) 1 of I
Project #WA96-01A. Certificate Holder and
Douglas, Ste 820, Dallas, TX 75225 are
on the General liability policy.
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY W1LL ENDEAVOR TO MAIL
1 ~ DAYS VVRrrTEN NOT~E TO THE CERTIRCATE HOLOER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NO31CE SHALL IMPOSE NO OBUGATION OR UABIUTY
OF ANY FJNO UPON THE COMPANY~ rIB AGENTS OR REPRESENTATNES.
KLC e ACORD CORPORATION 1993
TFIF~ CITY OF COPPELL, TEXAS
CITY COUNCIl,
Candy Sheehan, Mayor
Marsha Tunnell, Mayor Pro Tem
Greg Garcia
Pat Keenan
Bill York
Doug Stover
Larry Wheeler
CITY MANAGER
Jim Witt
DEPUTY CITY MANAGER
Clay Phillips
CITY ENGINE. F.R
Kenneth M. Griffin, P.E.
TARI ,E
OF CONTENTS
Section 1 -
Section 2 -
Section 3 -
Bidding and Contract Documents Section - Page No.
Notice to Bidders .................................................................................................................1-2
Instructions to Bidders ......................................................................................1-3 thru 1-11
Proposal/Bid Schedule & Prevailing Wage Rates ..........................................1-12 thru 1-22
Standard Form of Agreement (Contract) ........................................................1-23 thru 1-27
Performance Bond ...........................................................................................1-28 thru 1-29
Payment Bond .................................................................................................1-30 thru 1-31
Maintenance Bond ............................................................................................................1-32
City of Coppelrs Supplementary Conditions to the NCTCOG Standard
Specifications for Public Works Construction, General Provisions ..............1-33 thru 1-38
For this contract, the following standards, provisions,
amendments, etc., are APPROVED as the official specifications:
"Standard Specifications for Public Works Construction, North
Central Texas, 2nd Edition, 1987, including latest Amendments."
Specific Project Requirements .........................................................................2-1 thru, 2-6
Special Provisions to Standard Specifications for Construction ................. 3-1 thru 3-4
For this project, the Standard Specifications for Public Works
Construction - North Central Texas, as prepared by the North Central
Texas Council of Govemments and the City of Coppell Standard
Construction Details shall govem all work to be done, together with any
additional Special Specifications or Specific Project Requirements
included herein.
Section 4 - Special Conditions
· General ............................................................................................................................4-2
· Construction Methods .................................................................................................4-12
J:x12op~llX.96150N~cs\t~chXIndex-l.d~
I
THESE DOC EN
.ARE FOR CON
SECTION 1
BIDDING AND CONTRACT DOCUMENTS
\~sj txsj f_vol2XpfojectsXcle~ical\coppel Ix96- 150Xspecsxtech-spexaec- t. doc l - 1
CITY OF COPPELL, TEXAS
SANDY LAKE ROAD WATER LINE
PROJECT NO. WA-96-014b Bm NO. Q1098-01
ADDENDUM NO. 1
October 23, 1998
The plans and specifications for the construction of the City of Coppell, Texas, Sandy Lake Road Water Line
project, for which bids are to be received until 2:00 p.m., October 27, 1998, are hereby modified as follows:
,
,
,
Refer to the Construction Plans. The following note applies to all sheets:
"Unless otherwise noted in the plans and specifications, vegetative cover is to be re-established in all
disturbed areas in accordance with NCTCOG Item 3.10, and the City of Coppell Special Provisions to
Item 3.10 (page 4-13 of the project specifications)" No separate pay item.
Refer to Sheet 7 of 11 of the Construction Plans. Revise the Grass Sod replacement notation to read "Sta.
51+75 to 68+75. This change is made to be consistent with the same note on construction plan sheets 5
and 6.
Refer to construction plan sheet 8 of 11. Clarification - Work items on this sheet shown in a "clouded
border" is included in this contract and these items are quantified in the proposal and bid schedule.
Refer to construction plan sheet 10 of 11. At water line station 100+20, the vertical grade of the 24-inch
water line will be lowered by approximately 1.0 feet to avoid conflict with a future sanitary sewer. The
grade adjustment will begin at station 99+00 and transition back to the original grade at station 101+28.27.
The future sanitary sewer is not expected to be constructed until after completion of this project. Revised
conslniction plans showing this grade adjustment will be published to the successful contractor.
Refer to construction plan sheet 11 of 11, Station 11+54.74. The material of the existing 16-inch water
line is unknown. If the existing 16-inch pipe is a concrete cylinder pipe, the tapping sleeve and valve shall
be revised to a 16" x 14" TS&V.
Refer to the Specifications, page 1-3, Instruction to Bidders, paragraph 2. Scope of Work: The scope of
work described in this paragraph is hereby revised to match the estimated quantities identified in the
Notice to Bidders shown on page 1-2 of the specifications.
'Refer to the Specifications, page 1=10, Instruction to Bidders, paragraph 29. Maintenance Bond. Add the
following sentence to this paragraph: "The two year maintenance bond shall be in the amount of fifty
percent (50%) of the final contract price."
Refer to the Proposal and Bid Schedule. Revise the estimated quantities of the following bid items: · Item No. 6: Strike the estimated quantity of 16 L.F. and replace with 18 L.F.
· Item No. 7: Strike the estimated quantity of 141 L.F. and replace with 304 L.F.
· Item No. 27: Strike the estimated quantity of 47 S.Y. and replace with 90 S.Y.
· Item No. 28: Strike the estimated quantity of 41 S.Y. and replace with 315 S.Y.
10. Refer to the Standard Form of Agreement, page 1-29, Article 1. Work. The description of the work and
estimated quantities are hereby revised to match the description in the Notice to Bidders. The final
executed document of this agreement will be revised accordingly.
j:X~apellx96-150~X,~klendum'~d_not
!
Page lof2
Addendum No. 1
11. Refer to the City of Coppell Supplementary Conditions, page 1-39, Item 1.15 Surety Bonds. Add the
following to this section: "The Maintenance Bond shall be issued in an mount equal to 50% of the final
contact price."
12. Refer to the City of Coppell Supplementary Conditions, Section 2 - Specific Project Requirements, page
2-4, paragraph 2.13 Warning Devices: Strike the last sentence in this paragraph in its entirety and replace
with the following: Traffic Control and Barricade Devices shall be paid for at the contract unit price as
provided in the proposal and bid schedule and will be paid for based on the percentage of work complete.
13. Refer to the City of Coppell Supplementary Conditions, Section 2 - Specific Project Requirements, page
2-6, paragraph 2.20, Water for Construction. Replace this paragraph in its entirety with the paragraph
below:
"WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing
and transporting all water required in the construction, including water required for mixing of concrete,
sprinkling, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense.
A construction meter can be picked up at the City's Public Works office. The City will provide necessary
water to test the waterline."
14. Refer to the City of Coppell Supplementary Conditions, Section 2- Specific Project Requirements, page 2-
6. Add the following paragraph to this section:
2.22
TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent
laboratory acceptable for all backfill compaction, concrete and other testing as required by the
construction plans and standard specifications. The Contractor shall bear all related costs of retest, or
reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests
or inspections are to be made so that they may be present. One copy shall be provided to the Contractor
of all reports and laboratory test remits. Testing by the City does not alleviate the Contractors'
respons~ility for his own quality assurance/quality 'control testing. Contractor shall replace any
deficient construction items.
15. Refer to the Special Conditions, page 4.2, SC.4 -Scope of Work: Revise the scope of work in this paragraph
to match the estimated quantities shown in the Notice to Bidders.
16.
Refer to the Special Conditions, page 4-9, SC. 38 - Landscape & Tree Treatments. Revise the station limits
for the solid block sod shown in the last paragraph of this section to Station 51+75 to Station 68+75. Add the
following: "Solid block sodding shall be paid for within the station limits identified and at a width not to
exceed 20-feet. If addition width of sod is required to retum the area to its original or better condition, it shall
be replaced at the contractor's sole expense.
17.
Refer to the City of Coppell Special Provisions to the NCTCOG Standard Specification - Construction
Methods, page 4-13, Item 3.10.1. Add the following sentence to the end of this section. "'In addition to the
75% to 80% coverage, a minimum of one (1) inch in height, a stand of grass shall be further defined as being
mowed at least one time by the contractor at the direction of the City of Coppelt.
18.
19.
Refer to the construction plans. Where the 24.inch water line is to be installed by boring tmdemeath trees, the
bore may be accomplished by the "wet bore" method.
Bidders shall acknowledge receipt of Addendurn No. 1 in the space provided in the Proposal and On the
outer envelope of their bid, and by faxing back the "Transmlttal of Addendure Acknowledgment
Sheet" to Shimek, Jacobs & Finldea, L.L.P. at (214) 361-0204.
j:~:~pp~ll~q~l~dxu~ld_~ol.do~
!
Page 2of2
S~!IMEK, JACOBS & FINA, L.L.P.
CONSULTING ENGINEERS
DAI.I,AS, TEXAS
,4ddendum No. 1
NOTICE TO BIDDERS
CITY OF COPPELL, TEXAS
SANDY LAKE ROAD WATER LINE
The City of Coppell is accepting bids for the Sandy Lake Road Water Line. The project consists of
approximately 8,530 linear feet of 24-inch water line by open cut, 292 linear feet of 24-inch reinforced
concrete cylinder pipe water line by other than open cut, 189 linear feet of 24-inch water line with 36-inch
encasement pipe by other than open cut, along with all related appurtenances including valves and roadway
replacement. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for Sandy Lake Road
Water Line will be received in the Purchasing Office at the City of Coppell Town Center, 225 Parkway
Boulevard, until 2:00 p.m. on Tuesday, October 27, 1998, and then publicly opened and read aloud.
Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q1098-01,
designated clearly on the exterior of the bid envelope.
Proposals shall be accompanied by a cashier's or certified check upon a national or state bank, or savings
and loan in an amount not less than five percent (5%) of the total maximum bid price, payable without
recourse to the City of Coppell, or a bid bond in the same amount from a reliable surety company, as a
guarantee that the bidder will enter into a contract and execute performance bond and payment bond
within ten (10) days after notice of award of contract to him. The notice of award of contract will be
given by the Owner within ninety (90) days following the opening of bids.
The successful bidder must fumish performance bond upon the form provided in the amount of 100
percent of the contract price and a material and labor payment bond upon the form provided in the
amount of 100 percent of the contract price from an approved surety company holding a permit from the
State of Texas to act as surety, or other surety or sureties acceptable to the Owner.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID
TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions
and conditions under Which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
Plans, specifications and bidding documents may be examined at the City of Coppell, and may be
secured from the office of Shimek, Jacobs & Finklea, Consulting Engineers, 8333 Douglas Avenue,
#820, Dallas, Texas 75225, on deposit of Fifty Dollars ($50.00) per set, which sum so deposited will be
retumed upon compliance with provisions of the specifications regarding the return of such documents is
met.
\~sj~sjf_vo12\projects~cl~ical\copl~ll~96-150\sp~cs\tt~h-~p~'~-I
I !
1-2
INSTRUCTIONS TO BIDDERS
Defined Terms
Terms used in these Instructions to Bidders which are defined in the Standard Specifications for
Public Works Construction - North Central Texas, latest addition, as prepared by the NCTCOG, and
the Supplementary Conditions of Agreement, have the meanings assigned to them in these General
Conditions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a
sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest,
qualified, responsible Bidder to whom the Owner (on the basis of the Owner's evaluation as
hereinafier provided) makes an award. The term "Bidding Documents" includes the Notice to
Bidders, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all
Addenda issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall
be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract Docments,
it shall be understood as referring to the City Engineer or his authorized representative, City of
Coppell, P.O. Box 478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any
or all parts of the work and the mateddais to be used therein.
Scope of Work
This project is generally located along the south side of Sandy Lake Road, west of Denton Tap Road.
The project shall consist of approximately 292 linear feet of 24-inch reinforced concrete cylinder
pipe water line by open cut, 257 linear feet of 24-inch waterline by other than open cut, 189 linear
feet of 24-inch waterline with 36-inch encasement pipe, along with all related appurtenances
including valves and fiatwork replacement. The work shall be as shown on the construction plans
and shall consist of furnishing all labor, equipment, tools and incidentals necessary to complete the
work, including but not limited to: excavations, backfills, pipe, disposal of waste materials, etc. as
described in the plans and specifications.
Copies of Bidding Documents
Plans, specifications and bidding documents may be examined at the City of Coppell, and may be
secured from the office of Shimek, Jacobs & Finklea, Consulting Engineers, 8333 Douglas
Avenue, #820, Dallas, Texas 75225, on deposit of Fifty Dollars ($50.00) per set, which sum so
deposited will be returned upon compliance with provisions of the specifications regarding the
remm of such documents is met.
A)
No bidding documents will be issued later than two (2) days prior to the bid opening
date.
B)
After award of the Contract, the successful Bidder will be furnished five (5) sets of
Contract Documents at no charge. Additional sets over five (5) will be fumished for $50
per set.
\~sjt'~sjf_vo12\projeclsXclcricalkoppellX96-1S0\s[gcs\tech-spc~ec- l .doc1-3
c)
Bidding documents may be examined free of charge at the office of Shimek, Jacobs &
Finklea, L.L.P., 8333 Douglas Avenue, #820, Dallas, Texas 75225.
3.2
Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of incomplete
sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be
issued.
3.3
The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant for
any other use.
Qualifications of Bidders
The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may
require to establish his financial responsibility, experience and possession of such equipment as may
be needed to prosecute the work in an expeditions, safe and satisfactory manner. The required
information to be submitted shall consist of, but shall not necessarily be limited to, the following:
A,
Current PrQj ect F. xperi ence
A list of all projects presently under construction by the bidder including approximate cost and
completion date shall be submitted upon request.
Past PrQject F. xperience
The Bidder shall submit a list of five completed projects which have been in successful service
for a minimum of three years. The projects shall be similar in nature to the scope of work
required by this project.
C,
Equipment
The Bidder shall provide a list of equipment which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this project, properly
and expeditiously and shall state what additional equipment, if any, that he must rent/lease as
may be required to complete this pwject.
Financial
Each Bidder shall be prepared to submit upon request of the Owner a current balanced
financial statement with no evidence of threatening losses as evidenced by a current audited
certified financial statement. This information will be used to confirm that the Bidder has
suitable financial status to meet obligations incidental to performing the work.
Technical F, xperience
The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical
experience to properly complete this project.
Conflict of Interest
City Charter states that no officer or employee of the City shall have a financial interest, direct or
indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the
\xsj~.sjf ..vo12~x~rojec~clericar~,,el:spellX96-150~cs\t~ech-sp~Mc- I .doc I
sale to the City of my land, or rights or interest in any land, materials, supplies or services. This
prohibition does not apply when the interest is represented by ownership of stock in a corporation
involved, provided such stock ownership amounts to less than one percent (1%) of the corporation
stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or
employee of the City found guilty thereof should thereby forfeit his office or position. Any violation
of this prohibition with the knowledge, expressed or implied, of the persons or corporations
contracting with the City shall render the contract voidable by the City Manager or the City Council.
The Contractor represents that no employee or officer of the City has an interest in the Contractor.
Examination of Contract Documents and Site
6.1
6.2
6.3
6.4
Access to the site shall be along Sandy Lake Road. Prospective Bidders shall respect all
improvements. It is the responsibility of each Bidder before submitting a Bid, to (a) examine
the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions
that may affect cost, progress, performance or fumishing of the Work, (c) consider federal,
state and local Laws and Regulations that may affect cost, progress, performance or furnishing
of the Work, (d) study and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract
Documents. Failure to make these examinations shall in no way relieve any Bidder ~'om the
responsibility of fulfilling all of the terms of the contract, without additional cost to the
OWNER.
Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data fumished to the
Owner by Owners of such underground Facilities or others, and the Owner does not assume
responsibility for the accuracy or completeness thereof. All existing structures, improvements,
and utilities shall be adequately protected, at the expense of the Contractor, from damage that
might otherwise occur due to construction operations. Where construction comes in close
proximity to existing structures or utilities, or if it becomes necessary to move services, poles,
guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify
and cooperate with the utility or structure owner. The utility lines and other existing structures
shown on the plans are for information only and are not guaranteed by the City to be complete
or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify
locations and depths sufficiently in advance of construction such that necessary adjustments
may be made to allow for the proper installation. The Contractor shall be liable for damage to
any utilities resulting from the construction of this project.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface, subsurface
and underground facilities) at or contiguous to the site or otherwise which may affect cost,
progress, performance or furnishing of the Work and which Bidder deems necessary to
determine its Bid for performing and furnishing the Work in accordance with the time, price
and other terms and conditions of the Contract Documents.
On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall
fill all holes, clean up and restore the site to its former conditions upon completion of such
explorations.
1-5
6.5
The lands upon which the Work is to be performed, rights-of-way and casements for access
thereto and other lands designated for use by Contractor in performing the Work are identified
in the Contract documents.
6.6
The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the Bid is
premised upon performing and furnishing the work required by the Contract Documents and
such means, methods, techniques, sequences or procedures of construction as may be indicated
in or required by the Contract Documents, and that the Contract Documents are sufficient in
scope and detail to indicate and convey understanding of all terms and conditions for
performance and furnishing of the Work.
Interpretations and Addenda
7.1 All questions about the meaning or intent of the Contract Documents are to be directed to
Shimek, Jacobs & Finklea, L.L.P. Interpretations or clarifications considered necessary by the
Design Engineer in response to such questions will be issued by Addenda mailed or faxed to
all bidders recorded as having received the Bidding Documents. Questions received less than
two days prior to the date for opening of Bids may not be answered. Only questions answered
by formal written Addenda will be binding. Oral and other interpretations or clarifications will
be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda
issued have been received.
7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
8. Contract Time
8.1
As time is of the essence on this project, the contract time will be considered in the
Contractor's proposal. In no case shall the contract time exceed two hundred (100) calendar
days. The time for completion in calendar days is as established by the Contractor's proposal.
All work shall be complete within the calendar day count required by the Contractor's
Proposal. The calendar day count shall commence ten (10) calendar days after the date of the
Notice to Proceed.
8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Conditions.
Liquidated Damages
Provisions for liquidated damages are set forth in the Item 1.36.1, General Provisions of the Contract.
10.
Substitute or "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings
or specified in the Specifications without consideration of possible substitute or "or-equal" items.
Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
Engineer, application for such acceptance will not be considered by Engineer until after the Effective
Date of the Agreement. No substitutions should be considered during the bidding process.
\~jt~sjf.,vo12~Proj~s~:l~ricalXco!~llX96-150'~aXt~h-al~-l.do~ l -6
11.
12.
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 prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all such
Subcontractors, Suppliers and other persons and organizations proposed for those portions of
the Work for which such identification is requested. Such list shall be accompanied by an
experience statement with pertinent information regarding similar projects and other evidence
of qualification for each such Subcontractor, supplier, person or organization if requested by
the Owner. If the Owner, after due investigation, has reasonable objection to any proposed
Subcontractor, Supplier, other person or organization, may, before the Notice of Award is
given, request the apparent Successful Bidder to submit an acceptable substitute in which case
the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may
be increased (or decreased) by the difference in cost occasioned by such substitution, and the
Owner may consider such price adjustment in evaluating Bids and making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions will
not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
Bid Proposal
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity
is given and the Bidder shall state the price for which he proposes to do each item of work. All
blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or
omissions ~'om the plans and/or specifications will be accepted unless authorized in writing by
the Owner.
12.2
The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the organization is
chartered. Bids which are signed for a corporation shall have the correct corporate name
thereof, its post office address, and the signature of the president or other authorized officer of
the corporation, manually written below the corporate name in the following manner:
"By ."
If the bid is made by an individual, his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a finn or partnership, the name and post office address of the managing
member of the firm or partnership shall be given or the bid may be signed by an attorney-in-
fact. If signed by an attorney-in-fact, there shall be attached to the bid a power of attorney
evidencing authority to sign the bid, executed by the members of the fn'm or partners.
13. Provision Concerning Escalator Clauses
Bids containing any condition which provides for changes in the stated bid prices due to increase or
decrease in the costs of materials, labor, or other items required for this project, may be rejected and
remmed to the Bidder without being considered.
14. Estimates of Quantities
The quantities listed in the Bid Form will be considered as approximate and will be used for the
comparison of bids. Payments will be made to the Contractor only for the actual quantities of work
performed or materials fumished in accordance with the contract. The quantity of work to be done
and the materials may be increased or decreased as provided for in the Contract Documents.
15. Submission of Bids
Bids (pages 1-14 thru 1-25) will be received by the Purchasing Agent, and shall be submitted to the
Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478,
Coppell, Texas 75019 until 2:00 p.m. Tuesday, October 27, 1998, and then publicly opened and
read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with
the Project title,.City of Coppell Bid No. Q1098-01, and the name and address of the Bidder shall be
submitted. Acknowledgement of receipt of each addendure shall be clearly noted on the bid
envelope. If the Bid is sent through the mail or other delivc:~3r system, the sealed envelope shall be
enclosed in a separate envelope with the notation "BID ENCLOSED: SANDY LAKE ROAD
WATER LINE" on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas.
16. Modification and Withdrawal of Bids
17.
18.
16.1
Bids may be modified or withdrawn by an appropriate document duly executed (in the manner
that a Bid must be executed) and delivered to the place where Bids are to be submitted at any
time prior to the opening of Bids.
16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written
notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of the Bid, that
Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified firom further bidding
on the work.
Rejection of Bids
Bids may be rejected if they show alterations of form, additions not called for, conditional bids,
incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any
irregularities in the bids as received and to reject any and all bids without qualification(s). More than
one bid from an individual, finn or partnership, corporation or association, under the same or
different names, will not be considered. Reasonable grounds for believing that a Bidder is interested
in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids
in which prices are obviously unbalanced may be rejected.
Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but
the Owner may, in its sole discretion, release any Bid prior to that date.
j: ~t~car~p~nx~- ~ so~.h-n~c- t.do~ 1-8
19. Award of Contract
20.
19.1
The Owner reserves the right to reject any and all Bids, to waive any and all formalities except
for the time of submission of the Bid and to negotiate contract terms with the Successful
Bidder. The Owner also reserves the right to reject all nonconforming, nonresponsive,
unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any
Bidder if the Owner believes that it would not be in the best interest of the Project to make an
award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or
has doubtful financial ability or fails to meet any other pertinent standard or criteria established
by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of
figures and the correct sum thereof will be resolved in favor of the correct sum.
19.2
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the
Bids comply with the prescribed requirements, trait prices, completion time, and other data, as
may be requested in the Bid form or prior to the Notice of Award.
19.3
The Owner may consider the qualifications and experience of any Subcontractors, Suppliers,
or other persons or organizations proposed for those portions of the Work as to which the
identity of Subcontractors, Suppliers, and other persons and organizations must be submitted
as requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to the
Notice of Award.
19.4
The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial stability of
Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform
and fumish the Work in accordance with the Contract Documents to the Owner's satisfaction
within the prescribed time.
19.5
19.6
If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose
evaluation by the Owner indicates to the Owner that the award will be in the best interests of
the Project.
If the contract is to be awarded, the Owner will give the Successrid Bidder a Notice of Award
within ninety (90) days after the date of the Bid opening.
Execution of Agreement
Within fifteen (15) days after written notification of award of the contract, the Successful Bidder
shall execute and furnish to the Owner three (3) original signed contracts, including bonds, and
Certificates of Insurance.
21. Affidavit of Bffis Paid
Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that
all bills for labor, materials, and incidentals incurred in the project construction have been paid in
full, and that there are no claims pending.
I !
1-9
22.
Bid Compliance
Bid must comply with all Federal, State, county and local laws.
arty illegal alien.
23. Notice to Proceed
24.
Contractor shall not hire nor work
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor
requesting that he proceed with the construction. The Contractor shall commence work within ten
(10) calendar days after the date of Notice to Proceed.
State and City Sales Taxes
The Contractor's attention is directed to State of Texas, Tax Code, Section 151-311.
This section provides that all items used or consumed by a Contractor can be purchased ~'ee of
State and City sales tax if necessary and essential for the performance of the contract and
completely consumed at the job site and when the project is being performed for an agency exempt
under State of Texas, Tax Code, Section 151.309.
This contract is issued by an agency which qualified for exemption pursuant to the provisions of
State of Texas, Tax Code, Section 151.309.
25. Silence of Specification
26.
27.
28.
29.
The apparent silence of these specifications as to any detail or to the apparent omission fi:om it of a
detailed description conceming any point, shall be regarded as meaning that only the best
commercial practices are to prevail. All interpretations of these specifications shall be made on the
basis of this statement by Owner or their authorized representative.
Change Orders
No oral statement of any person shall modify or other, vise change, or affect the terms, conditions or
specifications stated in the resulting contract. All change orders to the contract will be made in
writing by the Owner.
Assignment
The Successful 'Bidder shall not sell, assign, transfer or convey this contract, in whole or in part,
without the prior written consent of Owner.
Venue
This agreement will be governed and construed according to the laws of the State of Texas. This
agreement is performable in Dallas County, Texas.
Maintenance Bond
The Contractor shall provide, on the form provided, a two year Maintenance Bond at the completion
of the project. The bond must be provided prior to final payment by the City.
\xajfxajf_vol2Xproj~cu~lericarw, oppdl~6-150~,specs\tec, h.spe\sec_l .dec l - 10
PROPOSAL
PROJECT IDENTIFICATION: Sandy Lake Road Water Line in Coppell, Texas.
BID OF Fox Contractors, Inc. DATE:
(NAME OF FIRM)
10/27/98
THIS BID IS
SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q1098-01
,
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement
with OWNER in the form included in the Contract Documents to perform and furnish all Work as
specified or indicated in the Contract Documents for the Contract Price and within the Contract Time
indicated in this Bid and in accordance with the other terms and conditions of the Contract
Documents.
BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and
Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day
of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the
Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a)
BIDDER has examined copies of all the Bidding Documents and of the following Addenda
(receipt of all which is hereby acknowledged):
No: 1
Date: 10/23/98
Rec'd: 10/26/98
,/
Co)
BIDDER has familiarized itself with the nature and extent of the Contract Docments, Work,
site, locality, and all local conditions and Laws and Regulations that in any manner may affect
cost, progress, performance or furnishing of the Work.
j:~elcrir. alxg, op~tl~6-|50'~pccs\~,h-spexsec-1 .doe
I
1-11
(C)
(d)
(e)
(0
BIDDER has studied carefully all reports and drawings of subsurface conditions contained in
the contract documents and which have been used in preparation of the contract documents.
CONTRACTOR may rely upon the accuracy of the technical data contained in such reports,
but not upon nontechnical data, interpretations or opinions contained therein or for the
completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately
preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface
conditions at site.
BIDDER has studied carefully all drawings of the physical conditions in or relating to existing
surface or subsurface structures on the site, which are contained in the contract documents and
which have been utilized in preparation of the contract documents. CONTRACTOR may rely
upon the accuracy of the technical data contained in such drawings, but not for the
completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately
preceding sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and
carefully studying) all such examinations, investigations, explorations, tests and studies (in
addition to or to supplement those referred to in (c) above) which pertain to the subsurface or
physical conditions at the site or otherwise may affect the cost, progress, performance or
furnishing of the Work as BIDDER considers necessary for the performance or furnishing of
the Work at the Contract Price, within the Contract Time and in accordance with the other
terms and conditions of the Contract Documents; and no additional examinations,
investigations, explorations, tests reports or similar information or data are or will be required
by BIDDER for such purposes.
BIDDER has reviewed and checked all information and data shown or indicated on the
Contract Documents with respect to existing Underground Facilities at or contiguous to the site
and assumes responsibility for the accurate location of said Underground Facilities. No
additional examinations, investigations, explorations, tests, reports or similar information or
data in respect of said Underground Facilities are or will be required by BIDDER in order to
perform and furnish the Work at the Contract Price, within the Contract Time and in
accordance with the other terms and conditions of the Contract Documents.
BIDDER has correlated the results of all such observations, examinations, investigations,
explorations, ."tests, reports and studies with the. terms and conditions of the Contract
Documents.
BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it
has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER.
This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm
or corporation and is not submitted in conformity with any agreement or roles of any group,
association, organization or corporation; BIDDER has not directly or indirectly induced or
solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced
any person, finn or corporation to refrain from bidding; and BDDER has not sought by
collusion to obtain for itself any advantage over any other Bidder or over OWNER.
j:~l~ric. alkop~llX96-150~\t~ch-~l~-l.cloc
I |
1-12
(i)
It is understood and agreed that the following quantities of work to be done at unit prices are
approximate only, and are intended principally to serve as a guide in evaluating bids.
6)
It is understood and agreed that the quantities of work to be done at unit prices and materials to
be fumished may be increased or diminished as may be considered necessary in the opinion of
the OWNER to complete the work fully as planned and contemplated, and that all quantities of
work, whether increased or decreased, are to be performed at the unit prices set forth, except as
provided for in the Contract Documents.
It is understood and agreed that all work under this contract will be completed within the calendar
days indicated. Completion date will be established in the Notice to Proceed.
BDDER will complete the Work for the following price(s):
1-13
Item [ Estimated
No. Quantity
Unit
1 8,533 L.F.
2 292 L.F.
3 189 L.F.
4 199 L.F.
5 407 L.F.
J:\Col~ellX96150~\~'ch~P&ln-2.xls
! I'
CITY OF COPPELL, TEXAS
Sandy Lake Road Water Line
Wagon Wheel Ranch Elevated Tank to Denton Tap Road
BIn SCBv. Dtn E
Description and Price in Words
Price in
Figures
For Furnishing and Installing 24-Inch Water Line
including Embedment
complete in place, the sum of
Fifty-Nine
and Fifty
Cents per Linear Foot.
Dollars
For Furnishing and Installing 24-Inch Water Line
by other than Open Cut
complete in place, the sum of
Two Hundred Sixty-Five
Dollars
and No
Cents per Linear Foot.
For Furnish & Install 24" Water Line with 36-Inch
3/16" Thick Steel Encasemeat Pipe by other than
Open Cut
complete in place, the sum of
Three Hundred
Dollars
and No
Cents per Linear Foot.
For Furnishing and Installing 24-Inch Water Line
with Concrete Encasement
complete in place, the sum of
Ninety
and No
Cents per Linear Foot.
Dollars
For Furnish & Install 24-Inch Water Line with
Class "B" Embedment and Flowable Backfill
complete in place, the sum of
One Hundred Twelve
and No
Cents per Linear Foot.
Dollars
1-14
59.50
265.00
300.00
90.00
112.00
Extended
Amount
$ 507,713.50
$ 77,380.00
$ 56,700.00
$ 17,910.00
$ 45,584.00
Item [ Estimated
No. Quantity unit
Description and Price in Words
Price in
Figures
Extended
Amount
6 18 L.F.
For Furnishing and Installing 16-Inch RCCP or
PVC Waterline with Embedment
complete in place, the sum of
Thirty-Seven
and Fifty
Cents per Linear Foot.
Dollars
37.50
675.00
7 304 L.F.
8 35 L.F.
9 125 L.F.
10 74 L.F.
For Furnishing and Installing 12-Inch PVC
Waterline with Embedment
complete in place, the sum of
Twenty-Seven
and No
Cents per Linear Foot.
Dollars
For Furnishing and Installing 12-Inch PVC or DIP
Wate~ine by other than Open Cut
complete in place, the sum of
Seventy
and No
Cents per Linear Foot.
Dollars
For Furnishing and Installing 8-Inch PVC Water
Line with Embedment
complete in place, the sum of
Eighteen
and Fifty
Cents per Linear Foot.
Dollars
For Furnishing and Installing 6-1nch D.I.P. Water
Line with Embedment
complete in place, the sum of
Twenty-Two
and No
Cents per Linear Foot.
Dollars
27.00
70.00
18.50
22.00
8,208.00
2,450.00
2,312.50
1,628.00
11 7 Ea.
l:\CoppellX961 S0'~caXu~:h~P& bl-2ada
1
For Furnishing and Installing 24-Inch Butterfly
Valve
complete in place, the sum of
Five Thousand, Five Hundred
and No
Cents per Each.
Dollars
1-15
5,500.00
38,500.00
Item
No.
12
Estimated
Quantity
Unit
Ea.
Description and Price in Words
For Furnishing and Installing 12-Inch Gate Valve
complete in place, the sum of
One Thousand
Dollars
and No
Cents per Each.
Price in
Figures
$ 1,000.00
Extended
Amount
$ 5,000.00
13
Ea.
For Furnishing and Installing 8-Inch Gate Valve
complete in place, the sum of
Six Hundred
and No
Cents per Each.
Dollars
$ 600.00
$ 4.800.00
14
15
16
Ea.
5 Ea.
] Ea.
For Fumishing and Installing 6-Inch Gate Valve
complete in place, the sum of
Four Hundred Eighty
Dollars
and No
Cents per Each.
For Furnishing and Installing 8" x 8" Tapping
Sleeve and Valve
complete in place, the sum of
One Thousand, Nine Hundred
and No
Cents per Each.
Dollars
For Furnishing and Installing 12" x 12, Tapping
Sleeve and Valve
complete in place, the sum of
Two Thousand, Seven Hundred
and No
Cents per Each.
Dollars
$ 480.00
$ 1,900.00
$ 2,700.00
$ 1,920.00
$ 9.500.00
$ 2,700.00
17
J:\Co!~lI~6l.~il~xlechXP&b~-2.xls
1
For Furnishing and Installing 16" x 16" Tapping
Sleeve and Valve
complete in place, the sum of
Six Thousand
and No
Cents per Each.
Dollars
1-16
$ 6,000.00
$ 6,000.00
IItem
No. I Estimated
Quantity I Unit
Description and Price in Words
Price in
Figures
Extended
Amount
18 4 Ea.
For Furnishing and Installing 3-Inch Air &
Vacuum Release Valve
complete in place, the sum of
Three Thousand, Five Hundred
and No
Cents per Each.
Dollars
3,500.00
14,000.00
19 4 Ea.
For Furnishing and Installing 6-Inch Blow-Off
Valve
complete in place, the sum of
Two Thousand
and No
Cents per Each.
Dollars
2,000.00
8,000.00
20 1 Ea.
For Furnishing and Installing 24-Inch Dished-
Head Plug
complete in place, the sum of
One Thousand, Five Hundred
and No
Cents per Each.
Dollars
1,500.00
1,500.00
21 3 Ea.
22 1 Ea.
For Connecting to Existing 24-Inch Water Line
complete in place, the sum of
Four Thousand
and No
Cents per Each.
Dollars
For Connecting to Existing 10-Inch Water Line
complete in place, the sum of
One Thousand, Seven Hundred
and No
Cents per Each.
Dollars
4,000.00
1,700.00
12,000.00
1,700.00
23 1 Ea.
J:XCoppfllx,96150~lpecd~-ch~P&b~-2. xls
I I
For Connecting to Existing 8-Inch Water Line
complete in place, the sum of
One Thousand
Dollars
and No
Cents per Each.
1-17
1,000.00
1,000.00
Item
No.
Estimated
Quantity
Unit
Description and Price in Words
Price in
Figures
Extended
Amount
24 1 Ea.
For Cutting and Plugging Existing 10-inch Water
Line
complete in place, the sum of
Seven Hundred
and No
Cents per Each.
Dollars
700.00
700.00
25 4 Ea.
For Cutting and Plugging Existing 8-1nch Water
Line
complete in place, the sum of
Seven Hundred
and No
Cents per Each.
Dollars
700.00
2,800.00
26 2,830 Lbs.
27 90 S.Y.
28 315 S.Y.
For Furnishing and Installing Ductile Iron Fittings
complete in place, the sum of
Two
and Seventy-Five
Cents per Pound.
Dollars
For Removing and Replacing Existing Concrete
Pavement
complete in place, the sum of
Forty-Five
and No
Cents per Square Yard.
Dollars
For Removing and Replacing Existing Asphalt
Pavement
complete in place, the sum of
and No
Cents per Square Yard.
Dollars
2.75
45.00
32.00
7,782.50
4,050.00
10,080.00
29 15 S.Y.
J:\Copl~ll~6 1 $0~'~l~t~chXP&bl-2. xls
I I
For Removing and Replacing Existing Gravel
Drive
complete in place, the sum of
Ten
and No
Cents per Square Yard.
Dollars
1-18
10.00
150.00
Item [ Estimated [
No. Quantity
Unit
Description and Price in Words
Price in
Figures
Extended
Amount
30 12 L.F.
For Removing and Replacing Existing Concrete
Curb and Gutter
complete in place, the sum of
and No
Cents per Linear Foot.
Dollars
30.00
360.00
31 56 S.Y.
For Removing and Replacing Existing Concrete
Sidewalk
complete in place, the sum of
Twenty-Eight
and No
Cents per Square Yard.
Dollars
28.00
1,568.00
32 40 L.F.
For Removing and Replacing Existing Pipe Raft
Fence
complete in place, the sum of
Seventeen
and No
Cents per Linear Foot.
Dollars
17.00
680.00
33 30 C.Y.
34 30 C.Y.
For Extra Concrete for Encasemerit
complete in place, the sum of
One Hundred
and No
Cents per Cubic Yard.
For Extra Crushed Stone for Embedment
complete in place, the sum of
Twenty-Three
and No
Cents per Cubic Yard.
Dollars
Dollars
100.00
23.00
3,000.00
690.00
35 1 L.S.
l:\Cop~llX96150~speclXteehXP&ba-2.xll
!
For Furnishing, Installing, Maintaining and
Removal of Erosion Control Devices
complete in place, the sum of
Five Thousand
and No
Cents per Lump Sum.
Dollars
1-19
5,000.00
5,000.00
lltem
No. ~ Estimated
Quantity ~ Unit
Description and Price in Words
Price in I
Figures
Extended
Amount
36 1 L.S.
For Furnishing, Installing and Maintaining Traffic
Control Devices
complete in place, the sum of
Seven Thousand
and No
Cents per Lump Sum.
Dollars
$ 7,000.00 $
7,000.00
37 9,406 L.F.
38 3,778 S.Y.
For Designing and Installing Trench Safety
Systems
complete in place, the sum of
Two
and No
Cents per Linear Foot.
Dollars
Furnish & Install Bermuda or St. Augustine Grass
Solid Block Sod, including Fertilizer & Watering
complete in place, the sum of
Five
and No
Cents per Square Yard.
Dollars
$ 2.00 $
$ 5.00 $
18,812.00
18,890.00
39 15 Ea.
For Replacing Sprinkler Heads
complete in place, the sum of
One Hundred
and No
Cents per Each.
Dollars
40 200 L.F.
For Removing and Replacing 1-Inch or 2-Inch
Irrigation System Lines
complete in place, the sum of
Ten
Dollars
and No
Cents per Linear Foot.
ITOTAL AMOUNT BID Citems 1 Through 40)
$ 100.00 $
$ 10.00 $
I$
1,500.00
2,000.00
912,243.S0l
J:~a~pl~ll~6150~xtechXP&l~-2. xls
!
1-20
BIDDER agrees that all Work awarded will be completed within Two Hundred (200) calendar days.
Contract time will commence to mn as provided in the Contract Documents.
Communications conceming this Bid shall be addressed to the address of BIDDER indicated on the
applicable signature page.
o ·
BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal
property to be incorporated into the project. Said taxes are not included in the Contract Price (See
Instructions to Bidders).
e
The terms used in this Bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
The City of Coppell reserves the fight to delete any portion of this project as it may deem necessary to stay within
the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted
accordingly.
SUBMITTED on
October 27, 1998
i !' I
1-21
QUESTIONNAIRE
Each Bidder shall write in the name, where indicated, of the manufacturers .and suppliers of equipment which
Bidder proposes to furnish and the subcontractors the Bidder plans to utilize. Not more than one manufacturer's
or subcontractor's name shall be listed for each item of equipment. Upon award of a contract, the named
equipment shall be furnished. Substitutions will be permitted only if named equipment or subcontractor does not
meet the requirements of the Contract Documents, the manufacturer or subcontractor is unable to meet the
requirements of the construction schedule, or the manufacturer or subcontractor is dilatory in complying with the
requirements of the Contract Documents. Substitutions shall be subject to concurrence of the Owner and shall be
confirmed by Change Order.
Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of
the specifications covering such equipment; final acceptance will be based on full conformity with the Contract
Documents.
Failure to furnish all information required may be cause for rejection of the Bid.
Equipment
24" RCCP Water Line
24" Butterfly Valve
Gate Valves
3-Inch Air & Vacuum Valve
Ductile Iron Fittings
Manufacturer/Supplier
Gifford-Hill Concrete Products
U.S. Filter
U.S. Filter
U.S. Filter
U.S. Filter
Discipline
Bore
Tap
Circle H Contractors, Inc.
Gifford-Hill America
Subcontractor
Xxsj t~.~jf..voUXl~oj~,~x~lerie-ahcop~llX96-lS0x,~e~Xtw-h-~l~Xs~-lb. do~
! I ·
1-22
BmAFFIDA~T
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as
correct and f'mal. Bidder further certifies and agrees to fumish any and/or all commodities upon which prices are
extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The
period of acceptance of this bid will be 120 calendar days from the date of the bid opening. (Period
of acceptance will be ninety (90) calendar days unless otherwise indicated by Bidder.)
STATE OF TEXAS COUNTY OF ELLIS BEFORE ME, the
undersigned authority, a Notary Public in and for the State of Texas , on this day personally
appeared who after being by me duly sworn, did depose and say:
(Name)
"I, Bob Fox
Fox Contractors, Inc.
(Name of Firm)
foregoing on behalf of the said
am a duly authorized office/agent for
and have been duly authorized to execute the
Fox Contractors, Inc.
(Name of Firm)
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s)
engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not
now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or
combination thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or
not to bid thereon."
Name and Address of Bidder:
Telephone: ( 972 )
Title: Vice-President
Fox Contractors, Inc.
P. O. Box 951, Midlothian, Texas 76065
723-6870 by: Bob Fox
Signature: Z~i~'
SUBSCRIBED AND SWORN to before me by the above named
on this the ,il~--d day of ~/aok.
i.. CHRISTNE A. $HtTO
NOTARY PUBLIC
State of Texas
Cornre. Exp.07-09-99
Notary Public in and for the State of
\~ajlxsjf_vol2xixojec~clerical~oppellL~-IfO~l~nxte~h-sln~se~-Ib,clc~
! ! ·
I -23
Bob Box
I9
If BIDDER IS:
An Individual
By
doing business as
Business address
(Individuars Name)
Phone No.
(Seal)
A Partnership
By
Business address
(Firm Name)
(General Partner)
PhoneNo.
(Seal)
A Corporation
By Fox Contractors, Inc. (Seal)
(Coloration Name)
By Texas (Seal)
(State of Incorporation)
By Bob Fox (Seal)
(Name of person authorized to sign)
Vice-President
ffitle)
(Corporate Seal)
Attest
Phone No.
(Secr~ury)
Business address P.O. 43o~
A Joint Venture
By
(Name) (Address)
By
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a
partner to the joint venture should be in the manner indicated above.)
1-24
AFFIDAVIT OF SAFETY RECORD
(I) (~.Ve) the undersigned do declare and affirm that (my) (our) firm or corporation (has) ~a;'e) received Zero
citation from the Occupational Safety and Health Administration (OSHA) within the past two (2) years and (I)
C.Ve) do further declare and affirm that (my) (our) firm or corporation (has) (havo) experienced Zero worker
injuries related to construction safety on projects within the past two (2) years.
Fox Contractors, Inc.
NAME OF SUBCONTRACTOR NAME OF FIRM
OFFICER'S NAME & TITLE
SIGNATURE OF OFFICER
Bob Fox, Vice-President
OFFICER'S NAME &' TITLE
SIGNATURE ~FF OFFICER
DATE DATE
STATE OF TEXAS }
}
COUNTY OF ELLIS }
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day appeared
Bob Fox , Vice-President
for Fox Contractors, Inc. known to me to be the person whose
name is subscribed to the foregoing instrument and acknowledged to me that (he) (she) (they) executed the same
for the purposes and considerations therein expressed as the act and deed of said firm or corporation, and in the
capacity therein expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS ~d DAY OF ~..,~,.i~.. 19 ci~, A.D.
\~sjf',sjf_vo12¥rojcc~s~lcrical~!~cllX96-150~ccs~h-sl~'c-lb. doc
! I' I
Notary Public In and for the State of Texas
1-25
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED. PRICE
THIS AGREEMENT is dated as of the 8th day of December in the year 1998
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER)
and Fox Contractors, Inc. (hereinafter called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work
is generally described as follows:
This project is generally located along the south side of Sandy Lake Road. The project shall consist
of the construction of approximately 9,174 linear feet of 24-inch waterline by open cut, 257 linear
feet of 24-inch waterline by other than open cut, 189 linear feet of 24-inch waterline with 36-inch
encasement pipe, along with all related appurtenances including valves and flatwork replacement.
The work shall be as shown on the construction plans and shah consist of furnishing all labor,
equipment, tools and incidentals necessary to complete the work, including but not limited to:
excavations, backfills, pipe, disposal of waste materials, etc. as described in the plans and
specifications.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
SANDY LAKE ROAD WATER LINE
PROJECT NO. 96-01A
Article 2. ENGINEER.
The Project has been designed by:
Texas.
Shimek, Jacobs & Finldea, L.L.P., Consulting Engineers, Dallas,
Contract administration will be provided by the City of Coppell Director of Engineering and Public
Works who is hereinafter called ENGINEER and who is to act as OWNEK's representative, assume all
duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract Documents.
Article 3. CONTRACT TIME
3.1. The Work will be completed within the time specified by the Contractor in his proposal ~'om
the date when the Contract time commences to nm as provided in Item 1.13 of the General
Provisions, and completed and ready for final payment in accordance with Item 1.51 of the
General Provisions.
J:\Coltglr~61S0xli~a\t~ch~td-Form;doc
I i
1-29
3.2.
Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of
this Agreement and that OWNER will suffer financial loss if the Work is not completed
within the time specified in the Contraetoes proposal and in. paragraph 3.1 above, plus any
extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They
also recognize the delays, expense and difficulties involved in proving in a legal or arbitration
proceeding the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that
liquidated damages is not considered as a penalty, but shall be deemed, taken and treated as
reasonable damages on a dally basis. CONTRACTOR shall pay OWNER as specified in
Item 1.36.1 LIQUIDATED DAMAGES of the General Provisions for each day that expires
after the time specified in paragraph 3.1 for Completion until the Work is complete.
Article 4. CONTRACT PRICE
4.1.
OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents in current funds subject to additions and deductions by Change Orders
as provided in the contract documents in accordance with the unit prices listed in Section 1 -
Proposal and Bid Schedule. The contact sum shall be the amount of Nine Hundred Twelve
Thousand, Two Hundred Forty-Three Dollars and Fifty Cents ($912,243.50). The total
tangible personal property cost (items incorporated into the project - nontaxable) included in
the contract sum is $
Article 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the General
Provisions. Applications for Payment will be processed by ENGINEER as provided in the General
Provisions.
5.1.
Progress Payments. OWNER shall make progress payments on account of the Contract Price
on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, on or about the 25th day of each month during construction as provided below.
All progress payments will be on the basis of the progress of the Work measured by the
schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit
Price Work based on the number of units completed) or, in the event there is no schedule of
values, as provided in the General Provisions.
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 RETAINAGE of the General Provisions, but, in
each case, less the aggregate of payments previously made and less such amounts as
ENGINEER shall determine, or OWNER may withhold, in accordance with Item 1.52
of the General Provisions.
5.2.
Final Payment. Upon final completion and acceptance of the Work in accordance with Item
1.51.4 FINAl. PAYlV[F. NT of the General Provisions, OWNER shall pay the remainder of
the Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST
No interest shall ever be due on late payments (see Item 1.51.4 of the General Provisions).
J:'~Col:l~llX96150xsp~aXu~chx~td-Fomtdo~
i i
1-30
Article 7. CONTRACTOR'S REPRESENTATIONS
In order to induce the OWNER to enter into this Agreement, the 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-1.3 of the Supplementary Conditions of the extent of the technical data
contained in such reports and drawings upon which CONTRACTOR is entitled to rely.1
7.2.
CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests, reports, and
studies (in addition to or to supplement those referred to in paragraph 7.1 above) which
pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may
affect the cost, progress, performance, or fumishing of the Work as CONTRACTOR
considers necessary for the performance or fumishing of the Work at the Contract Price,
within the Contract Time and in accordance with the other terms and conditions of the
Contract Documents, including specifically the provisions of Item 1.3 of the General
Provisions; and no additional examinations, investigations, explorations, tests, reports,
studies, or similar information or data are or will be required by CONTRACTOR for such
purposes.
7.3.
CONTRACTOR has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or contiguous to
the site and assumes responsibility for the accurate location of said Underground Facilities.
No additional examinations, investigations, explorations, tests, reports, studies, or similar
information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and fumish the Work at the Contract Price, within the
Contract time and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of Items 1.3 and 1.21 of the General
Provisions.
7.4.
CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5.
CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies
that he has discovered in the Contract Documents and the written resolution thereof by
ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS
The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR
conceming the Work consist of the following:
8.1. This Agreement (pages 28 thru 32, inclusive).
8.2. Exhibits to this agreement.
l:\CoppellL~l.~Ipe~',l~chXS~-Form.doc
I I
1-31
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works Construction,
North Central Texas Council of Governments (NCTCOG), latest addition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (.pages 1-35 thru
1-40).
8.7. Specifications bearing the title: "Specifications and Contract Documents for the construction
of Sandy Lake Road Water Line, City of Coppell".
8.8. Drawings entitled: "Construction Plans for Sandy Lake Road Water Line".
8.9. The following listed and numbered addenda:
Addendum No. 1 dated
Addendum No. 2 dated
Addendum No. 3 dated
10/23/98 Received 10/26/98
Received
Received
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and Contract
Documents. (pages 1-14 thru 1-25)
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12.
The following which may be delivered or issued after the Effective Date of the Agreement
and are not attached hereto: All Written Amendments and other documents mending,
modifying, or supplementing the Contract Documents pursuant to Item 1.37 and Item 1.38 of
the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except
as expressly noted otherwise above).
The Contract Documents may only be mended, modified, or supplemented as provided in Items 1.37 and
1.38 of the General Provisions.
Article 9.
9.1.
MISCELLANEOUS
Terms used in this Agreement which are defined in Item 1.0 of the General Provisions will
have the meanings indicated in the General Provisions.
9.2.
No assignment by a party hereto of any rights under or interests in the Contract Documents
will be binding on another party hereto without the written consent of the party sought to be
bound; and specifically but without limitation moneys that may become due and moneys that
are due may not be assigned without such consent (expect to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the conWary in any written
consent to an assignment, no assignment will release or discharge the assignor from any duty
or responsibility under the Contract Documents.
I: xCop~ux.~ 1 ~0~\~h XStd-Fon~.do~ 1 = 3 2
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.
Article 10. OTHER PROVISIONS
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate.
One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of
the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by
ENGINEER on their behalf.
Owner: City of Coppell
255 Parkway Bo ard
By:oppell, e~0~~
By:
Title: ~~C~t-~.~ ~~ Title:
Attest: Attest:
Contractor: Fox Contractors, Inc.
P.O. Box 951
Midlothian, Texas 76065
Bob Fox
Vice-President
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Assistant City Manager/City Engineer
Address for giving notices:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
J:~Cop~ll~61~0x.~ecs'~.h~Std-Forntdo~
I
1-33
PERFORMANCE
BOND
STATE OF TEXAS }
}
COUNTY OF DALLAS }
BOND NO.
31-04137
KNOW ALL MEN BY TItESE PRESENTS: That
Fox Contractors, Inc.
whose address is P.O. Box 951, Midlothian, Texas 76065
, hereiriafter called Principal,
and FIRST COMMUNITY INSURANCE COMPANY & BANKERS INSURANCE COMPANY ,
a corporation organized and existing under the laws of the State of Texas , and fully
licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF
COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called "Beneficiary", in the penal sum of Nine Hundred Twelve Thousand, Two Hundred
Forty-Three Dollars and Fifty Cents ($ 912,243.50 )
in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,
firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement .which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
TIlE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a
certain Contract with the City of Coppell, the Beneficiary, dated the 8'h day of December ,
A.D. 1998, which is made a part hereof by reference, for the construction of certain public improvements that are
generally described as follows:
Sandy Lake Road Water Line
Project No. WA 96-01A
Bid No. Q1098-01
NOW, TIIZREFORE, if the Principal shall well, truly and faithfull~ perform and fulfill all of the
undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans,
specifications and Contract Documents during the original term thereof and any extension thereof which may be
granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty
required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants,
terms, conditions and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall
repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1)
year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by
reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense
which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void;
otherwise, it shall remain in full force and effect.
PROVIDED FURTltF, R, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas
County, Texas.
(Revised 9/92) O..PERFBOND. FRM/CP
J:\Copl~ll~96150~-pec~\t~ch~Bond~.doc
1-34
AND PROVIDED FURTIlE, R, that the said Surety, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed
thereunder or the Specifications accompanying the same shall in anywise affect its obligation on this Bond, and it
does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the
Contract, or to the Work or to the Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vemon's Annotated Civil Statutes, and
any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in
Dallas County or Demon County to whom any requisite notices may be delivered and on whom service of
process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance
Code, Vemon's Annotated Civil Statutes of the State of Texas.
IN VVITNESS ~YItEREOF, this instrument is executed in
deemed an original, this, the 8 th day of December
copies, each one of which shall be
,1998
PRINCIPAL
ATTEST:
FOX CONTRACTORS, INC.
me:
Title: PRE S I DENT
SURETY: BANKERS INSURANCE COMPANY
PAULINE L. LESCH
ATTEST:
SURETY
FIRST COMMUNITY INSURANCE COMPANY
Name: PAULINE L. LESCH
Title: ATTORNEY-IN-FACT
The Resident Agent of the Surety in Dallas County or Denton County, Texas, for delivery of notice and service
of the process is:
N~dVlE: PCL CONTRACT BONDING AGENCY
STREET ADDRESS: 206 ELM ST. , #105, LEWISVILLE,
TEXAS 75057
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
(Revised 9/92) O.'PERFBOND.FRM/CP 1-35
J:~Copp~ll~6 150k,sp~a\t~:hXBonds.do~
STATE OF TEXAS }
}
COUNTY OF DALLAS }
PAYMENT
BOND
BOND
NO. 31-04137
KNOW ALL MEN BY THESE PRESENTS: That
Fox Contractors, Inc.
whose address is P.O. Box 951, Midlothian, Texas 76065
, hereinafter called Principal,
and FIRST COMMUNITY INSURANCE COMPANY & BANKERS INSURANCE COMPANY ,
a corporation organized and existing under the laws of the State of Texas , and fully
licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF
COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called "Owner", and unto all persons, firms, and corporations who may fumish materials for, or perform labor
upon the building or improvements hereinafter referred to in the penal sum of Nine Hundred Twelve
Thousand, Two Hundred Forty-Three Dollars and Fifty Cents DOLLARS ($ 912,243.50 )
in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,
firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
TIlE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a
certain Contract with the City of Coppell, the Owner, dated the 8th day of December , 1998 A.D.,
which is made a part hereof by reference, for the:
Sandy Lake Road Water Line
Project No. WA 96-01A
Bid No. Q1098-01
NOW, TltEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt
payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the
prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said
Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then
this obligation shall be void; otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas
County, Texas.
AND PROVIDED FURTItle. R, that the said Surety, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to Contract, or to the Work performed thereunder, or the
Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the
Contract, or to the Work to be performed thereunder.
This Bond is given pursuant to the provisions of Article 5160 of Vemon's Annotated Civil Statutes, and
any other applicable statutes of the State of Texas.
(Revised 9/92) O:PERFBOND. FRM/CP 1-36
]:~oJ~cll~61~0'~spccs'~Icch'~Bonrh.doc
The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in
Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of
process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance
Code, Vemon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WltEREOF, this instrument is executed in 6
deemed an original, this, the 8th day of December
copies, each one of which shall be
,1998
PRINCIPAL
ATTEST:
FOX
By:
Name:
Title:
CONTRACTORS , INC.
PRESIDENT
SURETY: BANKERS INSURANCE
PAULINE L. LESCH
ATTORNEY-IN-FACT
ATTEST: ~~~Gl
ATTEST:
COMPANY
SURETY
FIRST COMMUNITY INSURANCE COMPANY
Name: PAULINE L. LESCH _
Title:
ATTORNEY-IN-FACT
The Resident Agent of the Surety in Dallas County or Denton County, Texas, for delivery of notice and service
of the process is:
NA~: PCL CONTRACT BONDING AGENCY
STREET ADDRESS: 206 ELM ST., # 105,
LEWISVILLE, TEXAS 75057
(NOTE:
Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
(Revised 9/92) O.'PERFBOND. FRM/CP
J:XCoppe|B96150~pec~\~ech~Bondz.doc
1-37
MAINTENANCE BOND
THE STATE OF TEXAS }
}
COUNTY OF DALLAS }
KNOW ALL MIEN BY THESE PRESENTS:
BOND NO. 31-04137
THAT FOX ODNTRACIDRS, INC., P. O. BOX 951, MIDLOTHIAN, TX 76065 , as Principal,
and FIRST COMMUNITY INSURANCE O3MPANY & BANKERS INSURANCE COMP/~2~a Corporation organized under
the laws of NEW YORK & FLORIDA , as sureties, do hereby expressly acknowledge themselves to be
held and bound to pay unto the CITY OF COPPFLL , a Municipal Corporation, Texas, the sum
of FOUR HUNDRED FIFTY SIX THOUSAND ONE HUNDRED TWENTY ONE AND 75/100 Dollars
($ 456,121.75 .... ), for the payment of which sum will and tmly be made unto said CITY OF COPpET.I.
and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally.
THIS obligation is conditioned; however, that whereas, the said FOX CONTRACTORS, INC.
has this day entered into a written contract with the
said CITY OF COPPEr,]', to build and construct SANDY LAKE ROAD WATER LINE,.
PRGJECI' NO. WA 96-01A, BID NO. 01098-01
which contract and the plans and specifications therein mentioned, adopted by the CITY OF COppRrrZ. are hereby
expressly made a part thereof as through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in
good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance
of said work, and to do all necessary repairs and/or reconstructing in whole or in part of said improvements that should be
occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof
or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover
all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on
this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
contract for each days failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the
said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said
maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if
default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these
presents shall have full force and effect, and said CITY OF COPPEr.I- shall have and receive from the said Contractor
and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a
continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive
branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said
work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner
affected from any cause during said time.
IN WITNESS THEREOF, the said FOX CONTRACIORS, INC. has
caused these presents to be executed by and
the said FTRST COMME~ITY TNSUR/~CE COMPANY & BANKERS INS~CE CC)F~/x2qY has caused these presents
to be executed by its' Attorney in fact and the said Attorney in fact PAUI,INR 1,. 1,F. SCH , has
hereunto set his hand, the 8th day of December ,1998
SURETY:
~-~~~
NOTE: Date of Main~e(Lbn~nce Bond must not be prior to date of Contract.
PRINCIPAL:
By7X CONTRAT~INC'
Secretary
l:\Cop~ll~96 t 50x~'cs~echMM-Bond. doc ] -3 8
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to
information on companies, coverages, rights or complaints
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
FAX #(512) 475-1771
obtain
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you should contact the agent or the company first. If the dispute is
not resolved, you may contact the Texas Department of Insurance.
A'rTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
condition of the attached document.
a part or
- Power of Attorney 31- 04137
KNOW ALL MEN BY THESE PRESENTS: That First Community Insurance Company, a corporation created by and existing under
' the laws of the State of New York having its principal office in the City of Bedford, New York, does hereby nominate, constitute and
appoint:
Pauline L. Leseh, Clem F. Leseh, Gary Matula, and/or Steven J. Zineeker
.- of the City of Lswisviile . Dentan County, State of Texas . each its true and
lawful, Attorney-in-Fact, with full power and authority conferred upon him to sign, execute, acknowledge and deliver for and on its
behalf as Surety as its act and deed, any bond, undertaking, consent or agreement, not exceeding Tw~ Million and XX/100 Dollar~ ($2~eO,80tL00)
which this Company may be authorized to write.
The First Community Insurance Company further certifies that the following is a true and correct copy of Article VI, Section 4 of the
By-Laws duly adopted and now in force, to wit:
SECTION 4, AUTHORIZED SIGNATURES. All deeds, bonds, mortgages, contracts, and other instruments
requiring a seal, and all endorsements, assignments, transfers, stock powers, bond powers or other instruments of
-- transfer of securities standing in the name of the Corporation, and all proxies to vote upon or consents with respect
to shares of stock of other companies standing in the name of the Corporation may be signed or executed by the
Chairman of the Board or by the President or by any other officer authorized to sign such instrumbnt by the
Chairman of the Board or by the President or by the Board of Directors.
IN WITNESS WHEREOF, the First Community Insurance Company has caused these presents t be signed bX iis, B~Si~l~rit-and its
Day d Z
A FIRST CO. TYI S~ .
' G. Kristin Delano, Secretary id K. Meehan, Presi'; ent .'. "
~,... ...
.~-,..- .......
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolhti6iY adopted by the
,-- Board of Directors of the First Community Insurance Company at its monthly meeting held in August 1994.
RSOLVBD, that the signatures of the President and the Secretary and the Seal of the Corporation may be affixed to
any Power of Attorney or any certified copy thereof or any certification relating thereto, by facsimile and any
Power of Attorney or any certified copy thereof, or any certification relating thereto bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any
bonds, undertakings, recognizance or contracts of indemnity to which it is attached.
STATE OF FLORIDA
COUNTY OF PINELLAS
BEFORE ME, the undersigned authority, personally appeared DAVID IC MEEHAN and G. KRISTIN DELANO who acknowledged
themselves to be the President and Secretary of First Community Insurance Company, a New York corporation, and they as such
President and Secretary being authorized to do so, executed the foregoing instrument for the purposes therein contained by signing
the name of the corporation by themselves as President and Secretary, and that said secretary affixed thereto the seal of the
corporation and attested to the execution of the foregoing instrument.
IN WITNSS WHEI~OF, I hereunto set my hand and seal this 1st day of July ,19 97
Nota~/Public. 8au,
~ C, omm, Expires Oa, ~. 1~ . ~, ,~ '/' ;
I, the undersized, Se~et~y of ~irst Co~u~ty Insu~ce Comply do he~by certify that the ori~n~ Power of Attorney, of which
the foregoing is a full, true ~d correct copy, is in full force ~d effect.
~ WI~S W~OF, I have hereunto subscribed my n~e as Se ~ - ' ' this
8 Eh day of December ,19 9 8 the ~orate ~eal or the. Cor~rauon
(SEAL)
hn Del~o Se~et~y
Power q:Attorney 33-73209
KNOW ALL MEN BY THESE PRESENTS: That Bankers Insurance Company, a corporation created by and existing under the laws of
the State of Florida having its principal office in the City of St. Petersburg, Pincllas County, State of Florida, does hereby nominate, constitute
and appoint:
Pauline L. Lesch, Clem F. Lesch, and/or Steven J. Zinecker
of the City of Lewisville , Denton County, State of Texas , each its true and
la~vful, Attorney-in-Fact, with full power and authority conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as
Surety as its act and deed, any bond, undertaking, consent or agreement, not exceeding Two Million and XX/I O0 Dollars ($2,000,000.00) which
this Company may be authorized to write.
The Bankers Insurance Company further cedifiex that the following is a true and correct copy of Article IV, Suction 6 of the By-Laws
duly adopted and now in force, to wit:.
SECTION 6, PRESIDENT. The President shall in the absence or disability of the Chairman preside over all meetings of the
Directors and Shareholders and shall have general supervision of the affairs of the Corporation, shall sign or countersign
certificates, contracts, and other instruments of the Corporation as authorized by the Board of Directors, shall make reports
to the Board of Directors and Stockholders, and shall pe~orm all such other duties as are incident to his office or are
properly required of him by the Board of Directors.
IN WITNESS WHEREOF, the Banken Insurance Company ha caused these presents to be signed by its President andjts"C~J~jfme,,
Seal to be affixed by its Secretary this 17th day of May, 19 94. ,,,,c~,"
"~.
G. Knstin Delano, Secretary
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopt~ b~. ~h~
of Directors of the Bankers Insurance Company at its monthly meeting held in August 1981.
RESOLVED, that the signatures of such Officers and the Seal of the Corporation mey be affixed to any such Power of
Attorney or any certified copy thereof or any certification relating thereto, by facsimile and any such Power of Attorney or
any certified copy thereof, or any certification relating thereto bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Corporation in the future with respect to any bonds, undertakings, recognizance or contracts of
indemnity to which it is attached.
STATE OF FLORIDA )
) SS.
COUNTY OF PINELLAS )
BEFORE ME, the undersigned authority, personally appeared DAVID K. MEEHAN and G. KRISTIN DELANO who acknowledged themselves
to be the President and Secretary of Bankers Insurance Company, a Florida corporation, and they as such President and Secretary being authorized
to do so, executed the foregoing instrument for the purposes therein contained by signing the name of the corporation by themselves as President
and Secretary, and that said secretary affixed thereto the seal of the corporation and attested to the execution of the foregoing instrument.
IN WITNESS WHEREOF, I herenuto set my hand and seal this 17th day of May, 19 94.
My Commission Expires: ~} My~' Th~ 2/11T1~7 Notar ~
I, the undersigned. S~r~ of Bankers Insurance Company, do hereby certify that the original Power of Attorney, of which the
foregoing is a full, true and correct copy, is in full force and effect.
8th
(SEAL)
IN WITNESS WHEREOF, I have
__ day of December
hereunto subscribed my name as
,19 98
':;:' Kri~ti. D~Iano, Se'~retary
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL
PROVISIONS OF THE STANDARD SPECIfiCATIONS FOR PUBLIC WORKS
CONSTRUCTION, NORTH CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL
PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL
FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND
EFFECT AS A_MENDED.
ITEM 1.0 - DEFINITIONS
SC-1.0
Engineer: The word "Engineer" in these contract documents and specifications shall be understood as
referring to CITY ENGINEER, City of Coppell, P.O. Box 478, Coppell, TX 75019, Engineer of the
Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Shop Drawings: Add the following language after the second reference to CONTRACTOR: "after his
review and approval of same".
Calendar Day: Add the following sentence to the end of the working days definition: Hours worked
before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request
must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All
overtime incurred' by the City for inspection services shall be paid by the Contractor. If not paid, such
cost may be deducted ~'om partial payments.
All other terms used in these Supplementary Conditions which are defined in the General Provisions
shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of the cost of the public impwvements for a 2 year
period."
j:xc|eric. akoppellX,q(,-IS0Xsl~cs~h-ap=~sup-conctdoc 1-39 Supplementary Conditions of the ~4greement
ITEM 1.16 - NOTICF, TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and others
as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and 1.51.1, to
discuss procedures for handling Shop Drawings and other submittals and for processing Applications
for Payment, and to establish a working understanding among the parties as to the Work.
ITEM 1.19 - PRIORITY OF CONTRACT DOCU1VIF~NTS
SC-1.19
Add the following language at the end of the Item 1.19: "If there is any conflict between the
provisions of the Contract Documents and any such referenced standard specifications, manuals or
codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20. - CORREI,ATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has not performed explorations and
tests of subsurface conditions at the site of the work.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5
Existing Utilities and Sewer Iines: The Contractor shall be responsible for the protection of
all existing utilities or service lines crossed or exposed by the construction operations. Where
existing-utilities or service lines are cut, broken or damaged, the CONTRACTOR shall
replace the utilities or service lines with the same type of original construction, or better, at
his own cost and expense.
If it is necessary to change or move the property of any owner or of a public utility, such
property shall not be moved or interfered with until authorized by the ENGINEER. The right
is reserved to the owner of any public utility to enter upon the limits of the project for the
purpose of making such changes or repairs of their property that may be made necessary by
the performance of this contract.
ITEM 1.22 - CONTRACTORS I1ESPONSIRII,ITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence:
requested by Owner, Engineer or Contractor".
-40 Supplementary Conditions of the Agreement
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item ! .24.2.1 immediately after Item 1.24.2:
1.24.2.1
Should CONTRACTOR cause damage to the work or property of any separate Contractor
at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER,
Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle
with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration
or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations,
indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless ~om and
against all claims, damages, losses and expenses (including, but not limited to, fees of
engineers, architects, attomeys and other professionals and court and arbitration costs)
arising directly, indirectly or consequentially out of any action, legal or equitable, brought
by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to the
extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should
a separate Contractor cause damage to the work or property of CONTRACTOR or should
the performance of work be any separate Contractor at the site give rise to any other claim,
CONTRACTOR shall not institute any action, legal or equitable, against OWNER,
ENGINEER or Consulting Engineer or permit any action against any of them to bc
maintained and continued in its name or for its benefit in any court or before any arbiter
which seeks to impose liability on or to recover damages from OWNER, ENGINEER or
Consulting Engineer on account of any such damage or claim. If CONTRACTOR is
delayed at any time in performing or fumishing Work by any act or neglect of a separate
Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any
adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an
extension of time in accordance with Item 1.36. An cxtcnsion of the Contract Time shall bc
CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting
Engineer for any delay, disruption, interference or hindrance caused by any separate
Contractor."
ITEM 1.26 - INSUltANCE
SC-1.26.6
Add the following new item:
1.26.6
If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost
thereof will be charged to OWNER by appropriate Change Order or Written Amendment.
Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise
OWNER whether or not such other insurance has been procured by CONTRACTOR.
SC-1.26.7
Add the following new item:
1.26.7
CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect all
of the parties insured and provide coverage for ill losses and damages caused by the perils
covered thereby. Accordingly, all such policies shall contain provisions to the effect that in
j :~Aefic~'¢q~lX96- I So~\t~ch-~cX, uVcc~tao¢ 1-4 1 Supplementary Conditions of the Agreement
the event of payment of any loss or damage the insurer will have no rights of recovery against
any of the parties named as insured or additional insured, and if such waiver forms are
required of any Subcontractor, CONTRACTOR will obtain the same.
ITEM 1.27 - MATF, RIAIjS AND WORKMANSHIP; WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREA; COORDINATION WITH OTHER CONTRACTOR~
FINAl, CI,EANUP
SC-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Horizontal and vertical control has been established as shown on the construction plans. The
Contractor shall be responsible for establishing all lines and grades, and the precise location of all
proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and
grades established by the Contractor to determine the conformante of the completed Work as it
progresses with the requirements of the construction documents. Such checking by the Engineer shall
not relieve the Contractor of his responsibility to perform all Work in connection with Contract
Drawings and Specifications and the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS; OBI,IGATION TO COOPERI. 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 worldng time only for unavoidable
delays verified by the Engineers, as provided in Item 1.36; however, no increase in the contract price
shall be due the Contractor."
Insert the following sentence at the end of the second paragraph of Item 1.33:
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to
minimize delay .caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR for such related work except as provided in Item 1.36."
ITEM 1.36 - Dli:I,AYS; EXTENSION OF TIMF~; I,IQUIDATED IIAMAGF, S
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time
shall be allowed tinless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the critical path and that loss of lime can not be made up by revising the sequence of the work of the
project."
ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1
Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except of
Provided below."
j:xa~i~,pp~=~q~q ~o~,p~xt~h-~x~,t,k~ 142 Supplementary Conditions of the ,4greement
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to m-evaluation and adjustment
under the following conditions:
ITEM 1.49. - OWNER'S OFFICERS, EMPI.OYEES OR AGENTS
SC-1.49-2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or indirect, in
any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to
the City of any land, or rights or interest in any land, materials, supplies or services. This
prohibition does not apply when the interest is represented by ownership of stock in a corporation
involved, provided such stock ownership amounts to less than one percent (1%) of the corporation
stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or
employee of the City found guilty thereof should thereby forfeit his office or position. Any
violation of this prohibition with the knowledge, expressed or implied, of the persons or
corporations contracting with the City shall render the contract voidable by the City Manager or
the City Council. The Contractor represents that no employee or officer of the City has an interest
in the Contractor.
ITEM 1,58 - STATE AND 1.OCAI, SAI,ES AND USE TAX'Y.S
SC-1,58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58
Recent legislation has removed the sales tax exemption previously provided by Section 151.311
of the Tax Code coveting tangible personal property purchased by a contractor for use in the
performance of a contract for the improvement of City-owned realty.
It is still possible, however, for a contractor to make tax-free purchase of tangible personal
property which will be incorporated into and become part of a City construction project through
the use of a "separated contract" with the City. A "separated contract" is one which separates
charges foi materials from charges for labor. Under such a contract, the contractor becomes a
"seller" of those materials which are incorporated into the project, such as bricks, lumber,
concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at
the time such items are purchased. The contractor then receives an exemption certificate from
the City for those materials. (This procedure may not be used, however, for materials which do
not become a part of the finished product. For example, equipment rentals, from materials, etc.
are not considered as becoming "incorporated" into the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure in
sales tax for materials which are to be incorporated into the project. The successrid bidder's bid
form will be used to develop the "separated contract" and will determine the extent of the tax
exemption. Upon execution of the construction contract, the contractor shall furnish a
breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
j: Xclerical~coppel IL~6-15lY~ecaXtech--lpexsup-cond. doe
I :
143
Supplementary Conditions of the Agreement
SECTION 2
SPECIFIC PROJECT REQUIREMENTS
J:\Coppe|l\96 150%specs\t~ch\Sec-2doc 2- ]
SECTION 2
SPECIFIC PROJECT REQUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for Public
Works Construction - North Central Texas with latest Amendments prepared through the North Central
Texas Council of Govemments (C.O.G.). The following Specific Project Requirements contain general
and specific project requirements applicable to this project in the City of Coppell. These individual
specifications control for this project. Additional amendments to the N.C.T.C.O.G. Standard
Specifications are contained in Section 3 - Special Provisions to Standard Specifications for Construction.
In the event that an item is not covered in the Project Drawings and these Specifications, then the Standard
Specifications for the City of Coppell, Texas shall apply.
J:'~opl~ll\96150Xsp~c~\tlc, h~qc-2,doc
SECTION 2 - SPECIFIC PROJECT REQUIREMENTS
2,1
2,2
2.3
2,4
2.5
2.6
2,7
2,8
OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O. Box 478,
Coppell, Texas 57019.
ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of
Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner
to act in any particular position.
CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings
shall be done in accordance with the Project Drawings and Specifications. In the event that an item
is not covered in the Project Drawings and Specifications, then the Standard Specifications for
Construction for the City of Coppell, Texas shall apply.
SITE: The Contractor shall limit his work to the .area shown on the Project Drawings as within the
project site.
PROJECT DESCRIPTION: This Contract consists of the construction of the Sandy Lake Road
Water Line, as shown in the construction plans WA-96-01A.
CALENDAR DAY COUNT: Calendar days shall be cormted by the Engineer on the basis of the
definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written request for
final inspection. The calendar day count shall resume upon receipt by the Contractor of a written
list of items necessary to satisfactorily complete the project. This process shall continue until such
time as the project is accepted by the Engineer, and the Owner. The calendar day count will not be
suspended or otherwise affected by use of completed portions or "substantial completion" of any of
the project.
SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the
Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public
authority have jurisdiction for the safety of persons or property to protect them from damage, injury
or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all
reasonable safeguards for safety and protection, including posting danger signs and other warnings
against hazards, promulgating safety regulations and notifying owners and users of adjacent
utilities.
SURVEY AND FINISHED GRADES: The Contractor shall be responsible for installation of the
water lines to plus or minus 0. 10-foot of the elevations shown on the construction plans.
Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor
shall be responsible for layout and staking of all grades and lines for construction. The Contractor
shall preserve all stakes or markings until authorized by the Engineer to remove same. The
Contractor shall bear the cost of the re-establishing any control or construction stakes destroyed by
either him or a third party and shall assume the entire expense of rectifying work improperly
constructed due to failure to maintain established points and marks.
J:\Copp~ll\96150Xspecs\teehXSec-2.doe 2-3
2.9
2.10
2.11
2.12
2.13
No separate payment shall be made to the Contractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shall be
considered as full compensation for these requirements.
CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-
sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be
required by the exigencies of construction will be determined by the Engineer and authorized by
him in writing.
SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the
court, or other public authority, the Owner may at any time during suspension upon seven days
written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable
only for payment for all work completed plus a reasonable cost for any expenses resulting from the
termination of the Contract, but such expenses shall not exceed $5,000.
PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of
trees on the property that obstruct the installation of the improvements as outlined in this project.
Penalty for destruction of a tree without permission shall be $500.00 each payable to the Owner. If
damage is continuous, tree guards shall be erected when so directed by the Engineer at the
Contractor's expense.
COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as
his agent, a competent Superintendent capable of reading the plans and specifications and
thoroughly experienced in the type of work being performed. The Superintendent shall have full
authority to execute orders or directions and to promptly supply such materials, equipment, tools,
labor and incidentals as may be required. Such superintendence shall be furnished irrespective of
the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work performed
by the subcontractor at all times during construction.
WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all
warning devices and take all precautionary measures required bylaw to protect persons and property
while said persons or property are approaching, leaving or within the work site or any area adjacent
to said work site. No separate compensation will be paid to the Contractor for the installation or
maintenance of any warning devices, barricades, lights, signs or any other precautionary measures
required by law for the protection of persons or property.
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site and
area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-way or
public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen
and furnish, erect and maintain such warning devices, barricades, lights, signs and other
precautionary measures for the protection of persons or property as are required by law. The
Contractor's responsibility for providing and maintaining flagmen, watchmen, waming devices,
barricades, signs, and lights, and other precautionary measures shall not cease until the project shall
have been accepted.
J:\Coppell\96150xspecs\tech\Sec-2.doc 2'4
If the Engineer discovers that the Contractor has failed to comply with the applicable federal and
state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or
other precautionary measures for the protection of persons or property), the Engineer may order
such additional precautionary measures as required by law to be taken to protect persons and
property, and to be reimbursed by the Contractor for any expense incurred in ordering such
additional precautionary measures.
2.14
In addition, the Contractor will be held responsible for all damages to the work and other public or
private property due to the failure of warning devices, barricades, signs, lights, or other
precautionary measures in protecting said property, and whenever evidence is found of such
damage, the Engineer may order the damaged portion immediately removed and replaced by and at
the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then
the City shall have the right to repair the damage and charge the cost back to the Contractor.
Traffic Control and Barricades shall be bid on a lump sum basis as provided in the Proposal and
Bid Schedule and shall be paid based on the percent of the project completed.
EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas
sewer, electric, telephone, telegraph, television, and other underground utilities and structures.
b. ARer commencing the work, use every precaution to avoid interferences with existing
underground and surface utilities and structures, and protect them from damage.
Where the locations of existing underground and surface utilities and structures are indicated,
these locations are generally approximate, and all items which may be encountered during the
work are not necessarily indicated. The Contractor shall determine the exact locations of all
items indicated, and the existence and locations of all items not indicated.
The Contractor shall repair or pay for all damage caused by his operations to all existing
utilities, public property, and private property, whether it is below ground or above ground, and
he shall settle in total cost of all damage suits which may arise as a result of this operations.
2.i
e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility
removals, replacements and construction with the appropriate utility company.
DRAINAGE: The Contractor shall maintain adequate drainage at all times.
2.2
PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the
improvements covered by these plans and specifications during the life of the contract.
2.3
CLEANUP:
During Construction. The contractor shall at all times keep the job site as free from all material,
debris and rubbish as is practicable and shall remove same from any portion of the job site when it
becomes objectionable or interferes with the progress of the project.
Final. Upon completion of the work, the Contractor shall remove from the site all plant, materials,
tools and equipment belonging to him and leave the site with an appearance acceptable to the
Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials
installed by him and shall deliver over such materials and equipment in a bright, clean, polished and
new-appearing condition.
J:\Coppell\%lS0~specs~tech\Sec-2.doc
2.18
2.19
2.20
2.21
INSPECTION: The word "Inspection" or other forms of the word, as used in the contract
documents for this project shall be understood as meaning an Owner's agent will observe the
construction on behalf of the Owner. The agent will observe and check the construction in
sufficient detail to satisfy himself that the work is proceeding in general accordance with the
contract documents, but he will not be a guarantor of the Contractor's performance.
Contract time by workday, Monday to Friday 8:00 a.m. to 5:00 p.m.; hours worked before 8:00
a.m. after 5:00 p.m., all weekends and holidays is subject to overtime. Overtime request must be
made in writing and approved by the City of Coppell. Seventy-two hours notice required. All
overtime incurred by the City for inspection services shall be paid by the Contractor. Such cost
may be deducted fi'om partial payments, if payment not made by Contractor.
DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush
or other debris removed from the site as a preliminary to the construction shall be removed from the
property. Any required burning and disposal permits shall be the sole responsibility of the
Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the job site and
disposed of in a satisfactory manner.
WATER FOR CONSTRUCTION: The City shall make available water to the Contractor at no
cost. The Contractor shall obtain a temporary meter from the City.
GUARANTEE: All work shall be guaranteed against d~fects resulting fi'om the use of inferior
materials, equipment or workmanship for a period of two (2) years from the date of final
completion and acceptance of the project.
J:\Coppell%96150xspecs',techXSec-2doc 2-6
SECTION 3
SPECIAL PROVISION TO
STANDARD SPECIFICATIONS FOR CONSTRUCTION
J:\Coppe]l~96150%spec. s\tech\Sec-3 .doc 3- ]
SPECIAL PROVISIONS
TO
STANDARD SPECIFICATIONS
FOR
PUBLIC WORKS CONSTRUCTION
These Special Provisions, modify, or supplement the Standard Construction Specifications of the North
Central Texas Standard Specifications. All provisions which are not so modified or supplemented remain
in full force and effect, except payment shall be as established in Section 1 entitled "Proposal and Bid
Schedule".
PART II:
MATERIALS - DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
(b) Types "B" and "C"
(4) Additional Requirements
(B)
Additional Requirements for Type "C" backfill when used in streets: Insert
the following paragraph at the beginning of this subsection: "All trench
backfill shall be compacted to between 95 percent and 100 percent of
Standard Proctor Density as determined by ASTM D-698 at, or up to five
(5) percentage points above, optimum moisture content, using mechanical
compaction methods unless otherwise specified in the Plans. Water jetting
may be used only with specific written permission of the Engineer."
ITEM 2.1.6. RIPRAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Riprap. Add thesentence: MOrtar or concrete type shall be
approved by the Engineer and shall conform to A.S.T.M. C 387-83.
ITEM 2.1.7. PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a)
General: Amend the first sentence, by striking the words "requirements for
earth bedding" and replace with "recommendations of the pipe
manufacturer, and shall be approved by the Engineer".
(b)
Earth Bedding: Add the following sentence-at the beginning of this
paragraph: "Earth bedding will not be permitted without written approval of
the Engineer."
J:\Coppell\96150~specs~teeh\Sec-3.doc 3-2
ITEM 2.2.2.
CHEMICAL ADMIXTURES:
(d)
Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly
Ash as an admixture in any Class of concrete is specifically prohibited
without written approval of the Engineer.
PART III
DIVISION 3 - SITE PREPARATION
ITEM 3.1.2. CONSTRUCTION METHODS:
Add the following sentence after the second sentence: The method of protection
shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or
directed by the Engineer.
ITEM 3.7.3. DENSITY:
Strike the first sentence and replace with the following: "Earth embedment and
select material shall be-compacted to between 95 percent and 100 percent of
Standard Proctor Density as determined by ASTM D-698 at, or up to five (5)
percentage points above, optimum moisture content, using mechanical
compaction methods, unless otherwise specified in the Plans or Specifications."
PART IV: DIVISION 4 - SUBBASE AND BASE COURSES
ITEM 4.8.4. CONSTRUCTION METHODS:
(b) Compaqtion
Amend the last sentence of the first paragraph, by striking the words: "90
percent of the maximum dry density of such material." and replace with the
words "95 percent of the maximum dry density of such material, or as
directed by Engineer.
PART V:
DIVISION 5 - PAVEMENT AND SURFACE COURSES
ITEM 5.8.2. CONSTRUCTION METHODS
(e) Joints
(1)
Expansion Joints: Delete the first paragraph and replace with the following:
"Expansion joints shall be installed perpendicularly to the surface and
centerline of the pavement. Expansion Joint material shall be redwood
boards, 3/4-inch in width, and extended through curbs. Expansion joints are
to be installed at each end of radius at street intersections. Expansion joints
shall be equally spaced between intersections with not less than one every
J:\Co plnl 1\96150xspe~s\tech\Sec - 3. doc 3 -3
(c)
(2)
(h)
(1)
(2)
200 linear feet of pavement, unless otherwise specified on the Plans or
directed by the Engineer.
Proximity to Existing Structures: Add to end of sentence, "or as directed by
the Engineer".
Contraction Joints. Delete the first sentence of the first paragraph and insert
the following: "Contraction or dummy joints shall be sawed to 1-1/4 inches
in depth, and 1/4 inch in width, and installed every 20 linear feet of
pavement, and extend through curb, unless otherwise directed by the
Engineer." Joint shall be filled with silicone joint material to within
1/4-inch of pavement surface.
Finishing.
Machine. Add the following paragraph at the end of this subsection: "Fog
sprays powered by pressure pumps, and capable of covering the entire area
of freshly placed concrete with a fine mist, shall be used if water is needed
for finishing operations."
Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of covering the entire
area of freshly placed concrete with a fine mist, shall be used if water is
needed for finishing operations."
PART VI: DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9. BACKFILL:
(b) Compaction.
(2)
Densities - Areas Not Subjected to or Influenced by Vehicular Traffic.
Amend the second sentence by striking the words "to a density comparable
with adjacent undisturbed material" and replacing with "to a density
between 95 percent and 100 percent Standard Proctor Density as determined
by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, unless otherwise specified in the Plans or directed by the
Engineer."
J:\Coppell\96150~specs\tech\Sec-3.doc 3-4'
F
F
F
F
F
F
F
F
F
r
F
F
F
F
r
I
5-13
SECTION 4
SPECIAL CONDITIONS
\~t~jf._vol2'~xojls~ts~leric~',cc}ppell~6.150~x:,\tech-sp~,s=c4.doc
4-1
SPECIAl, CONDITIONS
SANDY LAKE ROAD WATER LINE
SC.1
GENERAL
The "General Conditions of Agreement" shall be those set forth in the current Standard Specifications for
Public Works Construction, North Central Texas, General Provisions and the City of Coppell's Special
Provisions to the "Standard Specifications for Public Works Construction for North Central Texas" and
shall be maintained unless there exists a conflict with the provisions of this section, in which case the
provisions of the Special Conditions shall govern.
SC .2
SC.3
SC .4
SC.5
SC.6
SC.7
ENGINEER
The word "Engineer" in these Special Conditions of the specifications shall be understood as referring to
Shimek, Jacobs & Finklea, L.L.P., Consulting Engineers, 8333 Douglas Avenue, #820, Dallas, Texas
75225, Engineer of the Owners, or such other representatives as may be authorized by said Owner to act
in any particular position.
LOCATION OF PROJECT
This project is located in both the northern and southern portion of the City of Coppell, Texas. A map
showing the location, of the project is included in the plans.
SCOPE OF WORK
The work to be performed under this contract shall consist of furnishing all labor, material and
equipment, and performing all work required for construction of approximately 292 linear feet of 24-inch
reinforced concrete cylinder pipe waterline by open cut, 257 linear feet of 24-inch waterline by other than
open cut, 189 linear feet of 24-inch waterline with 36-inch encasement pipe, along with all related
appurtenances including valves and fiatwork replacement, as set forth in the Bid Schedule of these
specifications and contract documents.
FORMS, PLANS AND SPECIFICATIONS
Plans, specifications and bidding documents may be examined at the City of Coppell, and may be
secured from the office of Shimek, Jacobs & Finklea, Consulting Engineers, 8333 Douglas Avenue,
#820, Dallas, Texas 75225, on deposit of Fifty Dollars ($50.00) per set, which sum so deposited will be
returned upon compliance with provisions of the specifications regarding the return of such documents is
met.
TIME ALLOTT.~ED FOR COMPI .ETION. NOTICE TO PROCEED & CONSTRUCTION SEQUENCE
All items of work on the entire project shall be completed within Two Hundred (200) consecutive
calendar days, which time shall commence on the tenth (10th) day after issuance of the work order. The.
work order shall consist of a written request by the Engineer for the Contractor to proceed with
construction of the project. A calendar day is any day of the week or month, no days being excepted.
The City of Coppell requires 48 hours prior notice for work on Saturdays and Sundays.
ADDENDA
Bidders desiring further information or interpretation of the plans and specifications must make request
for such information to the Engineer prior to forty-eight (48) hours before the bid opening. Answers to
all such requests will be given in writing to all bidders in addendum form and all addenda will be bound
with and made a part of the contract documents. No other explanation or interpretation will be
considered official or binding. Any addenda issued prior to twenty-four (24) hours before the opening of
bids will be mailed or delivered to each Contractor contemplating the submission of a proposal on this
work. The proposal as submitted by the Contractor will be so constructed as to include any addenda if
such are issued by the Engineer prior to twenty-four (24) hours before the opening of bids.
\Xsjt'xsjf_vo12\projectsXclericalXcoppell\96-lS0~pecsXtech-speXsec-4.doc 4-2
SC.8
SC.9
SC. IO
SC.11
SC.12
SC.13
SC.14
SC.15
PERMITS AND RIGHT-OF-WAY
The Owner .will provide rights-of-way for the purpose of construction without cost to the Contractor by
securing permits in areas of public dedication or by obtaining easements across privately owned
property. It shall be the responsibility of the Contractor, prior to the initiation of construction on
easements through private property, to inform the property owner of his intent to begin construction.
Before beginning construction in areas of public dedication, the Contractor shall inform the agency
having jurisdiction in the area forty-eight (48) hours prior to initiation of work.
PROPERTY 1.1NES AND MONUMENTS
The Contractor shall protect all property comer markers, and when any such markers or monuments are
in danger of being disturbed they shall be properly referenced and if disturbed shall be reset at the
expense of the Contractor.
EXISTING UTII .ITIES AND SERVICE l .INES
The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or
exposed by his construction operations. Where existing service lines are cut, broken or damaged, the
Contractor shall replace the service lines with the same type of original construction, or better, at his own
cost and expense.
PUBI.IC UTII.ITIES AND OTHER PROPERTY TO BE CHANGED
In case it is necessary to change or move the property of any owner or of a public utility, such property
shall not be moved or interfered with until authorized by the property owner or the utility company and
approved by the Engineer. The fight is reserved to the property owner or to public utilities to enter upon
the limits of the project for the purpose of making such changes or repairs of their property that may be
made necessary by the performance of this contract.
FENCES AND DRAINAGE CHANNEl .S
Boundary fences, gates or other improvements removed to permit this construction shall be replaced in
the same location and left in a condition as good as or better than that in which they were found.
Where surface drainage channels are disturbed or blocked during construction, they shall be restored to
their original condition of grade and cross section after the work of construction is completed.
PROJ'F, CT MAINTENANCE
The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and
specifications during the life of his contract.
CI .EANUP
The Contractor shall at all times keep the job site as free from all material, debris and rubbish as is
practicable and shall remove same ~:om any portion of the job site as construction of that portion is
completed. No items of work will be considered complete for payment purposes until required cleanup
has been performed.
Upon completion of the work, the Contractor shall remove from the site all' plant, materials, tools and
equipment belonging to him and leave the site with an acceptable appearance.
COORDINATION WITH OTHERS
In the event other contractors are doing work in the same area simultaneously with this project, the
Contractor shall coordinate his proposed construction with that of the other Contractors.
\~jhjf_vo12¥tojms~lefieal'w.t~ll~96-1~0~esXteeh-si~see4.doe
4-3
SC.16 USE OF EXPI,OSIVES
Use of explosives will not be allowed.
SC. 17 BARRICADES. DETOURING I,IGHTS AND WATCHMEN
The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights and
danger signals, shall provide such watchmen, and shall provide such other precautionary measures for
the protection of persons or property and of the work as are necessary. Barricading and detouring shall
be in strict conformance with Part IV, Construction and Maintenance, of the Texas Manual on Uniform
Traffic Control Devices for Streets and Highways, latest revision. From sunset to sunrise, the Contractor
shall furnish and maintain at least one light at each barricade and sufficient numbers of barricades shall
be erected to keep vehicles from being driven on or into any work under construction. The Contractor
shall furnish watchmen in sufficient numbers to protect the work.
The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
lights and watchmen to protect it and whenever evidence is found of such damage the Contractor shall
immediately remove the damaged portion and replace it at his cost and expense. The Contractor's
responsibility for the maintenance of barricades, signs, and lights, and for providing watchmen shall not
cease until the project has been accepted by the Owner.
No roadways shall be closed overnight, Contractor shall provide a safe passable roadway. Roadways
shall always be passable with at least one lane of traffic.
SC. 18 DISPOSAl, OF WASTE AND SURPI .US EXCAVATION
All excavated earth in excess of that required for backfilling shall be disposed of in a satisfactory manner
in locations approved by the Owner's representative.
SC. 19 l .IGHTS AND POWER
The Contractor shall provide, at his own expense, temporary lighting and power required for the proper
prosecution of the work.
SC.20 EXAMINATION OF PROJF. CT SITE
Prospective bidders shall make a careful examination of the site of the project, soil and water conditions
to be encountered, improvements to be protected, disposal sites for surplus materials not designated to be
salvaged materials, and as to method of providing ingress and egress to private properties, and methods
of handling traffic during construction of the entire project.
SC.21 CONSTRUCTION IN PURI .IC ROADS AND PRIVATE, r}RIVES
No public road shall be closed overnight. Contractor shall always keep one lane of traffic open on
roadways at all times. It shall be the responsibility of the Contractor to build and maintain all weather
bypasses and detours, if necessary, and to properly light, barricade and mark all bypasses and detours
that might be required on and across the roads involved in the work included in this contract.
The Contractor shall make every effort to complete construction and allow immediate access to adjacent
property at driveway entrances located along the roads. Owners or tenants of improvements where
access and/or entrance drives are located shall be notified at least twenty-four (24) hours prior to the time
the construction will be started at their drive-ins or entrances and the Contractor shall provide temporary
ingress to entrance drives where necessary.
The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance
of same for a period of one year from the date of such reconstruction. In the event the repairs and
maintenance are not made immediately to the satisfaction of the Engineer, and it becomes necessary for
44
SC .22
SC.23
SC.24
SC.25
SC .26
SC.27
SC.28
the State, County or City to make such repairs, the Contractor shall reimburse the State, County or City
for the cost of such repairs.
The Contractor shall, at all times, keep a sufficient width of the roadway clear of dirt and other materials
to allow the flee flow of traffic. The Contractor shall assume any and all responsibility for damage,
personal or otherwise, that may be caused by the construction along roads or private drives.
CONSTRUCTION SCHF, DUI .F. AND CASH FI .OW PROJF. CTIONS
Prior to starting work, the Contractor shall submit a proposed schedule and monthly cash projections for
the work included herein and shall submit any major revisions to this schedule as the project progresses.
Partial payments will not be made until monthly cash flow projections are submitted.
PROTECTION OF I ,IVE, STOCK AND PRIVATF, PROPERTY
The Contractor will make every effort to protect livestock and all private property along the limits of
construction. No excavated area shall be lef~ open overnight without adequate fencing to restrain
livestock. Fences shall be repaired and replaced immediately to prevent escape of livestock.
PROTI~.CTION OF TRF. ES
The Contractor shall make every reasonable effort to protect all trees along the project fight-of-way. No
tree outside of the permanent fight-of-way of the project shall be removed without the approva! of the
Owner. Minor adjustments in alignment may be allowed to protect trees.
CONNE, CTION TO EXISTING FACIl .ITIES
Unless otherwise specified or indicated, Contractor shall make. all necessary connections to existing
facilities including structures, drain lines, and utilities such as water, sewer, gas, telephone, and electric.
In each case, Contractor shall receive permission from Owner or the owning utility prior to undertaking
connections.
Connections to existing facilities which are in service shall be thoroughly planned in advance, and all
required equipment, materials and labor shall be on hand at the time of undertaking the connections.
Work shall proceed continuously (around the clock) if necessary to complete connections in the
minimum time. Operations of valves or other appurtenances on existing utilities, when required, shall be
by or under the direct supervision of the Owner.
SOIl. BORINGS
Soil borings are not provided on this project. It will be the Bidder's responsibility to investigate the sub-
surface conditions prior to submitting a bid.
TI~ENCH ltACKFII.I.
Trench backfill shall not proceed without inspection of the embedment and authorization to proceed by
the Inspector or Engineer. Any trench backfill placed without inspection of the embedment is subject to
be removed at the Contraetor's expense to allow for inspection of the embedmerit.
MARKING UNDRRGROLrND UTII.ITIF. S
All water and sewer lines, and services shall all be marked with plastic tape which conforms to the
standards listed below. If utility companies mark their underground utilities in right-of-ways or
easements it shall conform to the following:
\~sjf,.sjf_vo12'l~tojccU~clericd',ccll~llX96-150~spccs~F.h-spc~w.4doc
1 ' I ·
4-5
r-
r-
SC .29
SC.30
A. Location of tape:
· A minimum of one-feet (1 ') directly above the utility,
· A maximum of two-feet {2') below the ground surface.
B. Tape size and material composition:
· Plastic mark tape shall be acid and alkali resistant polyethylene film,
· Three inches (3") wide,
· A minimum thickness of 0.004 inch,
· Tape shall have a minimum strength of 1750 psi lengthwise and 1500 psi crosswise,
· The tape shall be manufactured with integral wires, foil backing or other means to enable
detection by a metal detector when the tape is buried up to three feet (3 ') deep. The tape shall be
of a type specifically manufactured for marking and locating underground utilities.
· The metallic core of the tape shall be encased in a protective jacket or provided with other means
to protect it from corrosion.
C. Tape color shall be as specified below and shall bear a continuous printed inscription describing the
specific utility.
Talle Color Utility_
Red .............................Electric
Yellow .......................
Orange .......................
Blue ...........................
Green .........................
Gas, oil, dangerous materials
Telephone, telegraph, television, police, and fire communications
Water System
Sewer System
There is no separate pay item for marking underground utilities in accordance with the specifications.
Payment is considered subsidiary to the appropriate bid items as provided in the Proposal and Bid
Schedule. --
WAGF. RAT~,S
All employees of the Contractor on the work to be performed under this contract shall be paid the
prevailing wage scale in this locality for work of a similar character, and in no event less than the rates
shown in the schedule of minimum wage rates furnished in these specifications.
PRR-CONSTRUCTION CONF~.R~,NC~.
Before the construction work begins, a meeting will be arranged by the City of Coppell wherein the
Contractor and representatives of the Engineering Department will discuss procedures for the work. The
Contractor will presenl; his proposed 'sequence of construction procedure' to be studied for effect on
public convenience, work progress, and for review by the engineer. The Contractor will provide a visual
layout of his proposed program.
SC.31
WORK ON SATURDAY. SUNDAY AND HOI .DAYS
When work must be performed on these days the contractor must request permission to work at least 48
hours in advance. The contractor shall bear the entire cost of inspection (4 hour minimum) for this work
with said amount to be withheld from any monies to be due or to become due to the contractor upon
completion of this contract. Generally, the cost of additional inspection will be recorded and accounted
for on monthly pay requests. Any additional costs associated with working on these days shall be borne
by the Contractor.
SC.32
MATERTAT. STORAGE
Materials may be stockpiled at locations approved by the Owner.
approved by the City of Coppell.
All stockpiling methods must be
The storage site shall be determined at the preconstruction meeting after the award of contract.
Contractor shall be fully responsible for the storage site.
If necessitated, Contractor shall erect a temporary fence and store materials inside of the fenced area.
The Contractor shall maintain the storage area in a neat and orderly manner. If, in the opinion of the
Engineer, the storage site becomes unsightly, the Contractor shall clean up the storage site within two (2)
days of notification to do so.
At the completion of the contract, the Contractor shall remove the temporary storage fence and all debris
in the area. The Contractor shall restore the storage site to the original condition, including, if necessary,
grading and turf re-establishment.
SC.33
The Contractor shall limit his work to the fight-of-ways, easements, or construction limits shown on the
Drawings.
SC.34
FXISTING UTII .ITIES. STRUCTURES AND OTHI~.R PROPF. RTY
The Contractor's attention is directed to the necessity of taking adequate measures to protect all existing
structures, improvements and utilities which may be encountered. These may include, but are not limited
to the following:
· Utilities: Including water mains and services, water meter boxes, oil and air lines, gas mains and
services, samtary sewers and service connections, storm sewers, telephone conduits, and electric
conduits.
· Sweet and Drives: Contractor shall at all times maintain streets and drives in a condition which will
provide easy ingress and egress.
It shall be the responsibility of the Contractor to cooperate with the Owners of all public and private
utilities to locate, prior to opening trench, existing underground facilities and to notify the Engineer at
once of any conflicts in grades and alignment. Every effort will be made by the Engineer to control
alignment and grading to avoid conflict with existing utilities, but should change in alignment and grade
be necessary, such changes will be made by the Contractor at his expense and no extra payment beyond
the unit prices bid will be allowed by the Owner.
Where excavation endangers adjacent structures and utilities, the Contractor shall at his own expense
carefully support and protect all such structures and/or utilities so that there will be no failure due to
settlement, where it is necessary to move services, poles, guy and he shall cooperate with the utility
owner.
\x~jf~f_voll~oj~:~:l~r,.~c. ol~llX.~- I ~o~h-~!~_.-4.d~ 4-7
SC.35
SC.36
SC.37
Except as indicated on the drawings that utilities are to be moved by others, any costs of temporarily or
permanently relocating utilities shall be borne by the Contractor without extra compensation from the
Owner. In 'case damage to an existing structure or utility occurs, whether failure or settlement; the
Contractor shall restore the structure or utility to its original condition and position without
compensation from the Owner.
Before beginning work on this project the contractor shall submit, for approval by the Owner, a plan of
construction operations outlining in detail a sequence of work to be followed, setting out the method of
handling traffic.
The contractor shall, plan his construction phasing in such a manner as to cause minimal interference
with traffic during the construction.operations.
The contractor shall keep traveled surfaces clean and free of debris or other materials of construction.
To facilitate shifting, barricades and signs used in lane closure or traffic staging may be erected and
mounted on portable supports, the design of these being subject to the approval of the engineer.
MAINTENANCE PROVISIONS FUI.FII.I ,MENT
Prior to the expiration of the specified maintenance period provided for in the Contract, the Owner will
make a detailed inspection of the project and will advise the Contractor and his surety of the items that
require correction. The Owner will make subsequent inspection and if the corrections have been
properly performed, the Owner will issue a letter of release on the maintenance stipulations to the
Contractor and his surety. If, for any reason, the Contractor has not made the required corrections before
the expiration of the maintenance period, the maintenance stipulations, as provided for in the Contract,
shall remain in effect until the corrections have been properly performed and a letter of release issued.
1 .IQU1DATED DAMAGES
The Contractor agrees that time is of the essence of this contract, and that for each day of delay beyond
the number of calendar days herein agreed upon for the completion of the work herein specified and
contracted for (after due allowance for such extension of time as is provided for extension of time
hereinabove), the Owner may withhold permanently from the Contract's total compensation as stipulated
liquidated damages for such delay, the sum set forth in Item 1.36 of the General Conditions..
The sum of money thus deducted for such delay, failure of non-completion is not to be considered as a
penalty, but shall be deemed, taken and treated as reasonable liquidated damages, since it would be
impracticable and extremely difficult to fix the actual damages.
No plea of ignorance of conditions that exist or may hereafter exist, or of conditions or difficulties that
may be encountered in the execution of the work under this contract, as a result of failure to make the
necessary examinations and investigations, shall be accepted as an excuse for any failure or omission on
the part of the Contractor to fulfill, in every detail, all requirements of the Contract Documents, or will
be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time.
ACCESS TO PROPERTY
To the tidiest extent practicable, the Contractor shall conduct his operations and work in such a manner
that necessary ingress and egress will be provided to the tenants of both residential and commercial
property. During all consreaction operations bridges; or other means of crossing trenches, ditches, and
other excavation shall be provided by the Contractor at his expense and all operations shall be conducted
in a manner which will result in a minimum of inconvenience to tenants of property adjacent to the work.
4-8
SC.38
13NDSCAPF. & TRF. R TRF. ATMF. NTS
Where trees, plants, shrubbery, etc., are adjacent to the line of the work and are not to be removed or are
to be removed and replaced, the Contractor shall protect such trees, plants, shrubbery, etc., by substantial
wooden boxes or guards to be installed beyond the dripline, and shall not permit machinery or employees
to scrape, tear the limbs from, damage or attach guy cables to them and if, in the opinion of the Owner,
such trees, plants, shrubbery, etc., would be damaged by machinery, etc., hand excavation may be
required. The Contractor shall be responsible for all damages to adjacent trees, plants, shrubbery, etc.
Existing trees, plants, shrubbery, etc., encountered on the site which are not indicated on the plans shall
be considered as trees to remain and shall be protected. If these trees are in conflict with construction,
the Contractor shall relocate the trees to an approved location, unless otherwise directed by the Owner, at
no additional cost to the Owner.
All disturbed turf shall be reestablished to original condition prior to completion of construction. This
Turf Re-establishment shall not be a separate pay item and shall be subsidiary to the entire project,
unless noted otherwise. Measurement and payment for solid block sod grass turf from Station 51+00 to
Station 68+75 will be made at the contract unit price per square yard as provided in the Proposal and Bid
Schedule. ·
SC.39
MOWING AND DFJtRIS MAINTENANCF.
During construction and through to final acceptance, the Contractor, at his expense, shall be responsible
for maintaining the existing turf areas within the work area. The Contractor shall mow this area as often
as necessary to maintain the turf areas, at a 2" to 2¼" maximum height. Minimum cutting height for the
turf shall be 1 ~-inches. At no time shall weeds within the maintenance limits reach a height greater than
12-inches.
If, in the opinion of the Engineer, the site becomes unsightly, the Contractor shall mow the site within
two (2) days after notification from Owner to do so.
The Contractor at all times shall keep the construction site free from accumulation of waste materials,
rubbish, debris, etc. caused by his operations. Waste materials, rubbish, debris, etc. shall be cleaned up
daily and removed from the project site at least once a week.
No payment will be made for this work, its cost being subsidiary to the entire project.
SC.40
INCIDENTAI. WORK
All minor details of work which are not shown on the plans, as well as such items which are not
specifically mentioned in the specifications, but are obviously necessary for the proper completion of the
work, shall be considered as incidental, and as being a part of and included with the work for which
prices are given in the proposal, and no extra eomp.e. nsation shall be allowed the contractor for the
performance thereof.
SC.41
DUST CONTROI.
Sprinkling as ordered by the Owner to allay dust on this project will not be paid for directly but shall be
considered subsidiary to the various bid items.
SC.42
TRAr)F. NAMES AND AI.TI~.RNATIVF. S
For convenience in designation on the plans or in the specifications, certain articles or materials to be
incorporated in the work may be designated under a trade name or the name of a manufacturer and it's
catalogue information. The use of an alternative article or material which is of equal quality and of
required characteristics for the purpose intended, will be permitted subject to the following requirements:
\~jhjLvol2Xlx~jccu~l~icalXc~llX~-150Xq~Xur, h-sp~c4. doc 4-9
SC.43
SC.44
SC.45
The burden of proof as to the quality and suitability of altematives shall be upon the contractor, and the
contractor shall furnish all necessary information required by the engineer. The Owner shall be the sole
judge as to the quality and suitability of altemative articles or materials, and the Owner's decision shall
be final.
SITE DRAINAGE
The Contractor shall maintain adequate site drainage at all times. Drainage runoff will be confined to the
limits of the construction project and shall not be diverted over private property. Any runoff presently
traversing private property shall not be increased by cause of construction. The Contractor shall provide,
maintain and remove all necessary and required erosion control devices in accordance with the Noah
Central Texas Council of Governments Standard Specifications for Public Works Construction, Item
3.12, as amended.
WATERLINE MATERIALS
The following water pipe is acceptable for this project in accordance with the assigned NCTCOG
Standard Specifications, item number and AWWA Standard.
· Prestressed Concrete Lined Cylinder Pressure Pipe (150 psi) for 24-inch internal diameter pipe:
NCTCOG Item 2.12.5(g), AWWA C301
Pretensioned Concrete Pressure Pipe (150 psi):
16" and 24" internal diameter
NCTCOG Item 2.12.5(h), AWWA C303
Polyvinyl Chloride (PVC) (150 psi):
6" thru 12" Internal diameter - DR-18
NCTCO6 Item 2.12.20, AWWA C-900
· Copper Water Service Line (2-inches or smaller) Type K Soft Copper
· Mueller Lineseal III, Butterfly Valve, B-32-11, Series 002 (MJ)
Ductile Iron Pipe, Class 200, AWWA C150/C151
3" - 12" intemal diameter
NCTCOG Item 2.17.8 with AWWA C-105 Polyethylene Encasement (4 mils)
SANITARY SEWF, R MATF. RIAI,S
The following sanitary sewer pipe
NCTCOG Standard Specifications.
is acceptable for this project in accordance with the assigned
Polyvinyl Chloride (PVC):
· SDR-35 Sanitary Sewer Pipe
· ASTM F-789, Type PS-46, Plastic Gravity Flow Sewer Pipe
ASTM F-794, Ribbed Gravity Sewer Pipe
\xsj tXsj f_vo12\projec~s\cletical\coppelB96-1 S0xapecsXmeh-spe~ee4.c[oc
T
4-10
SC .46
SUBMITTALS (SHOP DRAWINGS)
The Contractor shall submit shop drawings (catalog data, assembly drawings, weight, sketches, etc.) for
the following materials:
· Water Pipe
· Proposed "other than open cut" method and appropriate support documentation
· Water Pipe Fittings
· Encasement Pipe
· Water Service Fittings
· Fire Hydrants
· Valves
· HMAC Mix Design
· Concrete Mix Design
· Flowable Fill Mix Design
· Affidavit of Compliance to AWWA for waterline related materials from manufacturer
· Embedment Gradation
· Water Stops
· Rubber Gaskets
All submittals shall be original copies, no fax copies will be accepted. An minimum of 4 and a
maximum of 6 copies shall be submitted to the City for review. Three copies will be retained.
SC.47
TRENCH SAFETY SYSTEM
The Contractor may utilize all area within the permanent and right-of-way to facilitate trench safety
systems. No work shall extend outside of the easements.
SC.48
NPDES STORM WATER PERMIT
In accordance with the Final NPDES General Permits for Storm Water Discharge from Construction
Sites as published in the Federal Register, September 9, 1992, Contractor shall prepare and submit a
Notice of Intent (EPA Form 3510-6), prepare a Storm Water Pollution Prevention Plan (SWPPP) and
implement the plan during construction.
The Notice of Intent (NOI) must be submitted at least 30 days prior to clearing and grubbing. The NOI
should be sent to: Storm Water Notices of Intent, P. O. Box 1215, Newington, VA 22122, and one copy
to the Owner.
The SWPPP m. ust be prepared prior to the submittal of the NOI. The SWPPP must be on file at the
construction site and be available upon request to EPA, State or local agencies, and Owner. The
Contractor shall be responsible for implementing, updating and modifying per regulatory agency
requirements, inspection, and monitoring the SWPPP.
The Contractor shall retain records or copies of all reports by this permit for a period of at least three (3)
years from date of Final Completion.
SC.49
PROJECT SIGN
The Contlactor shall furnish and install one free standing project sign for this project at a location
approved by the City. As the City Council or City staff changes, the Contractor shall immediately, upon
written direction, update the project sign at no additional compensation. The Contractor shall maintain
the project signs through the entire project time. The project sign shall be of the dimensions, material
and character as shown on the project sign detail at the end of these Special Conditions. No direct
payment shall be made for the project sign, but its cost shall be subsidiary to other items in the Bid
Schedule.
\Xsjtxsjf_vo12\projects\cleticalXcoplgll\96-150~specaXtech-spexsec4.doc4-11
NORTH
CITY OF COPPELL, TEXAS
SPECIAL PROVISIONS
TO THE
CENTRAL TEXAS STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
CONSTRUCTION METHODS
PART III: CONSTRUCTION METHODS
The North Central Texas Standard Specifications shall be modified and clarified by the addition of the following
requirements to the various items. Except when specifically stated, none of the requirements of Part III -
CONSTRUCTION METHODS shall be deleted.
PART III: DIVISION 3 - SITE PREPARATION
ITEM 3.3.3 CONSTRUCTION METHODS
Add to the second paragraph the following: Unless otherwise approved in writing by the City of
Coppell, where excavation to grade established in the field by the Owner terminates in loose or solid rock, the
Contractor shall excavate 6 inches below the required subgrade elevations for the entire roadbed width and shall
backfill with suitable selected materials as indicated on the plans. Suitable selected material shall include lime
treated subgrade or a base material having a plasticity index not greater than 12. Payment for such work will be
made under the items of unclassified street excavation, lime treated subgrade and hydrated lime. The 6-inch lime
treated subgrade or base shall be compacted to 95% density.
ITEM 3.5.3 CONSTRUCTION METHODS
Add the following paragraph: Excavated material from the channel which is used as
embankment to complete the established alignment, grade and cross-section of the channel shall be compacted to
95% density.
ITEM 3.7.3 DENSITY
Add: Embankment in the City of Coppell shall be compacted to not less than 95% of the
maximum density.
ITEM 3.8.2 CONSTRUCTION METHODS
Add the following:
A minimum of six (6) inches of topsoil shall be provided on all major thoroughfare medians and
· rights-of-way and on all earthen channel slopes.
, J:\Copp~|l\96 I50Xsl~*~\t~h\CM-t .do~ 4-12
ITEM 3.10.1 DESCRIPTION
Add the following:
The Contractor shall maintain the seeded areas including watering until a "Stand of Grass" is
obtained. A "Stand of Grass" shall consist of 75% to 80% coverage, a minimum of one (1) inch in height. Re-
seeding will be required in washed areas.
ITEM 3.10.2 PLANTING SEASON
Delete the mixture, rate, and planting dates and substitute:
Type I: Bermuda Grass - Hulled
50 lbs/acre April - June
Type II: Annual Rye Grass
40 lbs/acre September- March
Type III Bermuda Grass - Unhulled
January - March/July - August - 50 lbs/acre
ITEM 3.10.3 CONSTRUCTION METHODS
Revise after the first paragraph as follows:
(a) All seeding operations shall be performed by either "Drilling" or "Cultipacker" process
or approved equivalent. Seed shall be covered by + 1/4" Topsoil.
ITEM 3.10.6 or 3.10.7 ASPHALT MULCH SEEDING
Slope and drainage channel seeding shall be in conformance with Item 3.10.6 or 3.10.7. Seeding
mixture and rate shall be as required in Item 3.10.2.
ITEM 3.12.4 CONSTRUCTION REOUIREMENTS
Delete the last sentence of the third paragraph in its entirety:
"The amount of ............... in writing."
PART III: DIVISION 4 - SUBBASES AND BASE COURSES
ITEM 4.6.4 CONSTRUCTION METHODS
(a) General
(1) Treatment for Materials in Place
Add the following: Prior to final compaction of subgrade, samples of the
subgrade material shall be collected by a testing laboratory approved by the City, and laboratory tests made to
determine the amount of lime required.
The application rate for hydrated lime shall be selected to obtain at least the
optimum lime percentage indicated by test method ASTM C977-83a, Appendix XI; however, not less than
J:\Coppell\96150Xspecs~ech~CM-I ,doc 4-13
27 lbs. per S.Y. shall be applied. A Geotechnical Engineer's report reflecting the recommended application rate
and including supporting test data shall be submitted in writing to the CITY, for approval prior to beginning any
lime treatment. Laboratory test may be waived provided a minimum of 36 lbs. per S.Y. is applied.
ITEM 4.6.5 FINISHING, CURING AND PREPARATION FOR SURFACING
Add the following: The lime treated subgrade shall be moist cured until covered by other base or
pavement up to fourteen (14) days after final compaction. After 14 days without covering an application of 0. 1 0
to 0.20 gallons per square yard emulsified asphalt shall be applied at the Contractor's expense. Reapplication of
emulsified asphalt may be required if lime treated subgrade is not covered shortly after first application. Lime
treated subgrade may be covered by other base or pavement when density of 95% of maximum at optimum
moisture content is obtained.
ITEM 4.7.1 DESCRIPTION
Add the following: Portland cement modification of subgrade soils is not approved in Coppell.
Subgrade soils means natural ground or embankment encountered in the construction.
PART III: DIVISION 5 - PAVEMENT AND SURFACE COURSES
ITEM 5.8.2 CONSTRUCTION METHODS
(f) Mixing
(3) Central Mixing Plant
Add the following: When a 'fly ash admixture is used with Type I cement in the
production of portland cement concrete, separate silos shall be provided for fly ash and cement and provisions
shall be made for individual measurements.
ITEM 5.8.2(f} Add: ~5) Continuous Volumetric Mix Concrete ISee Item 7.4.61
(h) Finishing
Delete (h) and add the following: The finished concrete pavement construction under
these specifications is expected to meet certain quality standards for surface of the concrete including the
durability, texture, riding surface and appearance. The surface must be durable, firm, dense and well bonded to
the aggregate to maintain an appearance and texture which is satisfactory to the Owner. Concrete pavement
having a poor surface which has spalied (exposed aggregate) due to poor quality paste, high water-cement ratio,
over-vibration, improper curing, extreme weather or any other reason, or does not have a satisfactory ridin~
surface shall be removed and replaced at the Contractor's expense. It is extremely important that the oavement
have a good rideable surface. free from undulations and rou~ joints. The City Engineer shall determine the
acceptability of the pavement.
( 1 ) Machine Finishing
Machine finishing of pavement shall include the use of power-driven spreaders,
reciprocating type power-driven vibrators, power-driven transverse strike-off, and screed.
The concrete pavement shall be consolidated by a reciprocating type mechanical
vibrator. As soon as the concrete has been spread between the forms, the mechanical vibrator shall be operated
to consolidate the concrete and remove all voids. Hand manipulated vibrators shall be used for areas not covered
by the mechanical vibratory unit.
J:\CoppellX96150~p~c!\t~ch\CM-I .doc
4-14
The transverse finishing machine shall first be operated to compact and finish
the pavement to the required section and grade, without surface voids. The machine shall be operated over each
area as many times.and at such intervals as directed. At least two trips will be required and the last trip over a
given area shall be a continuous run of not less than 40 feet. After completion of finishing with the transverse
finishing machine a transverse drag float may be used.
After the floating has been completed and the excess water removed, but while
the concrete is still plastic, the surface of the concrete shall be tested for truehess with an approved 10-foot steel
straightedge furnished by the Contractor. The straightedge shall be operated from the side of the pavement,
placed parallel to the pavement centerline and passed across the slab to reveal any high sports or depressions.
The straightedge shall be advanced along the pavement in successive stages of not more than one-half its length.
Practically perfect contact of the straightedge with surface will be required, and the pavement shall be leveled to
this condition, in order to insure conformity with the surface test required below after the pavement has fully
hardened and to insure a smooth rideable surface. Any correction of the surface required shall be accomplished
by adding concrete if required and by operating the longitudinal float over the area. The surface test with the
straightedge shall then be repeated.
After completion of the straightedge testing and surface correction the surface of
the pavement shall be finished by an approved method. Methods available for pavement surface finish including
a burlap drag finish, a broom finish or a belt finish. Unless otherwise shown on the plans, the pavement surface
shall be finished with the burlap drag.
a. Burlap Drag Finish
If the surface texture is to be a drag finish, a drag shall be used; it shall
consist of a seamless strip of damp burlap or cotton fabric, and it shall produce a uniform surface of gritty texture
after dragging it longitudinally along the full width of pavement. For pavement 16 feet or more in width, the
drag shall be mounted on a bridge which travels on the forms. The diameter of the drag shall be such that a strip
of burlap or fabric at least 3 feet wide is in contact with the full width of pavement surface while the drag is used.
The drag shall consist of not less than two layers of burlap with the bottom layer approximately 6 inches wider
than the upper layer. The drag shall be maintained in such a condition that the resultant surface is of uniform
appearance and reasonably free from gravels over 1/16-inch in depth. Drags shall be maintained clean and free
from encrusted mortar. Drags that cannot be cleaned shall be discarded and new drags substituted.
b. Broom Finish
If the surface texture is to be broom finished, it shall be applied when
the water sheen has practically disappeared. The broom shall be drawn from the center to the edge of the
pavement with adjacent strokes slightly overlapping. The broom operation shall be so executed that the
corrugation produced in the surface shall be uniform in appearance and not more than 1/16-inch in depth.
Brooming shall be completed before the concrete is in such condition that the surface will be torn or unduly
roughened by the operation. The surface thus finished shall be free from rough and porous areas, irregularities,
and depressions resulting from improper handling of the broom. Brooms shall be of the quality, size, and
construction and shall be operated to produce a surface finish meeting the approval of the Owner. Subject to the
approval of the Owner, the Contractor may be permitted to substitute mechanical brooming in lieu of the manual
brooming as herein described.
c. Belt Finish
If the surface texture is to be belt finish, when straightedging is
completed and after sheen has practically disappeared and just before the concrete becomes non-plastic, the
surface shall be belted with a 2-ply canvas belt not less than 8 inches wide and at least 3 feet longer than the
pavement width. Hand belts shall have suitable handles to permit controlled, uniform manipulation. The belt
shall be operated with short strokes transverse to the centerline and with a rapid advance parallel to the
centerline.
J:\Coppell\96150~spccs\tech\CM- I.doc 4- l 5
(2) Hand Finishin~
Hand finishing of concrete pavement will be permitted in areas where it is not
practical or possib'le to construct with finishing machines. These areas include, but are not limited to,
intersections, left turn lanes, crossovers, transition areas and where the pavement width is not uniform. In all
hand finished areas, one (I) extra sack of cement per cubic yard of concrete shall be used in the mix. In hand
finished areas, the concrete shall be struck off with an approved strike-off screed to such elevation that when
consolidated and finished the surface of the pavement shall conform to the required section and grade. The strike
template shall be moved forward with a combined transverse and longitudinal motion in the direction the work is
progressing, maintaining a slight excess of material in front of the curing edge. The concrete shall then be
tamped with an approved tamping template to compact the concrete thoroughly and eliminate surface voids and
the surface screeded to required section. After completion of a strike-off, consolidation and transverse screeding,
a hand-operated longitudinal float shall be operated to test and level the surface to the required grade.
Workmen shall operate the float from approved bridges riding on the forms and
spanning the pavement. The longitudinal float shall be held in contact with the surface and parallel to the
centerline and operated with short longitudinal strokes while being passed from one side of the pavement to the
other. If contact with the pavement is not made at all points, additional concrete shall be placed, if required, and
screeded, and the float shall be used to produce a satisfactory surface. Care shall be exercised to keep the ends of
the float from digging into the surface of the pavement. After a section has been smoothed so that the float
maintains contact with the surface at all points in being passed form one side to the other, the bridges may be
moved forward half the length of the float and the operation repeated. Other operations and surfaces tests shall
be as required for machine finishing.
(3) Edging at Forms and Joints
After the final finish, but before the concrete has taken its initial set, the edges of
the pavement along each side of each slab, and on each side of transverse expansion joints, formed joints,
transverse construction joints, and emergency construction joints shall be worked with an approved tool and
rounded to the radius required by the plans. A well-defined and continuous radius shall be produced and a
smooth, dense mortar finish obtained. The surface of the slab shall not be unduly disturbed by tilting of the tool
during use.
At all joints, any tool ma~ks appearing on the slap adjacent to the joints shall be
eliminated by brooming the surface. In doing this, the rounding of the edge shall not be disturbed. All concrete
on top of the joint filler shall be completely removed.
All joint shall be tested with a straightedge before the concrete has set, and
correction shall be made if one side of the joint is higher than the other or if they are higher or lower than the
adjacent slabs.
ITEM 5.8.6 PAVEMENT TESTING
(b) Pavement Thickness Test
Delete in its entirety and substitute therefore the following:
Upon completion of the work and before final acceptance and final payment shall be
made, pavement thickness tests shall be made by the Contractor. Tests shall be made at 400-foot spacings along
the length of the pavement. ' In the event a deficiency in the thickness of pavement is revealed, 'two (2)
subsequent sets necessary to isolate the deficiency shall be made - one at a jointed section prior to the deficient
station and one at a jointed section following the deficient station. Additional tests shall be obtained as
necessary, at jointed section intervals to isolate the deficient area. Removal and replacement of concrete shall
extend to joint boundaries, the full width of pavement section. If the avenge thickness of pavement in a
J:~Coppell\96150~pec~t~h\CM-I doc
4-16
particular section is less than called for on the plans, the pavement section shall be removed and replaced with
the correct thickness, extending to joint boundaries, the full width of the pavement section, at the Contractor's
entire expense. No additional payment over the contract unit price shall be made for any pavement of a thickness
exceeding that required on the plans.
(c) Pavement Strength Test
Revise the first paragraph to read: During the progress of the work, the Inspector or a
commercial laboratory shall cast test cylinders or beams to maintain a check on the strengths of the concrete
being placed. Add the following sentence and table: A table titled "PAVEMENT STRENGTH
REQUIREMENTS", is provided showing the required pavement thickness, 7-day strength, 28-day strength,
minimum cement factor and maximum slump for each street type to be constructed in Coppe!l. Requirements for
high strength pavement and less thickness is also shown if required by the City.
Add to the 5th paragraph: Test cores shall be obtained within five (5) working days after
the 28-day test results have been provided by the commercial laboratory. All test cores shall be obtained by a
commercial laboratory, at the Contractors expense. One (1) core shall be obtained in the immediate area of the
deficiency and two (2) additional cores shall be obtained - one at a jointed section prior to the deficient station
and one at a jointed section following the deficient station. Additional cores shall be obtained as necessary, at
jointed section intervals to isolate the deficient area. Removal and replacement of concrete shall extend to joint
boundaries, the full width of pavement section.
Amend the last paragraph on Page 293 to read "Pavement not meeting the minimum
specified 28-day strength after cores have been tested shall be removed and replaced at the Contractor's
expense." Delete the table and the paragraph below it at the top of Page 294.
ITEM 5.8.8 INTERLOCKING CONCRETE PAVING STONE
( 1 ) Description
Interlocking Concrete Paving Stone shall be installed in accordance with the Standard
Details and at locations shown on the plans. See Item 2.3.7 of these Special Provisions.
PAVEMENT STRENGTH REQUIREMENTS
Basic Pavement
Item Street Width Thick- Compr. Strength Min. Max. Thick-
No. Street Description Face/Face hess 7-Day 28-Day Cement Slump hess
I Type A & H and 2-36" 8" 3650 5,000 6.5 3"
Highway Use
2 Type C, 6 Lane 2-33" 8" 3650 5,000 6.5 3"
Thoroughfare other.
than A & B
(i.e. Park and Parker)
3 Type D & E (Retail 36' to 2-24' 7" 2200 3,000 53 3"
thru Industrial including
Zoned) 44' and 48'
4 Type F Thoroughfare 36' 6" · 2200 3,000 5.0 3"
and Neighborhood
Service or Office
Zoned Streets
5 Type G or H 24' to 26' 6" 2200 3,000 5.0 3"
Residential Streets
Alternate Pavement
Flex. Strength Min. Max.
7-Day 28-Day Cement Slump
6" 500 650 5.5 3"
5" Compr. Strength 6.0 3"
7-Day 28-Day
2,600 3,600
5" 2,600 3,600 5.5 3"
NOTE: Flexural strength based on ASTM C 78-64 test (third point loading).
Street widths are face to face of curbs.
/:\Coppel 1\96150~specsXtech\CM- I .doe 4-17
(2) Reinforced Concrete Base
Shall be constructed of 3,000 psi concrete meeting the requirements of Item 5.8 NCT-
COG Standard Specifications. 3/8" reinforcing bars shall be placed 24 inches on center, both ways, in all
concrete.
(3) Construction
Remove existing concrete median pavement, if required, excavate as shown on Standard
Details, use sand to level grade and construct reinforced concrete base, place bedding course of sand to level, and
install paving stone units with joints of approximately 3 mm (1/8"). Where required, cut paving stone with an
approved cutter to fit accurately, neatly, and without damaged edges. Tamp pavers with mechanical vibrator
until entirely level, true to grade and free of movement. Fill voids by sweeping in clean fine sand.
(4) Measurement and Payment
Interlocking Concrete Paving Stone shall be measured and paid for by the square foot of
stone, sand and concrete base furnished and installed, which price shall include all labor, including excavation,
materials, equipment, tools and incidentals necessary to complete the work. No separate payment shall be made
for 4" concrete base or washed sand. Payment for removal and disposal of existing concrete median pavement, if
required, shall be made by the square foot.
PART III: DIVISION 6 - UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.1.10 GRADES (Add the Following)
Construction' stakes furnished by the Owner shall be limited to establishment of benchmarks and
centerline or baseline survey at one hundred feet intervals.
ITEM 6.2.8 EXCAVATION (Add the Following)
(a) General
Prior to start of excavation the Contractor shall remove and stockpile the Topsoil and
protect the Topsoil from contamination during construction.
After the trench has been refilled, topsoil shall be replaced to the extent that rock,
excavated from the tre.nch, will be completely covered and the area is returned to its original condition, except
that in cultivated areas a minimum of 12 inches of top soil shall be replaced.
ITEM 6.2.8 (c)(4) Delete this section in its entirety and add the following:
EXCAVATION SAFETY SYSTEMS
(1) General
Excavation safety systems shall be provided by the Contractor as provided in Subpart P -
Excavation, Trenching and Shoring, Part 1926 of the Code of Federal Regulations which describes safety and
health regulations as administered by the U.S. Department of Labor Occupational Safety and Health
Administration (O.S.H.A.). The standards-specified by the O.S.H.A. Regulations shall be the minimum allowed
on this project. It shall be the responsibility of the Contractor to provide a design and install adequate safety
systems for all applicable excavation on this project.
J:\Coppell\96150xspecs\t=ch\CM- I.doc 4-18
(2) Core Borings
Any core borings and soil data furnished by the Owner, are for the convenience of the
Contractor. The ContractOr shall be responsible for any additional soil or geotechnical information required.
The Contractor shall be responsible for properly designed excavation safety systems to be utilized for any type of
subsurface condition found on this project. The furnishing of soil information by the Owner in no way relieves
the Contractor of this obligation.
responsibility to obtain
systems.
If no core borings or soil data are furnished by the Owner, it shall be the Contractor's
whatever geotechnical information required for preparation of the excavation safety
(3) Inspections
In addition to the inspections of the excavation and excavation safety systems required
of the Contractor by the O.S.H.A. Regulations, the City may further inspect the work. The City shall have the
right to reject any safety systems which it finds to be inadequate, and the Contractor shall immediately improve
the system to comply with this specification.
(4) Details
The standard detail plans for Sheeting, Trench Shield, and Trench Jacks as shown in the
O.S.H.A. Regulations previously referenced are included as part of this .specification, as well as TABLE P-l,
APPROXIMATE ANGLE OF REPOSE FOR SLOPING OF SIDES OF EXCAVATIONS, and TABLE P-2,
TRENCH SHORING-MINIMUM REQUIREMENTS. The design of the members shown in Table P-2 is the
minimum acceptable on this project.
(5) Measurement and Payment
Measurement and Payment of Excavation Safety System installed shall be based on the
unit cost per linear foot as provided in the Proposal and Bid Schedule for Furnishing and Installing Excavation
Safety Systems. The payment shall be full compensation for all planning, materials, equipment, fabrications,
installation, recovery and all incidental work required. All excavation and backfill in addition to that specified
elsewhere in these specifications shall be considered subsidiary to this bid item.
ITEM 6.2.9 BACKFILL (Add the Following)
(b)( l). Densities (Add the following to the first paragraph)
"Flooding or jetting will not be permitted by the City of Coppell in Areas Subjected to or
Influenced by Vehicular Traffic.
(b)(2) Densities (Add the following to this section)
"Flooding or jetting will be permitted by the City of Coppell in Area Not Subjected to or
Influenced by Vehicular Traffic."
(b)(5) Compaction Methods: Flooding or jetting will be permitted by the City of Coppell in all
Areas Not Subjected to or Influenced by Vehicular Traffic. The jetting shall be accomplished by pumping water
through a pipe that is slowly inserted vertically into the trench backfill. The trench shall then be flooded in
puddles until no more appreciable absorption of water into the backfill occurs. Jetting of trench backfill shall be
limited to two (2) feet of cover. Where the depth of cover over the pipe is two (2) feet or greater, separate jetting
! J:\Coppel 1\96150~pee!\ttch\C M- I doc 4-19
operations shall be accomplished for each two foot interval. The jetting shall be continued until full settlement
has been reached.
(c) Embedment: Rock Cuttings or Sand will not be permitted in the pipe bedding for
sanitary sewer or water lines in the City of Coppell.
(c)(l 8) Class "H" Embedment:
Standard Crushed Stone, Grade 4. Class "H"
installed within the City of Coppe!l.
The embedment consists of a completely encased pipe with
Embedment shall be used. on the P.V.C. Sanitary Sewer Pipe
After the trench has been cut to a depth below the barrel of the pipe a distance of 1/8 Bc
(3 inches minimum and 6 inches maximum), the bedding layer shall be'brought to a point slightly above grade
with compacted crushed stone. Bell holes shall be formed and the pipe laid and joined as specified. The stone
shall be brought up in uniform layers of six inches to a point six inches over the top of the pipe when compacted.
On PVC Pipe 18 inches through 27 inches in diameter the crushed stone shall be brought up in uniform layers to
a point nine inches over the top of the pipe when compacted.
ITEM 6.2.10 TRENCH BACKFILL (Add the Following)
(a) Excavated Material: The material used in the backfill shall be pulverized to the extent
necessary to produce a free flowing material free of clay balls larger than 6-inch diameter.
ITEM 6.7.2 (i)(A) CAST IN PLACE CONCRETE MANHOLES (Add the Following)
(a) Forms: Manholes shall be constructed in place in accordance with the details
shown in the plans and using forms as market by Improved Construction Methods, Inc., Jacksonville, Arkansas
or Symons Corp., DePlaines, Illinois, or an approved equal.
(b) Base: The base shall be cast monolithically with the rest of the manhole. The
invert and flow channel shall be formed during or immediately after the placing of the concrete and trowel-
finished as soon as the concrete has set sufficiently. The concrete must set for 24 hours before any pipe inside
the manhole is trimmed. Concrete shall be minimum 4000 psi.
The base concrete shall be 4000 psi, maximum slump 4 inches vibrated or
tamped on undisturbed bearing. The base shall have a minimum diameter or width of at least 1 '-0" greater than
the outside diameter of the manhole, and a minimum thickness including the area under the pipe as follows:
0' to 12' manhole ...................................12"
12" to 20' manhole ................................15"
20' and above ........................................18"
(c) Invert: All invert channels shall be smooth and accurately shaped to a semi-
circular bottom conforming to the inside of the adjacent sewer section. Inverts shall be formed directly in the
concrete of the manhole base or may be constructed by laying full section sewer pipe through the manhole and
breaking out the top half after the base is constructed. Inverts shall extend up at least half of the diameter of the
pipe. Changes in the direction of the sewer and entering branches shall have a true curve of as large a radius as
the size of the manhole will permit. Where the pipe is laid through the manhole, the invert shall be finished to
1/4-inch below the center of the pipe. The pipe shall be trimmed down to 1/4-inch below the surface of the
invert, and the edges of the pipe along the invert and at the walls of the manhole shall be plastered and brush-
finished. Plaster shall be 2-parts of masonry sand to 1 -part of Portland cement, or an approved non-shrink grout.
Delete 5th paragraph of (c) Tests and Television Inspection (bottom of Page
329) which reads "Tunneled, bored or jacked sections of pipe shall be tested by exfiltration only."
I :\Copp~ll\96150~sp~cs\t~:h\CM- 1 .doc
4-20
(d) Manhole Barrel Section: The vertical forms, wall spaces, and placing cone must
be carefully positioned and firmly clamped in place before any placement is made. The wall spacers must be
located 90 degrees from each other. The manhole shall be cast of 4000 psi concrete with a maximum slump of 4
inches. The first placement shall consist of approximately 1/2 yard of concrete evenly around the walls and
vibrated until there is a minimum slump of 60 degrees from the bottom of the forms to the bearing surface both
inside and outside of the manhole. When this is complete and before additional concrete is added, the concrete
must be carefully vibrated on each side of each pipe. Additional concrete must be deposited in evenly distributed
layers of about 18 inches with each layer vibrated to bond it to the preceding layer. The wall spacers must be
raised as the placements are made with the area from which the spacer is withdrawn being carefully vibrated.
Excessive vibration is to be avoided. A maximum of 2% calcium chloride may be added to the concrete, at the
Contractor's option, to speed the set. The forms may be removed as soon as the concrete has sufficiently set
(approximately 2 hours after placement depending on field conditions).
Form marks and offsets up to 1-inch will be permitted on the outside surface of
the manhole. Form marks and offsets up to 1/2-inch will be permitted inside the manhole. All offsets on the
inside surface of the manhole will be smoothed and plastered so there is no projection or irregularity capable of
scratching a worker or catching and holding water or solid materials. Honeycomb will be plastered with a mortar
consisting of 3 parts of masonry sand and l-part Portland cement upon removal of the forms, but not until after
being inspected for structural integrity by the Owner or his authorized Representative. Manholes deemed to be
structurally unsound shall be replaced.
(e) Backfilling: Will be performed evenly and carefully around the manhole 24
hours or more after the placement of concrete is completed and shall conform to these specifications.
(f) Cold Joints: Should circumstances make a cold joint necessary, a formed groove
or reinforcing dowels will be required in the top of the first placement for shear protection. Immediately before
the second placement is made, the surface of the cold joint shall be thoroughly cleaned and wetted with a 1-1/2
inch layer of mortar (2 parts sand and l-part cement) being deposited on the surface. Cold joints below the
natural water table or in the bottom 4 feet of the manhole shall include an approved waterstop material.
Waterstops shall be heavy duty polyvinyl conforming to Corps of Engineers Specification CRD-572, latest
edition, as manufactured b~, Servicised Products Division of W.R. Grace and Co.; B.F. Goodrich Company;
Electrovert, Inc.; W.R. Meadows, Inc.; or approved equal.
ITEM 6.7.2(0 AIR TESTING
Completely replace subsection 6.7.2(f), Air Testing with the following text:
(f) .. Low Pressure Air Testing
(1) General: The Contractor shall furnish adequate personnel and equipment
required to perform the tests. This test covers procedures for testing sewer pipe lines, when using the low
pressure air test method to demonstrate the integrity of the installed pipeline and the construction procedures.
This test is used for testing 4-inch to 33-inch circular sewer pipelines utilizing gasketed joints. Mains 36-inch
and larger may be tested by the individual joint method.
(2) History: The low pressure air test was developed to enable detection of
damaged pipe or improper joinring and is a test which determines the rate at which air under pressure escapes
from an isolated section of sewer. The rate of air loss is intended to indicate the presence of absence of pipe
damage and whether or not the joints have been properly constructed. The test is not intended to indicate water
leakage limits and cannot be used as a measure of infiltration or exfiltration leakage under service conditions.
~ I:\Coppell\96150~specs\tech~CM- 1. doc 4-21
(3) Testing Methods: The two most common air test methods used are the
"Constant Pressure Method" and the "Time Pressure Drop Method." The Contractor may utilize either of these
methods of low pressure air testing.
(a) Preparation Of The Sewer Line To Be Tested: The section of sewer line
to be tested shall be flushed and cleaned prior to conducting the low pressure air test. This serves to clean out the
debris, wet the pipe, and produces the most consistent results.
(b) Test Procedures: (1) Isolate the section of sewer line to be tested by
means of inflatable stoppers or other suitable tests plugs. The ends of all branches, laterals, tees, wyes and stubs
to be included in the test should be plugged to prevent air leakage. All plugs should be securely braced to
prevent possible blow-out due to the internal air pressure. One of the plugs should have an inlet tap, or other
provision for connecting a hose to a portable air control source. (2) Connect the air hose to the inlet tap and a
portable air control source. The air equipment should consist of necessary valves and pressure gages to control
the rate at which air flows into the test section and to enable monitoring of the air pressure within the test section.
Also, the testing apparatus should be equipped with a pressure relief device to prevent the possibility of loading
the test section with a full capacity of the compressor. (3) Add air slowly to the test section until the pressure
inside the pipe is raised to 4.0 psig. (4) After a pressure of 4.0 psig is obtained, regulate the air supply so that
the pressure is maintained between 3.5 and 4.0 psig for a period of two minutes. This allows the air temperature
to stabilize in equilibrium with the temperature of the pipe walls. The pressure will normally drop slightly until
equilibrium is obtained. During this period all assessable plugs should be checked with soap solution to detect
any plug leakage. (5) Determine the rate of air loss by either the constant pressure method or the time pressure
drop method. For the constant pressure method, air is supplied to the pipe test section at a rate sufficient to
maintain a gage pressure of 3.0 psi. The rate of air flow in cubic feet per minute is read directly by means of a
rotometer. The rate of air flow must be corrected for pressure and temperature under standard conditions.
(6) Upon completion of the test, the bleeder valve is opened and all air is allowed to escalie. Plugs should not be
removed until all air piessure in the test section has been released. Also no one should be allowed in the trench
or manhole while the test is being conducted.
(c) Constant Pressure Method: (1) Air is supplied to the pipe test section at
a rate sufficient to maintain a gage pressure of 3.0 psi. The rate of air flow in cubic feet per minute is read
directly by the means of a rotometer. The rate of air flow shall be corrected for pressure and temperature under
standard conditions. (2) The requirements for air loss under the "Constant Pressure" method shall be considered
satisfied if the air loss does not exceed a rate of 0.003 cfm per square foot of internal pipe surface area with a
total rate of air loss not greater than 2.0 cubic feet per minute, based on a wetted pipe.
(d) Time Pressure Drop Method: (1) Air is slowly introduced into the
section of pipe to be tested, until the air pressure is raised to approximately 4.0 psig. The air shall be allowed to
stabilize for a period of two minutes. The air supply is disconnected and the test pressure allowed to decrease to
3.5 psig. The time required for the test pressure to drop from 3.5 psig to 2.5 psig is determined, and this time
interval is then compared to the required time to determine if the rate of air loss is within the allowable.
(2) Minimum holding times required per pipe diameter are shown in the table "Duration Requirements for Air
Testing." (Note: Test times are independent of the line length once the minimum holding time has been
reached.)
(4) Individual joint Test Method: All concrete sewer mains 36-inch and larger in
diameter shall be 100% air tested at each joint connection only. The method of testing shall be described in Item
6.7.2(f). The time allowed for the pressure drop from 3.5 psi to 2.5 psi shall be 10 seconds. No joint shall be air
tested until the pipe has been backfilled. Air testing shall be performed as pipe installation progresses. At no
time shall pipe installation exceed 100 feet from the last joint tested. If the joint fails to pass the joint air test,
necessary repairs as recommended by the pipe manufacture may be made if approved by the Owner and the joint
retested. Failure to pass the air test after repairs have been made may be cause of rejection.
J:\Copp~ll\96150~pecs\tech\CM-I.doc
4-22
TABLE- DURATION REQUIREMENTS FOR AIR TESTING SPECIFICATION
TIME REQUIRED FOR LOSS OF PRESSURE FROM 3.5 PSIG TO 2.5 PSIG FOR SIZE AND LENGTH
OF PIPE INDICATED FOR Q = 0.0015
Pipe Length of
Dia- Minimum Minimum Specifications Time for Length (L) Shown (rain:see)
meter Time Time
(In) (Min) (Ft.) 100' 150' 200' 250' 300' 350' 400' 450'
4 3:47 597 3:47 3:47
6 5:40 398 5:40 5:40 5:42 6:25
8 7:34 299 7:34 7:34 7:36 8:52 10:08 11:24
10 9:27 239 9:27 9:27 9:54 11:53 13:51 15:50 17:49
12 11:20 199 11:20 11:20 11:24 14:15 17:06 19:57 22:48 25:39
15 14:10 160 14:10 14:10 17:49 22:16 26:43 31:10 35:37 40:04
18 17:00 133 17:00 19:14 25:39 32:04 38:28 44:53 51:18 57:42
21 19:50 114 19:50 26:11 34:55 43:38 52:22 61:05 69:49 78:32
24 22:40 100 22:40 34:12 45:36 56:59 68:23 79:47 91:11 102:35
27 25:30 89 28:51 43:17 57:42 72:08 86:33 100:59 115:24 129:49
30 28:20 80 35:37 53:26 71:14 89:03 106:51 124:40 142:28 160:16
33 31:10 73 43:06 64:39 86:12 107:45 129:!7 150:05 172:23 193:56
This table is based on T = 0.0850 DK/Q
where
time, seconds
0.000419 DL, but not less than 1.0
rate of loss, .0015 cu. ft/min/sq. ft. internal surface
pipe diameter, in.
length of pipe being tested, ft.
ITEM 6.7.3 WATER CONDUIT INSTALLATION
(c ) Lav ina Water Conduit: Delete Paragraph No~ 3 in its entirety and substitute therefore
the following: Valves 'for installation in the City's distribution system shall be installed by direct burial as shown
on the standard detail sheets and shall be provided with valve boxes for operation of the valve.
four hours.
Hydrostatic Test: All hydrostatic tests shall be maintained over a period of not less than
"Before being accepted, all ductile iron, C-900 PVC or concrete cylinder water mains
shall be tested with a hydraulic test pressure of not less than four hours. Concrete pressure pipe shall be tested
with a hydraulic test pressure of 120 percent of the design pressure. Steel pressure pipe shall be tested with a
hydraulic test pressure not to exceed 150 percent and not less than 120 percent of the designed working pressure.
The rate of leakage of all pipe tested shall not exceed the amounts shown in the tables titled "Hydrostatic Test-C-
900 PVC, Steel or Ductile Iron Water Mains" or "Hydrostatic Test-Concrete Cylinder Water Mains". Water
lines of material in combination shall be tested for the type of pipe (material) with the least stringent hydraulic
test pressure and maintained over a period of not less than four hours."
J \Copp~ll\96150~p~sXt~:h\C M- I ,do~
4-23
C-900 PVC.
HYDROSTATIC TEST
STEEL OR DUCTILE-IRON
WATER MAINS
GALLONS AL'L6WED ..................
L.F. I Pipe Diameter
PIPE 4" ~ 6" -8" 10" 12" 14" 16" 18" 20"
5 0.016 0.024 0.032 0.039 0.047 0.055 0.063 0.071 0.079
10 0.032 0.047 0.063 0.079 0.095 0.110 0.126 0.142 0.158
20 0.063 0.095 0.126 0.158 0.189 0.221 0.253 0.284 0.316
30 0.095 0.142 0.189 0.237 0.284 0.33 1 0.379 0.426 0.473
40 0.126 0.189 0.253 0.316 0.379 0.442 0.505 0.568 0.631
50 0.158 0.239 0.316 0.395 0.473 0.552 0.631 0.710 0.789
60 0.189 0.284 0.379 0.473 0.568 0.663 0.758 0.852 0.947
70 0.221 0.33 1 0.442 0.552 0.663 0.773 0.884 0.994 1.105
80 0.253 0.379 0.505 0.631 0.756 0.884 1.010 1.136 1.263
90 0.284 0.426 0.568 0.710 0.852 0.994 1.136 1.278 1.420
100 0.316 0.473 0.631 0.789 0.947 1.105 1.263 1.420 1.578
200 0.631 0.947 1.263 1.578 1.894 2.210 2.525 2.841 3.157
300 0.947 1.420 1.894 2.367 2.841 3.314 3.788 4.261 4.735
400 1.263 1.894 2.525 3.157 3.788 4.419 5.051 5.682 6.313
500 1.578 2.367 3.157 3.946 4.735 5.524 6.313 7.102 7.891
600 1.894 2.841 3.788 4.735 5.682 6.629 7.576 8.523 9.470
700 2.210 3.3 14 4.419 5.524 6.629 7.734 8.838 9.943 11.048
800 2.525 3.788 5.051 6.313 7.576 8.838 10.101 11.364 12.626
900 2.841 4.261 5.682 7.102 8.523 9.943 11.364 12.784 14.205
1000 3.157 4.735 6.3 13 7.891 9.470 11.048 12.626 14.205 15.783
Maximum allowable water loss in 4 hours at 180 pounds per square inch of pressure for a rate of 25 gallons per
inch diameter of pipe per mile over a 24-hour period
EOUATION THE ABOVE CHART IS BASED ON:
Maximum Loss = 25 Gal.
J:~Coppell\96150x~pe~\tech~CM-I doc
x Diameter of Pipe in Inches
4-24
x L.F. of Pipe x 4
5280 24
HYDROSTATIC TEST
CONCRETE CYLINDER WATER MAINS
GALLONS ALLOWED
L.F. Pipe Diameter
PIPE 4" 6" 8" 10" 12" 14" 16" 18" 20"
5 0.031 0.047 0.063 0.078 0.095 0.110 0.126 0.142 0.158
10 0.063 0.095 0.126 0.158 0.189 0.221 0.253 0.284 0.315
20 0.126 0.189 0.253 0.316 0.379 0.442 0.505 0.568 0.631
30 0.188 0.284 0.379 0.473 0.568 0.663 0.758 0.852 0.947
40 0.253 0.379 0.505 0.631 0.758 0.884 1.010 1.136 1.263
50 0.316 0.473 0.63 1 0.789 0.947 1.105 1.263 1.420 1.578
60 0.379 0.568 0.758 0.947 1.136 1.326 1.515 1.704 1.894
70 0.442 0.663 0.884 1.105 1.326 1.547 1.768 1.989 2.210
80 0.505 0.758 1.010 1.263 1.515 1.768 2.020 2.273 2.525
90 0.568 0.852 1.136 1.420 1.704 1.989 2.273 2.557 2.841
100 0.631 0.947 1.263 1.578 1.894 2.209 2.525 2.841 3.156
200 1.263 1.894 2.525 3.156 3.788 4.419 5.050 5.682 6.313
300 1.894 2.841 3.788 4.735 5.682 6.628 7.575 8.522 9.470
400 2.525 3.788 5.050 6.313 7.575 8.838 10.100 11.363 12.626
500 3.158 4.735 6.313 7.891 9.470 11.047 12.626 14.204 15.782
600 3.788 5.682 7.575 9.469 11.363 13.257 15.151 17.045 18.938
700 4.419 6.628 8.838 11.047 13.257 15.468 17.676 19.885 22.095
800 5.050 7.575 10.100 12.626 15.152 17.676 20.201 22.726 25.251
900 5.682 8.522 11.363 14.204 17.044 19.886 22.726 25.567 28.405
1000 6.313 9.469 12.626 15.782 18.939 22.096 25.253 28.408 31.564
Maximum allowable water loss in 4 hours at 180 pounds per square inch of pressure for a rate of 50 gallons per
inch diameter of pipe per mile over a 24-hour period
EOUATION THE ABOVE CHART IS BASED ON:
Maximum Loss = 50 Gal. x Diameter of Pipe in Inches x L.F. of Pipe x 4
5280 24
? J:~Coppell\96150xspecs\te~:h\CM=l .doc 4-25
(n) (2) Blockin~ Measurement and Payment: Concrete blocking shall not be paid for separately
but shall be included in the various items of the Proposal and Bid Schedule.
(s) (1) Purging and Sterilization of Water Mains General: On all water lines installed in the
City of Coppell the Contractor shall be responsible for Purging, Testing and Sterilization of the completed lines.
ITEM 6.7.5 CONSTRUCTION OF AERIAL CROSSINGS
( 1 ) General
Piers for aerial crossings will be drilled piers and columns of the diameter shown on the
plans. Piers shall be rounded at least 6'-0" into firm gray limestone and 8'-0" into undisturbed material, unless
otherwise directed by the Owner.
Materials and workmanship required to construct piers and cap shall conform to
Reinforced Concrete Structures, of the specifications. Concrete of piers shall be Class A, 3000 psi.
Anchor straps and bolts shall be installed as shown on the plans, and shall be hot dipped
galvanized after fabrication.
After installing the aerial crossing, including the junction collars with the main sewer
pipe, an approved coal tar mastic jointing compound shall be installed the full inside circumference of the pipe at
each joint to produce a smooth surface with no sharp flow transitions.
(2) Exterior Painting
Surfaces shall be sound, clean and free of harmful scale, rust, dirt, oil, grease, moisture,
or any other foreign matter which might lessen the life or usefulness of the coating. Metal shall be smooth and
free from blisters, rough comers, pits, dents, or other imperfections before painting. Pits and dents shall be filed
and the material ground smooth where required.
All coatings shall be handled and applied in accordance with Manufacturer's
recommendations. All paint shall be thoroughly stirred before taken from the containers, shall be kept stirred
while using, and all ready-mixed paints shall be applied exactly as received from the manufacturer without
addition of any kind of a drier or thinner except in strict accordance with Manufacturer's recommendations.
Field coats shall be applied after a brush-blasting of any existing coats to assure a clean
surface and thorough adhesion.
"No painting shall take place unless the atmo.spheric temperature is at least 35 degrees F
and rising (50 degrees F for high performance coatings) or when the surface temperature is below the dew point,
or when the relative humidity is above 85%, unless approved by the City of Coppell and the Paint Manufacturer.
Painting also shall not proceed if the temperature is expected to fall below 32 degrees F (40 degrees F for high
performance coatings) before the paint has dried.
Painting found defective shall be removed and the surface repainted as directed by the
City of Coppeil at the Contractor's expense. Before final acceptance of the project, any damaged painted
surfaces shall be touched-up or repainted, as directed by the City of Coppell at the Contractoes expense.
The Contractor may elect to have all materials shipped to the job site with surface
preparation SSPC-SP10 (Near-White Metal Blast) and one shop coat of (a) herein described in Item 2.12.23 of
these specifications, or to prepare and paint the surface on the job site as described herein after.
~--
[ J:\Coplpell'~96150\.speesXlech\CM- I. doe 4-26
All material to be field painted shall receive surface preparation SSPC-SPI0 (Near-
White Metal Blast) on the job site and shall receive one (1) field coat of (a) and two (2) field coats of (b)
described in Item 2.12.23; colors to contract, or shall receive two field coats of (b) if equipment is shipped shop
coated. Colors are to contract. If the Contractor elects to apply both coats in the field, no prime coat shall be
required for shipment.
All surface prepared in the field shall be inspected by the City of Coppell for adequate
surface preparation as defined above prior ito application of paint coating. All surfaces to be painted in the field
shall have their readiness for painting approved by the City of Coppell before work is started.
Adequate film build shall be subject to inspection procedures by using a wet film gauge
during painting and/or a Mikrotest or equivalent dry film gauge after painting. The finished product shall be
completely free of holidays (pin-holes) when tested with a standard low-voltage holiday-detector.
Paint shall be applied to all ferrous material part of the aerial crossing including but not
limited to pipe, couplings, straps, nuts, bolts, etc.
(2) Measurement of Payment
Aerial crossings will be measured for payment per each between the limits shown on the
plans and will be paid for at the lump sum bid price for each crossing in the Bid Schedule.
Concrete piers and collars to the elevations shown in the plans will be measured and paid
for in the lump sum price for aerial crossings. Payment in vertical feet for additional depth of reinforced
concrete piers as approved by the City of Coppell, shall be as provided in the Proposal and Bid Schedule.
Payment of the unit or lump sum prices shall be full compensation for furnishing all
labor, supervisions, materials, tools, equipment, and incidentals, and for performing all work necessary in
construction the aerial crossings and piers, including excavation, dewatering, backfilling, disposal of surplus
material, painting, testing, concrete encasement, hauling, transportation costs, disposal costs, salvaging, and any
other work required in accordance with the Plans and Specifications.
PART III: DIVISION 7 - STRUCTURES
ITEM 7.4.5 QUALITY OF CONCRETE
ITEM 7.4.5(b) Heading for Table on Page 379 Shall Read:
"TABLE 3 CLASSES OF CONCRETE"
ITEM 7.4.5(b) At the end of TABLE 3 CLASSES OF CONCRETE Add Type "S" Concrete:
Min.-Max. Sx. Cement per C.Y. - 6.5; min. 28-day Comp. Strength - 5,000 psi; Min. 7-day Beam Strength 600
psi; Max. Water Cement Ratio - 5.0; Course Aggr. No. [ITEM 2.1.1(c)(4) 1-2-3.
PART Ill: DIVISION 8 - MISCELLANEOUS CONSTRUCTION
ITEM 8.2 CONCRETE CURB AND GUTTER
ITEM 8.2.3(b) Reinforcin~ Steel
The third sentence, first paragraph shall be revised to read:
J:\Coppell\9615OXspecs\tech\C M- I ,doe
4-27
is greater.
ITEM 8.3
ITEM 8.3.2
All bars at splices shall be lapped a minimum of 30 diameters of the bar or 12-inches, whichever
CONCRETE SIDEWALKS AND DRIVEWAY APPROACHES
MATERIALS
ITEM 8.3.2(b) Reinforcement
Revise the first sentence to read:
Driveway approaches and walk reinforcing shall be No. 3 bars on 24-inch centers.
ITEM 8.3.3 CONSTRUCTION METHODS
ITEM 8.3.3(a) General
Add to end of first paragraph:
The drive approach shall have a minimum thickness equal to the thickness of the adjacent street
or 6 inches, whichever is greater.
ITEM 8.3.3(f) joints
Revise second sentence to read:
Expansion joints shall be placed in the sidewalk at 20-foot intervals or as otherwise specified by
the Owner.
ITEM 8.4
CONCRETE MEDIANS
Delete in entirety.
ITEM 8.8 SAWING
ITEM 8.8.2 EOUIPMENT
Revise second paragraph to read:
Saw blades shall make a clean, smooth cut, producing a grove a minimum of 3/8-inch wide and
to the full depth required by these specifications or as shown on the plans.
ITEM 8.9.3 CONgTRUCTION METI-IODg
a. Descaling. Cleaning and Preparation of Surfaces - Add the following: Prior to painting
concrete or masonry screening walls the concrete must be thoroughly cured and dry for proper adhesion of paint.
Preparation of work shall include either of the following:
(1) The concrete surface shall be thoroughly washed with a solution of one (1)
gallon Muriatic Acid to ten (10) gallons H20 (Caution: Always add acid to H20 rather than H20 to acid).
Rinse thoroughly with clear water and paint while damp.
J:\Coppell\96 | 50xspecs\tech\CM- I. doc
4-28
(2) Treatment of surface with masonry conditioner such as a clear alkali-resistant
soya alkyd binder type sealer or as recommended by paint manufacturer.
k. Finish Coats - Add the following: On masonry walls which are painted, the total dry
film thickness shall be 6 mils (2 coats applied at 8 mils wet and spreading rate = 200 square feet per gallon based
on 36% _+ 2% Volume Solids). The thickness shall be tested using a Wet Film Thickness Gage.
ITEM 8.9.4 CLEANING AND PAINTING EXISTING STRUCTURES
Add the following: Masonry walls which require repainting shall be sand blasted or cleaned
with a power brush, removing all mastic, powdery, thick layered, peeling or heavily chalked old paint. Spot
prime all bare areas with Masonry Conditioner. If old paint is a cement-base paint, apply Masonry Conditioner
to entire surface and apply 2 coats of paint in accordance with 8.9.3 (k) above.
ITEM 8.10.2 MATERIAL
Add the following: In the City of Coppe!l, conduit for street lighting shall be 2 inch PVC pipe
and for traffic control shall be 3-inch PVC pipe, meeting the requirements of Special Provision, Item 2.12.22.
ITEM 8.10.3 CONSTRUCTION METHODS
Revise first sentence, third paragraph to read as follows:
All conduit shall be placed a minimum of thirty-six (36) inches below finish grade.
Revise first sentence, fourth paragraph to read as follows:
Conduit in median shall be placed a minimum of thirty-six inches below inside of curb as shown
on plans.
ITEM 8.11.3
shown on the plans. To
a.
CONSTRUCTION METHODS
Add the following: Reflectorized Marking shall be applied to metal beam guardrail at locations
apply properly, the following equipment and accessories are recommended: '
Heat Activated Adhesive
· (1) Heat lamp vacuum applicator with temperature control.
(2) Remove protective liner from adhesive and place glossy side of liner over the
liner may require perforation to aid in air evaluation.
Pressure Sensitive Adhesive
(1) 48" Interstate Squeeze Roll Applicator.
(2) Hand applicatiom To obtain maximum initial adhesion use firm pressure with
or plastic squeeze. Multiple, heavy overlapping strokes should be used. Resqueeze all
sign face. Sheeting and
b.
2" (5 cm) rubber roller
edges.
J :\CoppellX96150x,specs\t~ch\CM- I doe
4-29