DR9303-AG 960611CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
MOORE ROAD DRAINAGE IMPROVEMENTS
DR 93-03
FOR
THE CITY OF COPPELL
APRIL
1~96
TABLE OF CONTENTS
Section 1 - Bidding and Contract Documents
Notice to Bidders
Instructions to Bidders
Proposal/Bid Schedule & Prevailing Wage Rates
Standard Form of Agreement (Contract)
performance Bond
Payn~nt Bond
Maintenance Bond
City of Coppell's Supplementary Conditiom to the NCTCOG
Standard Specifications for Public Works Construction
Section 2 - Specific Project Requirements
Section 3 - Special Provisions to
Standard Specifications for Construction
For this project, the Standard Specifications for Public
Works Construction - North Central Texas, as prepared
by the North Central Texas Council of Governments and
the City of Coppell Standard Construction Details shall
govern all work to be done, together with any additional
Special Specifications or Specific Project Requirements
included herein.
Section 4 - Description of Pay Items
Addendums
1-2
1-3 thru 1-12
1-13 thru 1-27
1-28 thru 1-33
1-34 thru 1-35
1-36 thru 1-37
1-38 thru 1-39
1-40 thru 1-46
2-1 thru 2-7
3-1 thru 3-4
4-1 thru 4-4
B~D~G
AND CONTRACT DOCUMENTS
SECTION I
BIDDING AND CONTRACT DOCUMENTS
SECTION I
SECTION 1 - BIDDING AND CONTRACT DOCUMENTS
NOTICE TO BIDDERS
The City of Coppell is accepting bids for Moore Road Drainage Improvements DR 93-03.
Specifications may be obtained at a cost of $25.00 from the Purchasing Agent, 255 Parkway
Blvd., Coppell, Texas, or telephone (214) 462-0022. Sealed bids addressed to the Purchasing
Agent, City of Coppell, Texas, for Moore Road Drainage Improvements DR 93-03 will be
received in the Purchasing Office at the City of Coppell Town Center, 225 Parkway Boulevard,
until 10:00 a.m., Thursday, May 2nd, 1996, and then publicly opened and read aloud. Each
Bidder shall submit two identical copies of this bid with the City of Coppeil Bid No. Q 0496-01
designated clearly on the exterior of the bid envelope.
There will be a "Pre-bid" Conference conducted on April 23, 1996 at 2:00 p.m. in the second
floor conference room at Coppell Town Center, 255 Parkway Boulevard.
The Owner reserves ~he right to reject any or all bids and to waive formalities. Unreasonable
or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidders are expected to inspect the site of the work and to inform themselves regarding local
conditions and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes
no responsibility for errors or misinterpretations resulting from the use of incomplete sets of
Bidding Documents.
NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR
MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on
tangible personal property to be incorporated into the project. (Note: This procedure may not
be used, however, for materials which do not become a part of the trmisbed product, such as,
equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on
such tangible personal property, the contract shall separate and provide separate charges for
materials to be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to issue
a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show
the cost of materials (tangible personal property) in the space provided on the bid form. The
successful bidder's bid form will be used to develop a separated contract and determine the extent
of the tax exemption.
1-2
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Del'reed 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 hereinafter
provided) makes an award. The term "Bidding Documents" includes the Notice to
Bidders, Instructions to Bidders, the Bid Form, and the proposed Contract Documents
(including all Addenda iss-u~d prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, .it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell, P.O. Box 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 materials to be used therein.
2. Scope of Work.
This project is located in the Moore Road and Sandy Lake Road right-of-way immediately
north and east of the Moore Road and Sandy Lake intersection. The scope of work is as
shown on the construction plans (DR 93-03) and as stated in these specifications.
Generally, the work shall consist of the installation of 1335 L.F. of 66" RCP, 170 L.F.
of 6x4 Box Culvert, 130 L.F. of 48" RCP, removal and replacement of approximately
220 L.F. of 36" N-12 pipe and 20 L.F. of various other sizes of RCP. The remainder
of the work consists of: connection to channel/headwall; removal and replacement of a
flume and manhole; cut and plugging RCP and sanitary sewer; and pavement repair.
3. Copies of Bidding Documents.
3.1
Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at
the office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $25.00.
The following general requirements pertain to the Bidding Documents:
1-3
Bidding and Contract Documents
3.2
3.3
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
furnished for $15.00 per set.
c)
Bidding documents may be examined free of charge at the offices of the City
Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas.
Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal
forms will be issued.
'The Owner, in making copi'~ 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.
Qualification~ of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. The required information to be submitted shall consist of, but shall
not necessarily be limited to, the following:
A. Current Project Experience.
A list of all projects presently under construction by the bidder including
approximate cost and completion date shall be submitted upon request.
B. Past Project Experience.
The Bidder shall submit a list of comparable projects completed within the
previous five years including approximate cost(s), quantities, and completion
date(s).
C. Equipment.
The Bidder shall provide a list of equipment which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if
14
Bidding and Contract Documents
any, that he must rent/lease as may be required to complete this project.
D. Financial.
Each Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an
audited certified financial statement (current within the last six (6) months of bid
date). This information will be used to confirm that the Bidder has suitable
financial status to meet obligations incidental to performing the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidd-e~ maintains a permanent place of business.
Conflict of Interest.
City Charter'states that no officer or employee of the City shall have a financial interest,
direct or indirect, in any contract with the City, nor shall be 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.
Examination of Contract Documents and Site.
Access to the site shall lxt from Moore Road and 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, Co) visit the site to become
familiar with local conditions that may affect cost, progress, performance or furnishing
of the Work, (c) consider federal, state and local Laws and Regulations that may affect
cost, progress, performance or furnishing of the Work, (d) study and carefully correlate
Bidder's observations with the Contract Documents, and (e) notify Engineer of all
conflicts, errors or discrepancies in the Contract Documents. Failure to make these
examinations shall in no way relieve any Bidder from the responsibility of fulfilling all
of the terms of the contract, without additional cost to the OWNER.
1-5
Bidding and Contract Docum#nt~
6.2
6.4
6.5
6.6
Information and data reflected in the Contract Documents with respect to Underground
Facilities at or contiguous to the site is based upon information and data furnished to the
Owner by Owners of such underground Facilities or others, and the Owner does not
assume responsibility for the accuracy or completeness thereof. All existing structures,
improvements, and utilities shall be adequately protected, at the expense of the Contractor,
from damage that might 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 thi~ project.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional e.xaminations, 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 comiguous to the site or otherwise which may
affect cost, progress, performance or furnishing of the Work and which Bidder deems
necessary to determine its Bid for performing and furnishing the Work in accordance with
the time, price and other terms and conditions of the Contract Documents.
On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder
shall fill all holes, clean up and restore the site to its former conditions upon completion
of such explorations.
The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract documents.
The submission of a Bid _will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the
Bid is premised upon performing and furnishing the work required by the Contract
Documents and such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey understanding of all
terms and conditions for performance and furnishing of the Work.
Interpretations and addenda.
1-6
Bidding and Contract Documents
7.1
7.2
8.2
8.3
All questions about the meaning or intent of the Contract Documents are to be directed
to the Purchasing Agent. Interpretations or clarifications considered necessary by the
Purchasing Agent in response to such questions will be issued by Addenda mailed or
delivered to all bidders recorded as having received the Bidding Documents. Questions
received less than two days prior to the date for opening of Bids 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.
Addenda may also be issued to modify the Bidding Documents as deemed advisable by
the Owner.
Contract Time.
The time for completion in calendar days should be included on the Bid Form in the space
provided. All work shall ~ 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.
Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit
a detailed Progress and Schedule chart to the Owner for approval.
Extension of the contract time shall be based on a Change Order or written amendment
as specified in Item 1.36 of the General Provisions.
Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for
this project are: Two hundred and forty dollars ($240.00) per day.
10. Substitute or "Or-Equal" Items.
The Contract, if 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 umil after the Effective Date of the Agreement. No
substitutions should be considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
1-7
Bidding and Contract Documents
11.1
11.2
12.
12.1
12.2
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 ev_a_luating Bids and making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable
Subcontractors, Suppliers, other persons and organizations. The declining to make
requested substitutions will not constitute grounds for sacrificing the Bid security of any
Bidder.
No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
Bid Proposal.
Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each
item of work. All blanks on the bid form must be completed in ink or typed. No
substitutions, revisions, or omissions from the plans and/or specifications will be accepted
unless authorized in writing by the Owner.
The legal status of the Bidder, that is, as a corporation, partnership, or individual, must
be stated on the Bid Form. A corporation Bidder must name the state in which the
organization is chartered. Bids which are signed for a corporation shall have the correct
corporate name thereof, its post office address, and the signature of the president or other
authorized officer of the corporation, manually written below the corporate name in the
following manner: "By "
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.
1-8
Bidding and Contract Documents
If the bid is made by a firm or partnership, the name and post office address of the
managing member of the firm or partnership shall be given or the bid may be signed by
an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a
power of attorney evidencing authority to sign the bid, executed by the members of the
f'mn or partners.
13. Provision Concerning Escalator Clauses.
14.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this
project, may be rejected and returned to the Bidder without being considered.
Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used
for the comparison of bid~= Payments will be made to the Contractor only for the actual
quantities of work performed or materials furnished in accordance with the contract. The
quantity of work to be done and the materials may be increased or decreased as provided
for in the Contract Documents.
15. Submission of Bids.
16.
16.1
16.2
Bids will be received by the Purchasing Agent, and shall be submitted to the Pumhasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478,
Coppell, Texas 75019 until 10:00 a.m. on May 2nd, 1996, and then publicly opened and
read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and
marked with the Project title, City of Coppell Bid No. Q 0496-01 and the name and
address of the Bidder shall be submitted. If the Bid is sent through the mail or other
delivery system the sealed envelope shall be enclosed in a separate envelope with the
notation "BID ENCLOSED Moore Road Drainage Improvements - DR 93-03" on the face
of it and addressed to the Purchasing Agent, City of Coppell, Texas.
Modification and Withdrawal of Bids.
Bids may be modified or withdrawn by an appropriate documem duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed
written notice with the Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and substantial mistake in the preparation
of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified
from further bidding on the work.
1-9
17. Rejection of Bids.
18.
19.
19.1
19.2
Bids may be rejected if they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the
right to waive any irregularities in the bids as received and to reject any and all bids
without qualification(s). More than one bid from an individual, firm or partnership,
corporation or association, under the same or different names, will not be considered.
Reasonable grounds for believing that a Bidder is interested in more than one such bid
may cause the rejection of all bids in which said Bidder is interested. Bids in which
prices are obviously unbalanced may be rejected.
Bids to Remain Subject to Acceptance.
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid
opening, but the Owner may, in its sole discretion, release any Bid prior to that date.
Award of Contract.
The Owner reserves the right to reject any and all Bids, to waive any and all informalities
except for the time of submission of the Bid and to negotiate contract terms with the
Successful Bidder. The Owner also reserves the right to reject all nonconforming,
non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to
reject the Bid of any Bidder if the Owner believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the Bid is not responsive
or the Bidder is unqualified or has doubtful financial ability or fails to meet any other
pertinent standard or criteria established by the Owner. Discrepancies in the
multiplication of units of Work and unit prices will be resolved in favor of the unit prices.
Discrepancies between the indicated sum of any column of figures and the correct sum
thereof will be resolved in favor of the correct sum.
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or
not the Bids comply with the prescribed requirements, and such alternates, unit prices,
completion time, and other data, as may be requested in the Bid form or prior to the
Notice of Award.
1 - 10 aitttting ~ Contact o~¢u,nents
19.3
The Owner may consider the qualifications and experience of any SubcontracWrs,
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 necessa~ to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial
stability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract Documents
to the Owner's satisfaction within the prescribed time.
19.5 .~ If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder
whose evaluation by the Ox0iier indicates to the Owner that the award will be in the best
interests of the Project.
19.6 If the contract, is to be awarded, the Owner will give the Successful Bidder a Notice of
Award within ninety (90) days after the date of the Bid opening.
20. Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
21. Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project
construction have been paid in full, and that there are no claims pending.
22. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire
nor work any illegal alien.
23. Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall
commence work within ten (10) calendar days after the date of Notice to Proceed.
1-11
24.
Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials
to be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to
issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder
shall show the cost of materials to be incorporated into the contract (tangible personal
property) in the space provided on the bid form. The successful bidders bid form will be
used to develop a separated contract and will determine the extent of the tax exemption.
Upon execution of the construction contract, the successful bidder shall provide a per item
breakdown of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
25. Silence of Specification.
The apparent silence of these specifications as to any detail or to the apparent omission
from it of a detailed description concerning any point, shall be regarded as meaning that
only the best commercial practices are to prevail. All interpretations of these
specifications shall be made on the basis of this statement by Owner or their authorized
representative.
26. Change Orders.
No oral statement of any person shall modify or otherwise change, or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the
contract will be made in writing by the Owner.
27. Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or
in part, without the prior written consent of Owner.
28. Venue.
This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Dallas County, Texas.
29. Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to
final payment by the City.
1-12
BIDDING AND CONTRACT DOCUMENTS
BID FORM
PROJECT IDENTIFICATION: Moore Road Drainage Improvements - DR 93-03 in Coppell, Tx.
BID OF M-C0 Construction. Inc. DATE May 2. 1996
(NAME OF FIRM)
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
crI~Y OF COPPELL BID NO:-- Q 0496-01
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 '~qork 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.
3. 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 2
Date: 4/26/96 5/01/96
Re&d:
1-13
Bidding and Co~ract Document~
(c)
(e)
BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of
the contract documents. CONTRACTOR may rely upon the accuracy of the
technical data contained in such reports, but not upon nontechnical data,
interpretations or opinions contained therein or for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to subsurface
conditions at site.
BIDDER has studied_carefully all drawings of the physical conditions in or relating
to existing surface or subsurface structures on the site, which are contained in the
contract documents and which have been utilized in preparation of the contract
documents. CONTRACTOR may rely upon the accuracy of the technical data
contained in such drawings, but not for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
BIDDER has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations,
explorations, tests and studies (in addition to or to supplement those referred to in
(c) above) which pertain to the subsurface or physical conditions at the site or
otherwise may affect the cost, progress, performance or furnishing of the Work
as BIDDER considers necessary for the 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.
(f)
(g)
(h)
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, fn'm or corporation and is not submitted in conformity with any agreement
or rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or
sham Bid; BIDDER has not solicited or induced any person, f'n-m or corporation
to refrain from bidding; and BIDDER has not sought by collusion to obtain for
itself any advantage_~over any other Bidder or over OWNER.
0)
It is understood and agreed that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a guide in
evaluating bids.
It is understood and agreed that the quantities of work to be done at unit prices and
materials to be furnished may be increased or diminished as may be considered
necessary in the opinion of the OWNER to complete the work fully as planned and
contemplated, and that all quantities of work, whether increased or decreased, are
to be performed at the unit prices set forth, except as provided for in the Contract
Documents.
It is understood and agreed that all work under this contract will be completed within the
bid calendar days. Completion date will be established in the Notice to Proceed.
BIDDER will complete the Work for the following price(s):
1-15
Bidding ~md ~ontract Document~
UNIT PRICE BID SCHEDULE
MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1 1354 LF 66" RCP 133.00 180,082.00
Complete in Place
One hundred thirty-three Dollars
and no Cents
per LF.
2 1~7 LF 6' x 4' Box Culvert 147.00 24,549.00
Complete in Place
One hundred forty-seven Dollars
and no Cents
per LF.
3 239 LF 36" N-12 Storm Drain Pipe 79.00 18,881.00
(Includes removal & replacement
of about 220 LF 36"N-12 pipe
and about 20 LF of 18" RCP's
and headwall)
Complete in Place
Seventy-nine Dollars
and no Cents
per LF.
4 10 LF 30" RCP (with plug) 44.00 440.00
Complete in Place
Forty-four Dollars
and no Cents
per LF.
UNIT PRICE BID SCHEDULE
MOORE ROAD DRAINAGE IMI~ROVEMENTS DR 93-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
5 10 LF 18" RCP (with plug) 28.00 280.00
Complete in Place
Twenty-eight Dollars
and no Cents
per LF.
6 la LS Channel Work for 48" RCP 4,800.00 4,800.00
Complete in Place
Forty-eight hundred Dollars
and no Cents
per LS.
7 1 EA Connect 48" RCP to 5,420.00 5,420.00
Downstream Headwall
Complete in Place
Fifty-four hundred twenty
Dollars
and no Cents
per each.
8 1 EA Connect 6' x 4' Box to Channel 4,400.00 4,400.00
Complete in Place
Forty-four hundred Dollars
and no Cents
per each.
1-17
Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
9 1 EA Connect 21" RCP to 48" RCP 1,393.00 1,393.00
Complete in Place
Thirteen hundred ninety-three
Dollars and no Cents
per each.
10 ~1, EA Remove Concrete Flume 180.00 180.00
Complete in Place
One hundred eighty Dollars
and no Cents
per each.
11 1 EA Install Concrete Flume 795.00 795.00
Complete in Place
Seven hundred ninety-five
Dollars and no Cents
per each.
12 1 EA Remove Storm Drain Manhole 270.00 270.00
Complete in Place
Two hundred seventy Dollars
and no Cents
per each.
1-18
Bidding and Contract Documentt
UNIT PRICE BID SCHEDULE
MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
13 2 EA Install Storm Sewer Manhole 7,100.00 14,200.00
Complete in Place
Seventy-one hundred Dollars
and no Cents
per each.
14 2 EA Cut & Plug 18" RCP 162.00 324.00
'- Complete~in Place
One hundred sixty-two Dollars
and no Cents
per each.
15 3 EA Cut & Plug Sanitary Sewer 130.00 390.00
Complete in Place
One hundred thirty Dollars
and no Cents
per each.
16 500 LF Pavement Repair 49.00 24,500.00
Complete in Place
Forty-nine Dollars
and no Cents
per IF.
1-19
UNIT PRICE BID SCHEDULE
MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
17 5.6 CY 6" Rip Rap 330.00 1,848.00
Complete in Place
Three hundred thirty Dollars
and no Cents
per CY.
18 ~. EA Lower Existing 2,025.00 6,075.'00
Water Lines
Complete in Place
Two thousand twenty-five
Dollars and no Cents
per each.
19 75 LF Concrete Encase Existing 46.00 3,450.00
Water Lines
Complete in Place
Forty-six Dollars
and no Cents
per LF.
20 1 LS Trench Safety 2,160.00 2,160.00
Complete in Place
Twenty-one hundred sixty
Dollars and no Cents
per LS.
21 130 LF 48" RCP 139.00 18,070.00
Complete in Place
One hundred thirty-nine Dollars
and no Cents
per each.
1-20
Bidding and Con~ract Docum~nt~
UNIT PRICE BID SCHEDULE
MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
22 60 LF Pavement Repair 49.00 2,940.00
Complete in Place
Forty-nine Dollars
and no Cents
per LF.
23 11 SY Remove and Replace Sidewalk 31.00 341.00
Comple~ in Place
Thirty-one Dollars
and no Cents
per SY.
24 1 LS Hydro Mulch / Sod / 1,120.00 1,120.00
Landscaping / Irrigation
Complete in Place
Eleven hundred twenty Dollars
and no Cents
per LS.
TOTAL BID ITEMS 1 THRU 24
$ 316,908.00
TANGIBLE PERSONAL PROPERTY COST
$ 178,365.00
1-21
Bidding and Conffact Documents
UNIT PRICE BID SCHEDULE
MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03
ALTERNATE BID
Delete I(ems 21. 22, 23 & 24 and Add the following:
Unit Description and Price in Words J Unit Total
Item
Quantity
No._~~' Price P~ce
25 130 LF Micro-tunnel or Bore 48" R~ 536.00 69,680.00
beneath Moore Road (Inj~ffding
all materials) ~'
-- Complet~jn Plac.~
Five hundred.~t~-ty-six Dollars
and no Ce~r
per ~
TOTAL B~S 1 THRU 20 & 25
TANGl~E PERSONAL PROPERTY COST
$ 364,117.00
$ 178,365.00
NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTERNATE
1-22
B/dd/ng and Con/tact Doeument~
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
TOTAL BASE BID ITEMS 1 THRU 24 $ ~116.908.00 100
In Words: Three hundred sbrt_~n tho,,~nnd, nine hundred ely. bt dollars and no cents
BIDDER agrees that all Work awarded will be completed within 100 Calendar Days.
Contract time will commence to run as provided in the Contract Documents.
7. ~" Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature page.
BIDDER understands that the Owner is exempt from State Limit~l Sales and Use Tax on
tangible persbnal property to be incorporated into the project. Said taxes are not included
in the Contract Price (see Instructions to Bidders).
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 right 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 May 2, 1996.
1-23
Bidding and Contract Documents
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed
and are submitted as correct and final. Bidder further certifies and agrees to furnish 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 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 '~eX A 5 COUNTY OF "/--~ ~ ~-;,~ Aj'7~ BEFORE
ME, the undersigned authority, a Notary Public in and for the State of -~c.,~$ , on this day
personally appeared ~;CE~, .'T' /~ ?~ who after being by me
~ Name
duly sworn, did depose and say:
iName
Name of Finn
foregoing on behalf of the said
am a duly authorized office/agent for
and have been duly authorized to execute the
Name of Firm
I hereby certify that the foregoing bid has not been prepared in collusion with an~ other Bidder
or individual(s) engaged in the same line of business prior to the official o~ening 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: ( ~17 ) ~" '7$~0 I
Title: "~1~'~ c~ ~
SUBSCRIBED A.ND SWORN to before me by the above named
on lhis the day of
19qb .
Notary Public in and for the State of
If BIDDER IS:
By.
(Seal)
(Individual's Name)
doing business as
Business address
Phone No.
A Partnershiu
~y (Seal)
(Firra Name)
(Oeneral Parmer)
Business address
~. Phone No.
A Corm)ration
By
(Corporation Name)
(State of Incorporation)
(Name of pe~on authorized to signJ //
(Title)
^~,t(C°rp°'te
' (Secretary)
Business address ~$1~ 14a~-~,$o~ Ed ~Lbc 'Fi
Phone No. 817- S8fl-71,01
A Joint Venture
By.
By.
(Name) (Address)
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership end corporation that is a
partner to the joint venture should bc in the manner indicated above.)
1-25
AMWEST SURETY INSURANCE COMPANY
WOODLAND HILLS, CALIFORNIA
BOND NO. 0000577988
PREMIUM Included tn bid bond service fee,
BID DATE 05/02/96
PUBLIC WORKS BID BOND
Know all men by these presents:
Thatwe, H-CO Constructfon, Inc.
(hereinafter called Principal), as Principal, and AMWEST SURETY INSURANCE COMPANY, a corporation (heralnalter called
""" Surety). organized and existing under the laws of the State of California and authorized to ~ansact · general surety business in the
State of Texas , as Surety, ~;~ held and firmly bound unto
Cttv of Coooell
(heralnalter called Obligee) in the penal sum of Ftve percent ( 55 ) o! the bid amount, but ~n no event to exceed
Tweol;¥ Five Thousand and no/100 ................................ Dollars ($ .....2.5.~000.00 )
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH. that, whereas the
'"- Principal has submitted or is about to submit a proposal to the Obligee on a contract for
Root'e Road Ot'atnage [mpt'ovemen1:s DR 93-03
NOW, THEREFORE, if the contract is awarded to the Principal and the surety has been provided with sulfic~en! proof by Obligee o!
acceptable financing for the project, and the Principal has, within such time as may be specified, (but in no event later than 60 clays
a~ter such award), entered into the contract in writing, and provided a bond with surety acceptable to the Obligea tot the faithful
performance of the contract; or il the Principal shall fail to do so, pay to the Obligee the difference nol to exceed the penalty hereof
between the ~mount specified in t~e bid ancl such larger amount for which the Ohligee may in good laith contract w~t~ another
party to perform the work covered by the b~d. then this obligation shall be void; otherwise to remain in tull force and elfect.
SIGNED, SEALED AND DATED THIS DAY OF, .Ray 2, 1996
BY: '-~~~::~ -' s,g~u,,
AMWEST SURE'fY INSURANCE COMPANY
By:. Ctn~_i~?.,,~~ _.
./JlI'II'Ut!';i' .~'~til'i?l:jt II1.¢tll'ilflCt?
~his doeument il printed on whim paper eonminin$ the afliflcinl watermarked Iolo (~) or Amweat Surety Insuranee Company (the"Company") on the front
m~l bre,m~ nseurity pepet on the be¢k, Only unsltered odgtnsis of the POA ate vMid+ This POA may not be used in een~urmtion with any other POA. No
i~pl~lentetJons or w~n~ntje~ rein'ding this POA may be made by ~ny permn. This FOA is governed by the I a,,~e of the State of California and is only v~lid until
the expiration date. The Company sbell not be liable on any limited POA which is fmudulantly prnduend, for~ed ec othenvise disUibutnd without the permission
of the Company. Any p~ty concerned about the validity of this POA or nn accompanying Compeny bend should call your local Atavist beanch om~e at
that Amwest Surety Insurance Company. a Nebensk~ co~poration (the "Company"), does hereby make,
DON EDWIN SMITH
RAY WATSON
AS EMPLOYEES OF BALDWIN INS AND BONDING AGENCY
IM nature thereof ss follo~.
Llc~ue~J Permit Bomb up to
Mbcelhneom Bomb up to S*** * * '2S,000.00 -'
Bid Bonds up to
ContrKt (Perforumnce & Pq;mmt), Cour~ SuMivtdon $* '2,S00,000.00
other writ~n obligations in
and to bind the compeny thereby. T~is appointment is m~de under lind t
I, the undersigned secrete~ o f Am',~st Sure~
provisions of the By. Lnws of the Company,
remains in full
and that the relevant
BondNo. 0000577988
authority
of the Compen)
(i) when signed by
(ii) when signed by
(iii) when duly executed and !
by the po~r of attome
RESOLVED FURTHER. tbet the s
thereof authorizing
Karen G, Cohen, Secretary
the Board of Directors of Amidst Surety Insurance
{ifa seal be requited) by any Secretary or Assistant Secretary; or
or Assistant $ecl~t~y, and eountetlignnd and sealed (if a seal be required) by a duly
~ so used shill hive the same forns Ind effect as thou. gh mmsually atTtxed.
Co~ ofL~ Angel~
~sh~ ~u~ ~ ~ in h~ir au~ori~ ~i~(i~), ~ ~ ~ hi~eir si~a~s) ~ ~ ~e~ o~t~ ~fl~h~
R
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT
Yeu may contact the Texu Department of Instance to obtain~ informaaon on
companies, coverages, rights or complaints at
1-800-252-3439
You m;y write the-Texas Department of Insuranc~
P.O. Box 149104
Austin, TX 78714-9104
FAX No. (5121 475-1771
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim, you should
contact me company first, if the dispute is not resolved, you may contact the Texas
Department of Insurance.
A~rACH THIS NOTICE TO YOUR POt. ICY
This notice is for information only and does not become a part or condition of the
attached document.
SECTION 00640 - LABOR CLASSIFICATION AND MINIMUM WAGE SCALE
The City of Coppell is the contracting agency for this construction project. The following
statute requires any contracting agency to specify the generally prevailing rate of wages in
contracts that are bid.
Vernon's Texas Civil Statutes- Article 5159a:
"Construction of Public Works in State and
Municipal or Political Subdivisions; Prevailing
Wage Rate to be maintained."
Pursuant to the requirements of thi~ statute, the City of Coppell, has ascertained the following
rates of wages are paid to various classifications of workers in the locality of this project.
NS less than the following hourly rates shall be paid for the various classifications of work
required by this project. Workers in classifications where rates are not identified shall be paid
not less than the general prevailing rate of "laborer" for the various classifications of work
therein listed.
The hourly rate for legal holiday and overtime work shall be not less than one and one-half (1
& I/2) times the base hourly rate.
The rates specified are journeyman rates. Apprentices may be used on the project and may be
compensated at a rate determined mutually by the worker and employer, commensurate with the
experience and skill of the worker but not at a rate not less than 60% of the journeyman's wage
as shown. At no time shall a journeyman supervise more than one (1) apprentice. All
apprentices shall be under the direct supervision of a journeyman working as a crew.
CLASSIFICATION HOURLY RATE
CLASSIFICATION HOURLY RATE
Air Tool Operator $7.554
Asphalt Raker 8.565
Asphalt Shoveler 8.255
Batching Plant Weigher 9.371
Batterboard Setter 8.920
Carpenter 9.447
Carpenter Helper 7.695
Concrete Finisher - Paving 9.345
Concrete Finisher Helper Paving 8.146
Concrete Finisher - Structures 9.058
Concrete Finisher Helper
Structures 7.494
Concrete Rubber 7.733
Electrician 12.761
Electrician Helper 8.436
Flagger 5,598
Form Builder - Structures 8.717
Form Builder Helper Structures 7.550
Form Liner: Paving & Curb 8.913
Form Setter - Paving & Curb 8.686
Form Setter Helper Paving
& Curb 7.787
Form Setter - Structures 8.427
Form Set~er Helper Structures 7.356
Laborer - Common 6.402
Laborer - Utility 7.461
Manhole Builder lI.000
Mechanic 10.658
Mechanic Helper 8.345
Oiler 8.698
1 - 26
CLASSIFICATION HOURLY RATE
Servicer 8.104
Painter - Structures 10.913
Painter Helper Structures 8.000
Piledriver 7.500
Piledriver Helper 7.000
Pipe Layer 8.509
Pipe Layer Helper 7.037
Blaster 11.333
Blaster Helper 7.250
Asphalt Distributor Operator 8.404
Asphalt Paving Machine 9.053
Broom or Sweeper Operator 7.908
Bulldozer, 150 HP & Less 8.703
Bulldozer, Over 150 HP -~' 9.160
Concrete Paving Curing Machine8.213
Concrete Paving Finishing
Machine 9.453
Concrete Paving Form Grader 8.500
Concrete Paving Joint Machine 9.042
Concrete Paving Joint Sealer 7.350
Concrete Paving Saw 9.290
Concrete Paving Spreader 9.750
Paving Sub-Grader 9.000
Slipform Machine Operator 9.000
Crane, Clamshell, Backhoe, Derrick,
Dragline, Shovel Less Than
1 1/~ C.Y. 9.513
Crane, Clamshell, Backhoe, Derrick,
Dragline, Shovel 1~ C.Y.
& Over 10.517
Crusher or Screening Plant
Operator 9.500
Form Loader 12.000
Foundation Drill Operator Crawler
Mounted 10.000
Foundation Drill Operator Truck
Mounted 11.138
Foundation Drill Operator Helper
Truck/Crawler 8.688
Front End Loader 2~ C.Y. & Les~.823
Front End Loader Over 21/~ C.Y9.311
Hoist - Double Drum 8.917
Milling Machine Operator 6.650
Mixer (over 16 C.F.) 9.000
CLASSIFICATION HOURLY RATE
Mixer (16 C.F. & Less) 7.913
Mixer - Concrete Paving 9.500
Motor Grader Operator Fine
Grade 10.346
Motor Grade Operator 9.891
Pavement Marking Machine 6.402
Roller, Steel Wheel Plant -
Mix Pavements 8.339
Roller, Steel Wheel Other Flatwheel
or Tamping 7.963
Roller, Pneumatic, Self-Propelled 7.403
Scraper - 17 C.Y. & Less 8.138
Scraper - Over 17 C.Y. 8.205
Side Boom 7.793
Tractor - Crawler Type 150 HP
& Less 8.448
Tractor - Crawler Type Over
150 HP 8.448
Tractor - Pneumatic 7.735
Traveling Mixer 7.615
Trenching Machine - Light 8.188
Trenching Machine - Heavy 12.498
Post Hole driller Operator 9.000
Wagon - Drill, Boring Machine9.000
Reinfoming Steel Setter Paving 9.218
Reinforcing Steel Setter Structuresll.548
Reinforcing Steel Setter Helper 8.665
Steel Worker - Structural 12.860
Sign Erector 11.436
Sign Erector Helper 6.402
Spreader Box Operator 6.988
Barricade Servicer Zone Work 6.402
Mounted Sign Installer Permanent
Ground 6.402
Truck Driver - Single Axle Light 7.465
Truck Driver - Single Axle
Heavy 8.067
Truck Driver - Lowboy/Float 9.653
Truck Driver - Transit Mix 7.507
Truck Driver - Winch 8.200
Vibrator Operator 7.000
Welder 10.459
Welder Helper 9.000
I - 27
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of in
the year 1996 by and between the CITY OF COPPELL, TEXAS, a municipal corporation
(hereinafter called OWNER) and M-Co Construction, Inc. (hereinafter called)
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK.
CONTRACTOR sh_all complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
This project is located in the Moore Road and Sandy Lake Road fight-of-way
immediately north and east of the Moore Road and Sandy Lake intersection. The scope
of work is as shown on the construction plans (DR 93-03) and as stated in these
specifications. Generally, the work shall consist of the installation of 1335 L.F. of 66"
RCP, 170 L.F. of 6x4 Box Culvert, 130 L.F. of 48" RCP, removal and replacement of
approximately 220 L.F. of 36" N-12 pipe and 20 L.F. of various other sizes of RCP.
The remainder of the work consists of: connection to cbannel/headwall; removal and
replacement of a flume and manhole; cut and plugging RCP and sanitary sewer; and
pavement repair.
The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Moore Road Drainage Improvements
DR 93-03
Article 2. ENGINEER.
The Project has been designed by the City of Coppell Engineering Department
Contract administration will be provided by the City of Coppell Engineering Department who
is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all
duties and responsibilities and have the rights and authority assigned to ENGINEER in the
Contract Documents in connection with completion of the Work in accordance with the Contract
Documents.
1-28 st, m,ar,t ro~ ol ~rt~m*at
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 100 calendar days from the date when the
Contract time commences to mn as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the time specified in paragraph 3.1 above, plus any extensions thereof
allowed in accordance with Item 1.36 of the General Provisions. They also recognize
the delays, expense and difficulties involved in proving in a legal or arbitration
proceeding the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly, instead of re-~uiring any such proof, OWNER and CONTRACTOR agree
that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay
OWNER Two hundred forty and no/100 dollars ($240.00) for each day that expires after
the time spec. ified 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
$ 316.908.00. The total tangible personal property cost included in the contract sum
is $178.365.00
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided
in the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER, each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work measured by the
schedule of values established in Item 1.51 of the General Provisions (and in the case of
Unit Price Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Provisions.
1-29 St~d~n~ ror,n o!~n~m~,,
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER 'shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts
the determination set forth in Item SC- 1.20 of the Supplementary Conditions of the extent
of the technical data contained in such reports and drawings upon which CONTRACTOR
is entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations,
tests, reports, and studies (in addition to or to supplement those referred to in paragraph
7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the
site or otherwise may affect the cost, progress, performance, or furnishing of the Work
as CONTRACTOR considers necessary for the performance or furnishing of the Work
at the Contract Price, within the Contract Time and in accordance with the other terms
and conditions of the Contract Documents, including specifically the provisions of Item
1.3 of the General Provisions; and no additional examinations, investigations,
explorations, tests, reports, studies, or similar information or data are or will be required
by CONTRACTOR for such purposes.
7.3. CONTRACTOR has 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,
1-30
reports, studies, or similar information or data in respect of said Underground Facilities
are or will be required by CONTRACTOR in order to perform and furnish the Work at
the Contract Price, within the Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 1.3,
1.20 and 1.21 of the General Provisions.
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of
the Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 1-28 thru 1-33, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 1-
40 thru 1-46).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for Mo~re Road Drainage Improvements - DR 93-03 for the City of
Coppell".
8.8. Drawings entitled: "Moore Road Drainage Improvements - DR 93-03".
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents.
1-31
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this
Agreement (except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defmed 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 limi~l by law), and unless
specifically stated to the contrary in any written consent to an assignment no assignment
will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its parmers, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
-32
Standard Form of Agrtem#nt
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 ot] their behalf.
This Agreement will be effective on ~J~/.~..~ // ~ , 19 ~ .
OWNER: City of Coppell CONTRACTOR: M-Co ConsUva:tion, Inc.
255 Parkway Boulevard
Coppell, TX 75019
TITLE: t~//~ )/O~
6816 Harmonson Road
N. Richland Hills, TX
76180
ATTEST:
Address for giving notices:
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griffm, P.E.
Assistant City Manager/City Engineer
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
1-33 stantt~ to,',,, o~ a~meme~t
RESOLUTIONS OF CORPORATE BOARD
A~T~ORITY TO PROCURE COI~i'RACTS
(C~aTIFI~D
I HEREBY CERTIFY that I am the duly elected and qualified
secretary of M.-Co .Construction Inc and the keeper of
the records and corporate seal of said corporation; that the
following is a true a~d correct copy of resolutions duly adopted
at a meeting of the Board of Directors thereof held in accordance
with its by-laws at its offices at 6816 Harmonson Rd NRH TX on
the . 26 day of June 1996, and that the same are
now in full force.
COPY OF RESOLUTIONS
"BE IT RESOLVED, That the President, Vice Presidents, and
Secretary/Treasurer of this corporation, or their-his successors in
office, or any one of them be and they-he hereby are-is authorized
for, on behalf of, and in the name of this corporation to negotiate
and procure contracts.
I HEREBY FURTHER CERTIFY that the following named persons
have been duly elected to the offices set opposite their respective
names, that they continue to hold these offices at the present
time, and that the signatures appearing hereon are the genuine,
original signatures of each respectively:
(PLEASE SUPPLY GENUINE SIGNATURES HEREUNDER)
President
Vice President
ice President
ecretary/Treasurer
IN WITNESS WHEREOF, I have hereunto affixed my name as secretary
and have caused the corporate seal of said corporation to be hereto
affixed this 26 day of June 19 9__6.
IMPRINT SEAL H~RE
Bond No. 015005874
Premium: $7339.00
Premium based on contract price
STATE OF TEXAS }
COUNTY OF DALLAS }
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That M-Co Construction, Inc.
whose addl~ss is 6816 Harmonson Road, N. Richland Hills, TX 76180
hereinafter called Principal, and Amwest Surety Insurance Company ,
a corporation organized and existing under the laws of the State of Nebraska , and fully
licensed to transact business in the State of Texas as Surety, are held and fmnly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called "Beneficiary", in the penal sum of Three Nundred Si xteen Thousand
Hundred Eight & No/100 ............................................................ DOI.LA_RS
($ '-' 316,go8.oo ) 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, fh'mly by these presents. This
Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which [ncreases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the
nth of dune , A.D. 19 ~ , which is made a pan hereof by reference, for
the construction of certain public improvements that are generally described as follows:
Moore Road Drainage Improvements
Project No. DR 93-03
Bid No. Q 0496-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulffil
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 thereqf 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.
1-34 ~',,-/orm~e, tuna
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract
or to the Work to be performed thereunder or the specifications accompanying the same shall
in anyway affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work or
to the Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated
Civil Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delii~red and on whom service of-process may be had in matters arising out of such suretyship,
as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the
State of Texas.
IN WITNESS WHEREOF, this instrument is executed in three (a) copies,
each one of which shall be deemed an original, this the 1 lth day of dune ,
19 ~6.
PRINCIPAL
SURETY
M-Co Construction, Inc,
Title:
AMWEST SURETY INSURANCE COMPANY
By: ~ Y~',.~
Title: Don Edwin Smith, Attorney-in-Fact
ATTEST: ATTEST:
Tl~e~Resident Agent of the Surety-in Dallas or Denton County, Texas, for delivery of horace and
service of the process is:
NAM'E: William D. Baldwin
ADDRES$:1201Kas Drive, Suite B, Richardson, TX 7508l
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's
name.
Premium: $Z339.00
Premium based on contract price
PAYMENT BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That M-Co Construction, Inc.
whose address is 6816 Harmonson Road, N. Richland Hills, TX 76)80
hereinafter called Principal, and Amwest Surety Insurance Company ,
a corporation orgnni?ed and existing under the laws of thc State of Nebraska , and fully
licensed to transact business in the State of Texas as Surety, are held and firmly bound unto the
CITY OF COPPELL, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called "Beneficiary", in the penal sum of Three Hundred Sixteen Thousand Nine
Hundred Eight & No/lO0 ............................................................ DOLI_AI~
($ 316,90s.00 ) in lawful money of thc United States, to be paid in Dallas County,
Tex~ for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, fn-mly by these presents. This
Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract Price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract with the City of Coppell, dated the nth of
June , A.D. 19 96 , which is made a part hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Moore Road Drainage hnprovements
Project No. DR 93-03
Bid No. Q 0496-01
NOW, THEREFORE, if thc Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract and
any and all duly authorized modifications of said Contract that may hereafter be made, notice
of which modification to the Surety is hereby expressly waived, then this obligation shall be
void; otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract
or to the Work to be performed thereunder or the Plans, Specifications, Drawings, etc.,
1-36
Payme~Bo~d
accompanying the sarae, shall in anyway affect its obligation on this Bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the terms of the
Contract, or to the Work to be performed thereunder.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated
Civil Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Denton County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship,
as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the
State of Texas.
IN WITNF_,SS Wtl~REOF, this instrument is executed in three (3) copies,
each one of which shall be deemed an original, this the 1 lth day of June ,
19 9g'. ---
PRINCIPAL
SURETY
M-Co Construction, Inc.
AMWEST SURETY INSURANCE COMPANY
Title: ~fe 5~ c~o~ Tifle:0on Edwin Smith, Attorney-in-Fact
ATTEST: ATTEST:
Th~esident Agent of the Surety in Dallas or Dentoneounty, Texas, for delivery of notice and
service of the process is:
NAME: William D. Baldwin
ADDRESS: 1201Kas Drive, Suite B, Richardson, TX 75081
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person ~
1-37
Payment Bond
Bono I~0o UlbUUb~/~
Premium: $7339,00
Premium based on contract price
STATE OF TEXAS }
COUNTY OF DALLAS }
MAINTENANCE BOND
~OW ~L MEN BY THESE PRF~ENTS: THAT s-co Construction. Inc.
Amwest Surety Insurance Company , a corporation organized under the
laws of Nebraska , as sureties, do hereby
expressly acknowledge themselves to be held and bound to pay unto the
City of Coppell , a Municipal Corporation, Texas, the sum of
One Hundred Fifty Eight Thousand Four Hundred .~tfty Four & No/lO0 ................. Dollars and
......................... Cents ($, 15s.454.00 ), for the payment of which .~m
will"and truly be made unto said city of coppell , and its successors, said
principal and sureties do hereby bind themselves, their assigns and successors jointly and
severally.
THIS obligation is conditioned; however, that whereas, the said
M-Co Construction, Inc. ~
this day entered into a written contract with the said City of Coppell
to build and construct Moore Road Drainage Improvements, Project No. DR 93-03~ Bid No, 0 0496-01
which contract and the plans and specifications therein
mentioned, adopted by the ct ty of coppei 1 are hereby expressly made a part
thereof as through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the
Contractor will maintain and keep in good repair, the work herein contracted to be done and
performed, for a period of two (2) years from the date of the acceptance of said work, and to
do all necessary repairs and/or reconstruction in whole or in part of said improvements that
should be occasioned by settlement of foundation, defective workmanship or materials furnished
in the construction or any part thereof or any of the accessories thereto constructed by the
Contractor. It being understood that the purpose of this section is to cover all defective
conditions arising by reason of defective material and charge the same against the said
Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be
subject to the liquidation damages mentioned in said contract for each day's failure on its' part
to comply with the terms of said provisions of said contract. Now, therefore, if the said
Contractor shall keep and perform its' said agreement to maintain said work and keep the same
in repair for the said maintenance period of two (2) years, as provided, then these presents shall
be null and void, and have not further effect, but if default shall be made by the said Contractor
in the performance of its' contract to so maintain and repair said work, then these presents shall
have full force and effect, and said City of coppeI1 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.
]~ ~TrN~SS IvVlt~R~Ol~, the said M-Co Construction, Inc. has
caused these presents to be executed by
and the said Amwest Surety Insurance Company has caused these presents to
be executed by its Attorney in fact and the said Attorney in fact
Don Edwin Smith , has hereunto set his hand, the llth day of
June , 19 9~
PRINCIPAL
M-Co Construction, Inc.
SURETY
AMWEST SURETY INSURANCE COMPANY
Title: Don Edwin Smith, Attorney-in-Fact
WITNESS: ATTEST:
~ Date of Maintenance Bond must not be prio date of Contract.
1-3 9 Ma~t~nance Bond
LIMITED POWER OF ATTORNEY
Amwest Surety Insurance Company
~,~o..^~ 5-22-97 ~ow~ ~ 0000601941
KNOW ALL BY THESE pRESENT, that Amwcst Surety Insurance Company, a Nebraska corporation (the 'Company"), docs heroby make,
Contract (Performm~e & pm~mt), Court, Subdivbam S* '2,500,000.00
i~ons in
and to bind thc company thereby. This appointment is made under and I
I, the undersigned secrecy of Amwe~t Surety
force
provisions of the By-Laws of the Company,
t thi~ Pov~t of Attorney remains in full
and tkat the relevant
Bond No. 0150058?4
This POA is signed and ~ ~
au~orby ~
(ii) ~en sign~ ~ ~e ~ident or ~
~OL~D ~ ~nt ~e s
Karen G. Cohen, Secretmy
, the Boant of Directors of Am~est Sm~ty Insurance
t Assistant Secretmy, may appoint attorneys-in- fact or agents with
for and on behalf of tbe Company, to execute and delive~ and affix the seal
of all kinds; and said office~ may remove any such attorney-in-fact or agent and
) obligation shall be valid and bind upon the Company:
(ifa seal be required) by any Secretmy or Assistant Secretmy; or
or Assistant Secrere~, and countersigned and sealed (ifa seal be requited) by a duly
one or more atmmeys-in-thct or agents pursuant to and within the limits of the authority evidenced
when so used shall have the same force and effect as though manually a~xed.
IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal th be hereunto
affixed this 14th day of December, 1995.~
Stat~ of California
County of Los Angeles
On December 14. 1995 before me. Pegg~ B. LoRon Notmy Public, personally appeared John E. Savage and Karen G. Cohen, pe~onally known to me (or
proved to me on the basis of satisfactoly evidence) to be the person(s) whose name(s) is/are subscribed to the within insh-umcnt and acknowledged to me all that
he/she/they executed the same in his/her~heir authorized capacity(ics), and that by his/her~lalr signarere(s) i en e o ~ n
of which the ~i~. rson(s) acted, executed the instalment.
................... :' I
\.~',, .~ ,,-.~,~;.--'
_,_ __
R
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
FAX No. (512) 475- 1771
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim, you should
contact the company first, if the dispute is not resolved, you may contact the Texas
Department of Insurance.
AI-rACH THIS NOTICE TO YOUR POLICY
This notice is for information only and does not become a part or condition of the
attached document
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS
OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH
CENTRAL TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS
COUNCIL OF GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT
AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS
AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
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.
Calendar Day: Add the following sentence to the end of the working days definitions: 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 from partial payments.
All other terms used in these Supplementary Conditions which are defined in the General
Provisions shall have the same-meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-l.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
140
Supplementary Cor_~on$
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
Add following sentence to end of Item 1.16.
Before Contractor starts the Work at the site, a conference attended by Contractor, Engineer and
others as appropriate will be held to discuss the schedules referred to in Items 1.22.5, 1.28 and
1.51.1, to discuss procedures for handling Shop Drawings and other submittals and for processing
Applications for Payment, and to establish a working understanding among the parties as to the
Work.
ITEM 1.19 - PRIORITY OF CONTRACT DOCUMENTS
SC-1.19
Add the following language at the end of the Item 1.19: "If there is any conflict between the
provisions of the' Contract Documents and any such referenced standard specifications, manuals
or codes, the provisions of the Contract Documents shall take precedence over that of any standard
specifications, manuals or codes."
ITEM 1.20 - CORRELATION AND INTENT OF DOCUMENTS
SC-1.20.1
Amend the first sentence of Item 1.20.1 by changing "such copies" to be "five copies". Add the
following to the end of Item 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon
the following reports of explorations and tests of subsurface conditions at the site of the work:
No geotechnical explorations or tests of subsurface conditions have been performed.
The Contractor may take 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
Existint Utilities and Sewer Lines: The Contractor shall be responsible for the
protection of all existing utilities or service lines crossed or exposed by the construction
operations. Where existing utilities or service lines are cut, broken or damaged, the
CONTRACTOR shall replace the utilities or service lines with the same type of
original construction, or better, at his own cost and expense.
1-41
Suppltmtntary Cor_~ffvns
If it is necessary to change or move the property of any owner or of a public utility,
such property shall not be moved or interfered with until authorized by the
ENGINEER. The right is reserved to the owner of any public utility to enter upon the
limits of the project for the purpose of making such changes or repairs of their property
that may be made necessary by the performance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSIBILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence:
"If requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
s¢-1.24.2.i
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1
Should-CONTRACTOR cause damage to the work or property of any separate
Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER,
ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly
attempt to settle with such other Contractor by agreement, or to otherwise resolve the
dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted
by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting
Engineer harmless from and against all claims, damages, losses and expenses
(including, but not limited to, fees of engineers, amhitects, attorneys and other
professionals and court and arbitration costs) arising directly, indirectly or
consequentially out of any action, legal or equitable, brought by any separate
Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based
on a claim arising out of CONTRACTOR'S performance of the Work. Should a
separate Contractor cause damage to the work or property of CONTRACTOR or
should the performance of work be any separate Contractor at the site give rise to any
other claim, CONTRACTOR shall not institute any action, legal or equitable, against
OWNER, ENGINE_ER or Consulting Engineer or permit any action against any of
them to be maintained and continued in its name or for its benefit in any court or
before any arbiter which seeks to impose liability on or to recover damages from
OWNER, ENGINEER or Consulting Engineer on account of any such damage or
claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by
any act or neglect of a separate Contractor and OWNER and CONTRACTOR are
unable to agree as to the extent of any adjustment in Contract Time attributable thereto,
CONTRACTOR may make a claim for an extension of time in accordance with Item
!.36. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy
with respect to OWNER, ENGINEER and Consulting Engineer for any delay,
disruption, interference or hindrance caused by any separate Contractor.
142 Supplementary Conditiont
ITEM 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
1.26.6
If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the
cost thereof will be charged to OWNER by appropriate Change Order or Written
Amendment. Prior to 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
A~'d the following new item:
1.26.7
CONTRACTOR intends that any policies provided in response m Item 1.26 shall
protect all of the parties insured and provide coverage for all losses and damages
caused 'by the perils covered thereby. Accordingly, all such policies shall contain
provisions to the effect that in the event of payment of any loss or damage the insurer
will have no rights of recovery against any of the parties named as insured or
additional insured, and if such waiver forms are required of any Subcontractor,
CONTRACTOR will obtain the same.
ITEM 1.27 - MATERIALS AND WORKMANSHIP: WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence of Item 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREA: COORDINATION WITH OTl-l~R CONTRACTORS: FINAL
CLEANUP
SC-1.32.1
Delete Item 1.32.1 in its emirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Vertical control has
been established as shown on the construction plans. Horizontal control can be established from
existing inlets, street intersections or other utilities indicated on the construction plans. The
Contractor shall be responsible for establishing all lines and grades, and the precise location of
all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines
and grades established by the Contractor to determine the conformance of the completed Work as
it progresses with the requirements of the construction documents. Such checking by the Engineer
1-43
Supplementary Conditions
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 - OTI-IER CONTRACTORS; OBLIGATION TO COOPERATE
SC-1.33
Delete the last sentence of the second paragraph and substitute the following in lieu thereof:
"In such event, Contractor shall be entitled to an extension of working time only for unavoidable
delays verified by the Engineers, as provided 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:
"Tl~e ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events
to minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 1.36."
ITEM 1.36 - DELAYS; EXTENSION OF TIME~ LIOUIDATED DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract
time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse
impact to the critical path and that loss of time can not be made up by revising the sequence of
the work of the project."
ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two of Item 1.37.1 to delete the following "except
as provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
ITEM 1.42 - INSPECTION AND TEST
SC-1.42
1.42.3 Amend the first paragraph to delete "direction and expense of the Owner" and add the
Supplementary Conditiont
following "direction of the Owner and expense of the Contractor".
Amend the last paragraph, first sentence by changing "Contractor" to "Owner".
ITEM 1.49 - OWNER'S. EMPLOYEES OR AGENTS
SC-1.49-2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or
indirect, in any contract with the City, nor shall be financially interested, directly or
indirectly, in the sale to the City of any land, or rights or interest in any land, materials,
supplies or services. This prohibition does not apply when the interest is represented by
ownership of stock in a corporation involved, provided such stock ownership amounts to
less than one percent (1%) of the corporation stock. Any violation of this prohibition will
constitute malfeasance in office. Any officer or employee of the City found guilty thereof
should thereby forfeit his office or position. Any violation of this prohibition with the
knowledge, expressed or implied, of the persons or corporations contracting with the City
shall render the contract voidable by the City Manager or the City Council. The
Contractor represents that no employee or officer of the City has an interest in the
Contractor.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58
Recent legislation has removed the sales tax exemption previously provided by Section
151.311 of the Tax Code covering tangible personal property purchased by a contractor
for use in the performance of a contract for the improvement of City-owned realty.
It is still possible, however, for a contractor to make tax-free purchase of tangible
personal property which will be incorporated into and become part of a City construction
project through the use of a "separated contract" with the City. A "separated contract"
is one which separates charges for materials from charges for labor. Under such a
contract, the contractor becomes a "seller" of those materials which are incorporated into
the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale
certificate in lieu of paying the sales tax at the time such items are purchased. The
contractor then receives an exemption certificate from the city for those materials. (This
procedure may not be used, however, for materials which do not become a part of the
finished product. For example, equipment rentals, form materials, etc. are not considered
1-45
Supplernenlmy Co,,#;~,,n.v
as becoming "incorporated" into the projecO.
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 .successful
bidder's bid form will be used to develop the ~separated contract" and will determine the
extent of the tax exemption. Upon execution of the construction contract, the contractor
shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2)
labor, equipment, supervision and materials not incorporated into the project.
1-46
S~p~mentaryC~ndi~
SPECIFIC PROJECT REQUIREMENTS
SECTION 2
SECTION 2
SPECIFIC PROJECT REOUIREMENTS
The construction specificatiom which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas prepared through the North Central Texas
Council of Governments (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 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.
2-2
Speci~c Project Requirements
SECTION 2- SPECIFIC PROJECT REOUIREMENTS
1.1
OWNER: The "Owner" as referred to in these Specifications is the City of Coppell,
P.O. Box 478, Coppell, Texas 57019.
1.2
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.
1.3
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.
1.4
SITE: The Contractor shall limit his work to the area shown on the Project Drawings
as within the street right--of-way. Entrance onto private property shall be at the
expressed approval of the property owners and the Contractor assumes all liability.
1.5
PROJECT DESCRIPTION: This project is located in the Moore Road and Sandy
Lake Road right-of-way immediately north and east of the Moore Road and Sandy Lake
intersection. The scope of work is as shown on the construction plans (DR 93-03) and
as stated in these specifications. Generally, the work shall consist of the installation of
1335 L.F. of 66" RCP, 170 L.F. of 6x4 Box Culvert, 130 L.F. of 48" RCP, removal
and replacement of approximately 220 L.F. of 36" N-12 pipe and 20 L.F. of various
other sizes of RCP. The remainder of the work consists of: connection to
charmel/headwall; removal and replacement of a flume and manhole; cut and plugging
RCP and sanitary sewer; and pavement repair.
1.6
CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the
basis of the defimtion 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 da~ count will not be suspended or otherwise affected by use of
completed portions or "substantial completion" of any of the project.
1.7
SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
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,
2-3
Specific Project Reqt~rements
1.8
1.9
1.10
1.11
1.12
1.13
promulgating safety regulations and notifying owners and users of adjacent utilities.
SOIL INVESTIGATION: A geotechnical investigation report has not been prepared.
The Contractor shall visit the site and acquaint himself with the site conditions.
SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided
by the owner as shown on the plans. The Contractor shall be responsible for layout and
staking of all grades and lines for construction. The Contractor shall preserve all stakes
or markings until authorized by the Engineer to remove same. The Contractor shall bear
the cost of the re-establishing any control or construction stakes destroyed by either him
or a third party and shall assume the entire expense of rectifying work improperly
constructed due to failure to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall
be considered incidental to-the project and payments made under specific Pay Items shall
be considered as full compensation for these requirements.
CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades,
cross-section~, and dimensions shown on the Drawings. Any deviation from the
Drawings which may be required by the exigencies of construction will be determined
by the Engineer and authorized by him in writing.
TESTING LABORATORY SERVICE: The Contractor shall make arrangements with
an independent laboratory acceptable to the owner 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 tests, inspections or approvals. 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. Two copies shall be provided to the Owner
of all reports and laboratory test results. No separate payment shall be made to the
Contractor for the cost of geotechnical testing services which shall be considered
incidental to the project.
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
2-4
Specific Project Requirements
1.14
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 fumisbed irrespective of the mount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law and the
Texas Manual on Uniform Traffic Control Devices (TMUTCD) 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 shall submit a traffic control plan to be
reviewed by the City prior to the beginning of work. The Contractor's responsibility for
providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and
lights, and other precautionary measures shall not cease until the project shall have been
accepted.
If the Engineer discover~ 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.
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,
2-5
Specif~ Project Requirements
or other precautionary measures in protecting said property, and whenever evidence is
found of such damage, the Engineer may order the damaged portion immediately
removed and replaced by and at the cost and expense of the Contractor. If the damages
are not corrected in a timely fashion, then the City shall have the right to repair the
damage and charge the cost back to the Contractor. All of this work is considered
incidental and shall not be separate pay item.
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
1.17
1.18
1.19
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.
After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage. - ~
Where the locations of existing underground and surface utilities and structures
are indicated, these locations are generally approximate, and all items which may
be encountered during the work are not necessarily indicated. The Contractor
shall determine the exact locations of all items indicated, and the existence and
locations of all items not indicated.
The Contractor shall repair or pay for all damage caused by his operations to all
existing utilities, public property, and private 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.
To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
DRAINAGE: The Contractor shall maintain adequate drainage at all times.
PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair,
the improvements covered by these plans and specifications during the life of the
contract.
CLEANUP:
Durin_g_C__Constmction. 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.
2-6
Speckle Project Requirements
1.20
1.21
1.22
1.23
Final. Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new-appearing condition.
INSPECTION: The word "Inspection" or other forms of the word, as used in the
contract documents for this project shall be understood as meaning an Owner's agent will
observe the construction on behalf of the Owner. The agent will observe and check the
construction in sufficient detail to satisfy himself that the work is proceeding in general
accordance with the contract documents, but he will not be a guarantor of the
Contractor's performance.
DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary ~to the
construction shall be remo'v~d from the property. Any required burning and disposal
permits shall be the sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the
job site and disposed of in a satisfactory manner.
WATER FOR CONSTRUCTION: The Contractor shall make the necessary
arrangement for securing and transporting all water required in the construction,
including water required for mixing of concrete, sprinkling, testing, flushing, flooding,
or jetting. The Contractor shall provide water as required at his own expense.
GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date
of final completion and acceptance of the project.
2-7
Specific Project Reqtdrtments
SPECIAL PROVISION TO
STANDARD SPECIFICATIONS
FOR CONSTRUCTION
SECTION 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 H: MATERIALS- DIVISION 2
ITEM 2.1.5. TRENCH BACKFILL:
(b) Types "B"-and "C"
(4) Additional Requirements
(B)- Additional Requirements for Type "C" backf'fll 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. RIP RAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Rip rap. Add the sentence: 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)
paragraph:
Engineer."
Earth Bedding: Add the following sentence at the beginning of this
"Earth bedding will not be permitted without written approval of the
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. !.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 pement and I00 percent of Standard
Proctor Dem~ty 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) Compaction
Amend the last sentence of the first paragraph, by striking the words: "90 percent
of the maximum dry density of such material." and replace with the words "95 percent
of the maximum dry density of such material, or as directed by Engineer.
PART V: DIVISION 5- PAVEMENT AND SURFACE COURSES
ITEM 5.8.2. CONSTRIJCTION METHODS
(e) Joints
(1) Expansion Joints: Delete the first paragraph and replace with the
following: "Expansion joints shall be installed perpendicularly to the surface and
centerline of the pavement. Expansion Joint material shall be redwood boards, 3/4-inch
in width, and extended through curbs. Expansion joints are to be installed at each end
of radius at street intersections. Expansion joints shall be equally spaced between
intersections with not less than one every 200 linear feet of pavement, unless otherwise
specified on the Plans or directed by the Engineer.
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed
by the Engineer".
(2) Contraction Joints. Delete the first sentence of the first paragraph and
insert the following: "Contraction or dummy joints shall be sawed to 1-1/4 inches in
depth, and 1/4 inch in width, and installed every 20 linear feet of pavement, and extend
through curb, unless otherwise directed by the Engineer."
(h) Finishing.
(1) Machine. Add the following paragraph at the end of this subsection:
"Fog sprays powered by pressure pumps, and capable of covering the entire area of
freshly placed concrete with a f'me mist, shall be used if water is needed for f'mishing
operations."
(2) ' Hand. Add a new paragraph after first paragraph which reads as follows:
"Fog sprays powered by pressure pumps, and capable of covering the entire area of
freshly placed concrete with a fine mist, shall be used if water is needed for finishing
operations."
PART 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 pement and 100
pement Standard Proctor Density as determined by ASTM D-698 at, or up to five (5)
pementage points above, .optimum moisture content, unless otherwise specified in the
Plans or directed by the Engineer."
DESCRIPTION OF PAY ITEMS
SECTION 4
SECTION 4 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the contractor can fully
understand the scope of work involved in the Pay Item. Note: The traffic controlplan r~quired
in Section 1-15 of the Specific Project Requirements is subsidiary to the price for the various
bid items.
Pay Item 1, 2, 4, 5, 10-15, 20, 21 and 23:
These are standard Bid Items and as such the installation and construction shall be in
conformance with the lines, grades and materials shown on the plans; with generally
accepted construction practices; and in conformance with these specifications, plans, the
North Central Texas Council of Government specifications and the City of Coppell
Standard Details.
Pay. Item//3 36" N-12 Storm Drain Pipe:
This pay item shall consis-t~bf removing and disposing of approximately 220 L.F. of 36"
N-12 pipe that flows from west to east and reinstalling 239 L.F. of 36" N-12 pipe
flowing from east to west. This pay item also includes removal and disposal of the
existing RC_P and headwall from the existing storm drain manhole (about 20 L.F.) and
the concrete cradle for the 16" gas line. The City understands that even though the
existing pipe is less than one year old, it will probably be damaged during removal. If
any pipe is salvaged during removal it can be reused with the approval of the inspector.
The measurement and payment shall be on the basis of the bid price per each and shall
be total compensation for furnishing all materials, tools, equipment, labor and any
incidentals necessary to complete the work.
Pay Item//6 Channel work for 48" RCP:
This work shall consist of removing and replacing a portion of the upstream section of
the concrete channel to allow for the installation of the 48" RCP adjacent to the existing
southern most 60" RCP beneath Moore Road. The measurement and payment shall be
on the basis of the bid price per lump sum and shall be total compensation for furnishing
all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item//7 Connect 48" RCP to Downstream Headwali:
This pay item shall consist of removing a portion of the downstream headwall to allow
for the connection of the proposed 48" RCP and shall also include any necessary work
in the downstream lake to allow for proper construction and for the removal of any
siltation in the downstream lake to allow for proper outfall at the flow line. This work
should be coordinated with the adjacent aparhnent complex as it will require work in the
lake that could result in lowering of the lake level or the construction of a coffer dam.
The measurement and payment shall be on the basis of the bid price per each and shall
be total compensation for furnishing all materials, tools, equipment, labor and any
incidentals necessary to complete the work.
Description of Pay lternt
4-2
Pay Item #8 Connect 6 x 4 Box to Channel:
This pay item shall consist of removing a portion of the existing channel to allow for the
connection of the 6 x 4 box culvert to the channel. The measurement and payment shall
be on the basis of the bid price per each and shall be total compensation for furnishing
all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item//9 Connect 21" RCP to 48" RCP:
This pay item shall consist of the disconnection of the existing 21" RCP from the existing
60" RCP and patching the 60" RCP. It shall also include connecting the 21" RCP to the
proposed 48" RCP beneath Moore Road. The measuremem and payment shall be on the
basis of the bid price per each and shall be total compensation for furnishing all
materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Items #16 & 22 Pavement Repair:
This pay item shall consist of removal and replacement of the portion of the street
necessary to install the 48"RCP at Moore and Stringfellow; the 6 x 4 box culvert; the
36" N-12 pipe; and about 350 feet of the 66" RCP and the storm drain headwalls. It
includes replacing the brick pavers or Bomanite and any damaged curbs. Replacement
shall be in conformance with our standard details. The measurement and payment shall
be on the bisis of the bid price per each and shall be total compensation for furnishing
all materials, tools, equipment, labor and any incidentals necessary to complete the work.
Pay Item #17 6" Rip Rap:
This pay item consists of providing about 30 L.F. of 4 foot high 6" rip rap on a 1/2:1
slope from the existing 48" RCP to the proposed 36" N-12 pipe. This also includes
providing a bottom for the Rip Rap. Finish product shall be "bowled" shaped as shown
on the plans. The measurement and payment shall be on the basis of the bid price per
each and shall be total compensation for furnishing all materials, tools, equipment, labor
and any incidentals necessary to complete the work.
Pay Item #18 Lower existing water line complete in place:
There are three water lines that cross the proposed drainage system. Because of the
uncertainty about the depth of the water lines, it is unknown whether or not they will
need to be relocated or concrete encased. This Pay Item is provided in the event that the
water lines need to be lowered. According to the plans, two of the potential conflicts
involve a 12" water line and one involves an 8" water line. This Bid Item is basically
provided in conjunction with Bid Item #19 which provides for concrete encasement of
the three water lines. It is anticipated that only one of the options of either lowering or
encasing will be utilized at each crossing. The measurement and payment shall be on the
basis of the bid price per each and shall be total compensation for furnishing all
materials, tools, equipmem, labor and any incidentals necessary to complete the work.
4-3
Description of Pay Items
Pay Item//19 Concrete Encase existing water lines:
This pay item provides for the encasement of three existing water lines in the event that
they are far enough away from the installation of the drainage system to allow for
encasement in lieu of lowering. This Pay Item is provided in conjunction with Pay Item
//18. It is anticipated that only one of the options of either lowering or encasing will be
utilized at each crossing. According to the plans, two of the potential conflicts involve
a 12" water line and one involves an 8" water line. The footage has been setup to
provide for approximately ten foot of encasement on either side of the drainage structure.
The measurement and payment shall be on the basis of the bid price per linear foot and
shall be total compensation for furnishing all materials, tools, equipment, labor and any
incidentals necessary to complete the work.
Pay Item//24 Hydro Mulch/Sodding/Landscaping/Irrigation:
This Pay Item provides for the disturbed area on the east side of Moore Road where the
48" storm drain pipe is to be installed to be re-hydro mulched or sodded and any existing
"bushes, landscaping, etc. restored to preconstruction status. This also includes the repair
of any damaged irrigation systems. The exact method to regrass this area will be based
on the existing grass in the area i.e., if it is bermuda then it will be hydro mulched, if
it is St. Augustine then it will be sodded. The measurement and payment shall be on the
basis of the bid price per lump sum and shall be total compensation for furnishing all
materials, tools, equipment, labor and any incidentals necessary to complete the work.
For the hydro mulch to be accepted, sprigs of seeds must be uniformly appearing over
the entire area of application within 30 days of date of application. At that time, 50%
of the bid item will be paid. In addition to this requirement for acceptance, at the time
of final acceptance of the project, uniform grass coverage over all areas seeded must be
evident; in other words, there must be 100% coverage of grass at the time of final
acceptance.
Pay Item//25 Micro-tunnel or bore 48" RCP beneath Moore Road:
Because of the existence of various utilities on the east side of Moore Road and the
potential disruption to traffic, this item is being offered as an alternate. It is anticipated
that by micro-tunnelling or boring, Bid Items 25, 26, 27 & 28 will be eliminated. Those
items generally cover the 48" RCP, pavement repair, removal and replacement of
sidewalk and hydro mulching. The micro-tunnelling or boring should be inclusive of not
only the construction but the casing and pipe and any other materials necessary to
complete the micro-tunnelling or boring. The measurement and payment shall be on the
basis of the bid price per linear foot and shall be total compensation for furnishing all
materials, tools, equipment, labor and any incidentals necessary to complete the work.
4-4
Descripgon of Pay Itern~
DATE:
ADDENDUM NO.:
PROJECT:
BID DATE~TIME:
CITY OF COPPELL
ADDENDUM
April 26, 1996
ONE (I)
Moore Road Draln~oe Improvement Project (DR 93-03)
May 2, 1996 O 10:00 a.m.
Item 1:
Access to the existing lake ir'the southeast corner of Moore Road / Parkway Blvd.
The City is currently negotiating the acquisition of a temporary construction easement to
allow either p_artial drninin~ or draining of the lake along with the construction of a coffer
dam to allow the connection of the 48" to the existing beadwall. The City will open bids
but will not award this contract until such time as the temporary construction easement has
been secured. It is anticipated that the project will be awarded at the May 28, 1996 City
Council meeting, if the easement can be secured within the next two to three weeks. It will
still be the contractor's responsibility to work closely with the aparunent complex during tha
actual draining of the L_~ke and]or construction of the coffer dam and to restore the area to
its preconstruction condition as identified in Pay Item g24. The contractor will be
responsible for restoring the lake level after the connection to the existing headwall at their
own cost,
Item 2:
Daily construction time.
No consmicfion will begin prior to 8:30 a.m. ~nd construction will cease no later than 6:30
p.m. so as to have the area. cleared by 7:00 p.m.
It is still the contractor's responsibility to maintain two way traffic along Moore Road for
the duration of this project.
Item
The City is rnsurveying the location of the 6" gas line on the north side of Sandy Lake. If
there is a conflict with the proposed storm drain manhole, additional information will be
provided p~qr to the bid date.
Kenneth M. Griff'm, P.E., Assistant City Manager/City Engineer
CITY OF COPPELL
ADDENDUM
DATE:
ADDENDUM NO.:
PROJECT:
BID DATE~TIME:
May 1, 1996
TWO (2)
Moore Road Drainage Improvement Project (DR 93-03)
May 2, 1996 @ 10:00 a.m.
Item-l:
Six inch gas line on the north side of Sandy Lake Road.
The City has resurveyed the gas line and in conversations with Lone Star Gas Company it
has been determined that there is a 2" gas line on the north side of Sandy Lake Road, not
a 6" gas line. Attached to Addendum//2 is a copy of the profile view Station 14 to 17
which shows the general location of the 2" gas line, which appears to be in conflict with the
proposed junction box. The relocation of the 2" gas line to avoid any potential conflicts will
be a cost to Lone Star Gas Company per the terms of their Franchise Agreement with the
City of Coppell. There will need to be coordination between the low bid contracWr and
Lone Star Gas Company on the actual relocation of the 2" gas line.
Kenneth ~. Gri~.~., ~ssi/tant City Manager/City Engineer
'IP-RAP "8OWL"
: ; : '~th; Ed~ ofiA~alt
,7'00 16'00