ST0003-CN080214
THE'CITY.OF
COPPELL
~~*~.
~.\'.~ & q
1\ Il . \
CONSTRUCTION SPECIFICATIONS
AND
CONTRACTDOC~NTS
FOR
Coppell Road
From Cooper Lane to Sandy Lake Road
Project # ST 00-03
Bid No. Q-OI0B-Ol
FOR
THE CITY OF COPPELL
February 14, 2008
Z/I4-/ tc>oi
eNG'H~E1l.'tl(; ~. CDPy
~J11!5 //;2~/pr
THE.CiTY.OF
COPPELL
...*~..
eo\" '" q
t\ S . \ ~
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Coppell Road
From Cooper Lane to Sandy Lake Road
Project # ST 00-03
Bid No. Q-OI08-01
FOR
THE CITY OF COPPELL
February 14, 2008
TABLE OF CONTENTS
Page #
Section 1 - Bidding Documents
Notice to Bidders
Instructions to Bidders
Proposal/Bid Schedule
Prevailing Wage Rates (need copy from city)
1-5
1-6
1-19
1-37
Section 2 - Contract Documents
Standard Form of Agreement
Certificate of Insurance
Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
2-1
2-2
2-8
2-9
2-10
2-12
2-14
For this project, the Standard Specifications for Public
Works Construction - North Central Texas Third
Edition, as prepared by the North Central Texas
Council of Governments, the City of Coppell Standard
Construction Details (Ord.#2005-1019), shall govern all
work to be done, together with any additional
Supplementary Conditions, Specific Project
Requirements, General Notes or Description of Pay
Items included herein.
Section 3 - City of Coppell's Supplementary Conditions
to the NCTCOG General Provisions
3-1
Section 4 - Specific Project Requirements
4-1
Section 5 - Description of Pay Items
5-1
1-2
Bidding Documents
SECTION 1
BIDDING
DOCUMENTS
THE.CITY.OF
COPPELL
15
1-3
Bidding Documents
I
NOTICE TO BIDDERS
The City of Coppell is accepting bids for the reconstruction of Coppell Road from Cooper Lane to
Sandy Lake Road with incentives for early completion and acceptance by the City. Plans and
Specifications may be obtained for a non-refundable cost of $ 100.00 from Huitt-Zollars, Inc.,
3131 McKinney Avenue, Suite 600, Dallas, Texas 75204, 214-871-3311. Sealed bids addressed
to the Purchasing Agent, City of Coppell, Texas, for the construction of the Coppell Road
Project - No. ST 00-03 will be received in the Purchasing Office at the City of Coppell Town
Center, 255 Parkway Boulevard, until 2:00 p.m., March 6, 2008, and then publicly opened and
read aloud. Each bidder shall submit two identical copies of this bid with the City of Coppell Bid
No. Q-OI08-0l designated clearly on the exterior of the bid envelope. Included with the bid
should be a completed Bid Affidavit and a Proposal Guaranty per Item 1.5 of the NCTCOG
Standard Specifications for Public Works Construction.
A Pre-Bid conference has been scheduled for this project at the City of Coppell Town Center, 255
Parkway Blvd., February 26, 2008 at 2:00 p.m. The conference is not mandatory; however, all
interested BIDDER'S are strongly encouraged to attend.
The Owners reserve the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
Owners reserve 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 [mished product, such as,
equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on
such tangible personal property, the contract shall separate and provide separate charges for
materials to be incorporated into the project from charges for labor. The City will provide the
Contractor with an exemption certificate for the materials. The contractor is expected to issue a
resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the
cost of materials (tangible personal property) in the space provided on the bid form. The
successful bidder's bid form will be used to develop a separated contract and determine the extent
of the tax exemption.
1-4
Bidding Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard
Specifications for Public Works Construction - North Central Texas Third Edition, as
prepared by the NCTCOG and the Supplementary Conditions of Agreement have the
meanings assigned to them in these General Conditions. The term "Bidder" means one
that submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a
Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder to
whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes
an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to
Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda
issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City of Coppell.
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 work shall consist of the reconstruction of Coppell Road extending from the Cooper
Lane to Sandy Lake Road. This 3,700 LF project will include the removal of existing
pavement, excavation, and all related utilities, as well as the installation of pavement
(approximately 16,000 SY), storm sewer ranging up to 72" diameter (approximately 5700
LF), 12" water line (approximately 3,750 LF), and 10" sanitary sewer (approximately 425
LF) as described in the plans. Work shall include all components necessary for the "turn
key" construction of the project as shown in the plans for the Coppell Road Project # ST
00-03 .
3. Copies of Bidding Documents.
3.1 Complete sets of the Bidding Documents may be obtained from Huitt-Zollars, Inc., 3131
McKinney Avenue, Suite 600, Dallas, Texas 75204, 214-871-3311 for a sum of $ 100.00
1-5
Bidding Documents
per set non-refundable. The following general requirements pertain to the Bidding
Documents :
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 cost of reproduction.
3.2 Complete sets of Bidding Documents must be used in preparing Bids; the Owner assumes
no responsibility for errors or misinterpretations resulting from the use of incomplete sets
of Bidding Documents. No partial sets of plans, specifications or proposal forms will be
issued.
3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so
only for the purpose of obtaining Bids on the Work and does not confer a license or grant
for any other use.
4. Qualifications of Bidders.
The Bidder shall submit within five (5) days of the Owner's request such evidence as the
Owner may require to establish his fmancial responsibility, and possession of such
equipment as may be needed to complete 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 (within five [5] days if requested).
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 (required to be submitted with bid within five [5] days if
requested).
The Bidder shall submit a list of comparable projects completed within the previous
five years including contract information, location, approximate cost(s), and
completion date(s).
C. Equipment (within five [5] days if requested).
The Bidder shall provide a list of equipment, which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if
any, that he must rent/lease as may be required to complete this project.
1-6
Bidding Documents
D. Financial (within five [5] days if requested).
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 fmancial 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 bidder maintains a permanent place of business.
5. Conflict of Interest.
The 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 fmancially 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.
6. Examination of Contract Documents and Site.
6.1 Access to the site shall be from Sandy Lake Road, Coppell Road, and Bethel Road. It
shall be the contractors responsibility before submitting a Bid, to (a) examine the Contract
Documents thoroughly, (b) visit the site to become familiar with local conditions that may
affect cost, progress, performance or furnishing of the Work, (c) consider federal, state
and local Laws and Regulations that may affect cost, progress, performance or furnishing
of the Work, (d) study and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract
Documents. Failure to make these examinations shall in no way relieve any Bidder from
the responsibility of fulfilling all of the terms of the contract, without additional cost to the
OWNER.
1-7
Bidding Documents
6.2 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 this project.
6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any
additional information and data which pertain to the physical conditions (surface,
subsurface and underground facilities) at or contiguous to the site or otherwise which may
affect cost, progress, performance or furnishing of the Work and which Bidder deems
necessary to determine its Bid for performing and furnishing the Work in accordance with
the time, price and other terms and conditions ofthe Contract Documents.
6.4 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.
6.5 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.
6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article 6, that without exception the
Bid is premised upon performing and furnishing the work required by the Contract
Documents and such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey understanding of all
terms and conditions for performance and furnishing of the Work.
7. Interpretations and addenda.
7.1 All questions about the meaning or intent of the Contract Documents are to be directed to
the Owner. Interpretations or clarifications considered necessary by the Owner in
1-8
Bidding Documents
response to such questions will be issued by Addenda mailed, faxed 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.
7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Owner.
8. Contract Time.
8. 1 The time for Completion and Final Acceptance by the City for this project shall be 365
Calendar Days as indicated on the Bid Form. The calendar day count shall commence on
June 9, 2008 with the Notice To Proceed delivered at least ten (10) calendar days prior to
June 9,2008.
8.2 Prior to the issuance of the Notice To Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
8.4 If the project is totally complete and accepted by the City on or before December 31, 2008
a $200,000.00 bonus will be paid to the Contractor. If the project is not totally completed
and accepted by the City on or before December 31, 2008 but is totally complete and
accepted by the City on January 2, 2009 a $150,000.00 bonus will be paid to the
Contractor .
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for
this project are $1,000.00 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 until after the Effective Date of the Agreement. No
substitutions should be considered during the bidding process.
11. Subcontractors, Suppliers, and Others.
1-9
Bidding Documents
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the
Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so
requested, shall within seven (7) days after the request submit to the Owner a list of all
such Subcontractors, Suppliers and other persons and organizations proposed for those
portions of the Work for which such identification is requested. Such list shall be
accompanied by an experience statement with pertinent information regarding similar
projects and other evidence of qualification for each such Subcontractor, supplier, person
or organization if requested by the Owner. If the Owner, after due investigation, has
reasonable objection to any proposed Subcontractor, Supplier, other person or
organization, may, before the Notice of A ward is given, request the apparent Successful
Bidder to submit an acceptable substitute in which case the apparent Successful Bidder
shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased)
by the difference in cost occasioned by such substitution, and the Owner may consider
such price adjustment in evaluating Bids and making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable
Subcontractors, Suppliers, other persons and organizations. The declining to make
requested substitutions will not constitute grounds for sacrificing the Bid security of any
Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
12. Bid Proposal.
12.1 A completed Bid Proposal 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.
The City of Coppell Bid Form must be completed. 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.
12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be
stated on the Bid Form. A corporation Bidder must name the state in which the
organization is chartered. Bids which are signed for a corporation shall have the correct
corporate name thereof, its post office address, and the signature of the president or other
authorized officer of the corporation, manually written below the corporate name in the
following manner: "By "
If the bid is made by an individual, his post office address shall be given. Bids which are
not signed by the individuals making them shall have attached thereto a power of attorney
evidencing authority to sign the bid in the name of the person for whom it is signed.
1-10
Bidding 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 firm or
partners.
13. Provision Concerning Escalator Clauses.
Bids containing any condition which provides for changes in the stated bid prices due to
increase or decrease in the costs of materials, labor, or other items required for this
project, may be rejected and returned to the Bidder without being considered.
14. Estimates of Quantities.
The quantities listed in the Bid Form will be considered as approximate and will be used
for the comparison of bids. Payments will be made to the Contractor only for the actual
quantities of work performed or materials 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. If an item is noted as a "Plans Quantity" then only the
quantity shown in the unit bid price schedule will be paid.
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478,
Coppell, Texas 75019 until, 2:00 p.m., March 6, 2008 and then publicly opened and read
aloud. One copy of the bid enclosed in a sealed envelope and marked with the Project
title, City of Coppell Bid No. Q-OI08-01 and the name and address of the Bidder shall be
submitted. Included with the bid there should be a completed Bid Affidavit and a Proposal
Guaranty per Item 1.5 of the NCTCOG Standard Specifications for Public Works
Construction. If the Bid is sent through the mail or other delivery system the sealed
envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED"
Construction of: CoppeU Road ProJect #ST 00-03 on the face of it and addressed to the
Purchasing Agent, City of Coppell, Texas.
16. Modification and Withdrawal of Bids.
16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the
manner that a Bid must be executed) and delivered to the place where Bids are to be
submitted at any time prior to the opening of Bids.
16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed
written notice with the Owner and promptly thereafter demonstrates to the reasonable
satisfaction of Owner that there was a material and substantial mistake in the preparation of
1-11
Bidding Documents
the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified
from further bidding on the work.
17. Rejection of Bids.
Bids may be rejected if they show alterations of form, additions not called for, conditional
bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right
to waive any irregularities in the bids as received and to reject any and all bids without
qualification(s). More than one bid from an individual, firm or partnership, corporation or
association, under the same or different names, will not be considered. Reasonable
grounds for believing that a Bidder is interested in more than one such bid may cause the
rejection of all bids in which said Bidder is interested. Bids in which prices are obviously
unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG
Item 1.5 of the Standard Specifications for Public Works Construction will be rejected.
18. 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.
19. Award of Contract.
19.1 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.
19.2 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 A ward. Time of completion will be a consideration in the award of the bid.
19.3 The Owner may consider the qualifications and experience of any Subcontractors,
Suppliers, or other persons or organizations proposed for those portions of the Work as to
which the identity of Subcontractors, Suppliers, and other persons and organizations must
be submitted as requested by the Owner. The Owner also may consider the operating
costs, maintenance requirements, performance data and guarantees of major items of
1-12
Bidding Documents
materials and equipment proposed for incorporation m the Work when such data is
required to be submitted prior to the Notice of Award.
19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and fmancial
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 Owner 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
A ward within ninety (90) days after the date of the Bid opening.
20. Execution of Agreements.
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 Calendar day count on
this project shall commence on June 9,2008.
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
1-13
Bidding Documents
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 and Tarrant Counties, 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.
30. Testing Requirements.
The Owner shall make arrangements with an independent laboratory acceptable for testing
as required by the construction plans and standard specifications. The Contractor shall
bear all related costs of re-tests, and re-inspections. The Contractor shall notify the
ENGINEER in a timely manner of when and where tests or inspections are to be made so
that they may be present. One copy shall be provided to the contractor of all reports and
1-14
Bidding Documents
laboratory test results. Testing by the City does not alleviate the contractors' responsibility
for his own quality assurance/quality control testing. Contractor shall replace any deficient
construction items at his own expense.
31. Overtime.
Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject
to overtime. Overtime request or scheduled testing must be made in writing and approved
by the City of Coppell. Seventy-two hours notice required. All overtime incurred by the
City for inspection services shall be paid by the Contractor. If not paid, such cost may be
deducted from partial payments. Overtime inspection shall be paid for at the rate of
$54.00 per hour with a 4 hour minimum charge.
1-15
Bidding Documents
32. Payment.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of
the General Provisions. Applications for Payment will be processed by the ENGINEER as
provided in the General Provisions.
33. Documentation of existing conditions.
The Contractor shall video and provide a copy of the video to the Owner of the existing
conditions within entire work area prior to the start of construction. This is subsidiary to
Pay Item 3 "Preparing Right-of-Way".
1-16
Bidding Documents
BID FORM
PROJECT IDENTIFICATION:
Coppell Road Project - No. ST 00-03 in Coppell, Texas
BID OF
- \ ~E;VA" I t-Jq r f}
(NAME OF FIRM)
DATE 8JLDJo6
THIS BID IS SUBMITTED TO:
City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent City of Coppell
255 Parkway Boulevard
P.O. 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO. Q-OI08-01
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract Price
and within the Contract Time indicated in this Bid and in accordance with the other terms
and conditions of the Contract Documents.
2. 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:
Date:
Rec'd:
~
;9~ r;:
1-/7
Bidding Documents
(b) 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 ofthe Work.
(c) 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 non-technical 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 ofthe 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.
(d) 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.
(e) 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.
(t) BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
1 -I 8
Bidding Documents
(g) 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.
(h) This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement or
rules of any group, association, organization or corporation; BIDDER has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham
Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain
from bidding; and BIDDER has not sought by collusion to obtain for itself any
advantage over any other Bidder or over OWNER.
(i) It is understood and agreed that the following quantities of work to be done at unit
prices are approximate only, and are intended principally to serve as a guide in
evaluating bids.
G) 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.
4. Bidder understands and agrees that all work under this contract will be constructed in phases
that will likely require multiple move-ins by contractors and/or subcontractors and further
understands that all work shall be completed within the allotted calendar days. Completion
date will be established in the Notice to Proceed.
5. It is understood and agreed that the Contractor's experience in this type of work will be a
strong consideration in the award of the bid.
6. It is strongly recommended that each bidder visit the site prior to submitting a bid.
Construction constraints exist, including traffic, that could affect productivity.
7. BIDDER will complete the Work for the following price(s):
/-/9
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
BASE BID
1 1 LUMP Mobilization
SUM
Complete in Place, for the Sum of
OlJE Uu\..Ji:j2.t.D h ~IEEN ~i 0'0 ~"\
"'"\~ S:A t-.J "1:Dollars ~ l \5m)~
fJD Cents per unit $Jl~
2 I LUMP Traffic Control
SUM
Complete in Place, for the Sum of
~\Q:\\\ ~l~~ l~l)"~t...l~ .rtJ .0D
~\ \I~ \:la \0 , ."',"- Dollars 3~'D 3QjOO
tSD Cents per unit $ $
3 1 LUMP Preparing Right-of-Way
SUM
Complete in Place, for the Sum of
C\J~ ~\JNDot2,ep ~\ ~~"/
~\\\~ \~\JD E \Ie: ~iJ~ ~D .ct> (j)
Dollars 1~5a)
~JQ Cents per unit $ $ \55%'
4 18,169 c.Y. Unclassified Street Excavation
Complete in Place, for the Sum of
S)~ lo . LtD \ \lo1B\ ' '(4D
Dollars
(rPX\J-Cents per unit $ $
5 3,610 S.Y. Sawcut, Remove & Dispose of
Existing Concrete Pavement
Complete in Place, for the Sum of
h\J~ 56 7.1YJ35. Sf
Dollars {y
r, t:~ F"1.J11- Cents per unit $ $
H:\proj\0I33860I \SpecsIBid Specs Feb 2008IBid Schedule.doc
1.20
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
6 10,700 S.Y. Sawcut, Remove, & Dispose of
Existing HMAC Pavement
Complete in Place, for the Sum of
----
\ t-\-fEf: 3.40 .tf)
_ Dollars $ 3to:,~o
~oQ.\~ Cents per unit $
7 9,274 S.F. Remove and Dispose of Concrete
Sidewalk
Complete in Place, for the Sum of
~ .55 5\oa~'O
~ C:"('J Dollars
~\ \j C;; Cents per unit $ $
8 1,597 -8ir. Remove Ex. Brick Pavers and
SF Replace with Stamped Concrete
Complete in Place, for the Sum of
~ \~\J~ fj:J $ '9~5'.5O
~ Dollars $ \ \ \
\ ~..,.,)Cents per unit
9 18,068 _. 4" Thick Reinforced Concrete
'SF- Sidewalk
Complete in Place, for the Sum of
WQ'-~ 3.QD I ~ &f)'--x:.
Dollars
-})HJl;. \\..J-Cents per unit $ $
10 24,336 'S!!f . 6" Thick, Reinforced Concrete
SF Sidewalk
Complete in Place, for the Sum of
'r'W \2. ~.5D LJ01511..cC
Dollars
~ y-t' '-J-- Cents per unit $
-, .- c \
"
H:\proj\OI3J8601\Specs\Bid Specs Feb 2008\Bid Schedule. doc
f -2 f
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
11 1,065 S.Y. 6" Reinforced, Concrete Drive
Complete in Place, for the Sum of
~Oe\'J S\\l ''It ;) ~5 $ L\Q1BBJS
Dollars
~C1'ie4~h"l;; Cents per unit $ Lo"
12 15,933 S.Y. 8" Reinforced Concrete
Pavement, with 6" Monolithic
Curb
Complete in Place, for the Sum of
~ Sl'j
\ \-\\ ~ 3lo .30 qD
Dollars
\ ~ ~ Cents per unit $ $ 518jial"
13 77 S.Y. 6" Reinforced Concrete Alley
Pavement
Complete in Place, for the Sum of
~ ~€. tJi'j - r\ \J ~ ~.DO $ 5l15"OO
Dollars
f...l'CJ Cents per unit $
14 836 SY. 6" HMAC Pavement for Streets
& Driveways
Complete in Place, for the Sum of
~\e,,) \\NO 3d~OO 0'0
Dollars
~Cents per unit $ $ c%Jl~ .
15 ,i.,-:'~fY S.Y. Temporary HMAC Pavement
1/000 Complete in Place, for the Sum of
8 \ ~\e...~u CO
Dollars $---' lri CO
\JO Cents per unit $11ULO
H:\proj\OI 33860 I\Specs\Bid specs Feb 2008\Bid Schedule.doc
1-22
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Pri ce
16 18,667 S.Y. Lime Stabilized Sub-grade
Complete in Place, for the Sum of
O\J~ \ v1? $ 3'dlDl41' '16
~ Dollars $
~{.\,j1i ~\I~Cents per unit
17 392 TON Hydrated Lime (42LBS/SY)
Complete in Place, for the Sum of
aWE fu\.J~ ~w .00 ,d)
Dollars \ \b $ l\3'~o
Cents per unit $
18 95 S.Y. Flexible Crushed Stone Base
Driveway
Complete in Place, for the Sum of
~\ (2.\\.1 Dollars 3D'OO JB5D .(f)
NO Cents per unit $ $
19 1 LUMP Restore Parkway and Disturbed
SUM Areas
Complete in Place, for the Sum of
!1:"\~T-.l ~N \r.:;~"-i, ~l '\I Eo .DO
\4uJ-.lDC>~D Dollars $ !)DfXD-CO
1\J'0 Cents per unit $ !5::f:[::[:J
20 51 EACH Barrier Free Ramp
Complete in Place" for the Sum of
~ \ e-W,flj ~UkJ~~D .(j) CO
Dollars
Nt> Cents per unit $ 1300 $ l!Jla?J:$.)
H:lprojIOI338601ISpecs\Bid Specs Feb 2008\Bid Schedule.doc
/-23
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
21 1,635 SQUARE Sidewalk Retaining Wall
FOOT
VERT. Complete in Place, for the Sum of
F ACE OF .~ \ e."1 OlJ~
WALL $ 5150?- .50
Dollars 31,5D
1=", F'''-} Cents per unit $
22 822 EACH 4" Round Reflective and Non-
Reflective Buttons
Complete in Place, for the Sum of
-h ,,~ 5.~5 5u
Dollars
~ ents per unit $ $ 4.3i5 .
23 506 L.F. Reflective Pavement Striped
Complete in Place, for the Sum of
3"€-" 'f.X\ 50 ~
.- Dollars l' 31<15-
.~\- \t:=T,+-Cents per unit $ $
24 4 EACH Reflective Pavement Markings
~€b
Dollars
Cents per unit
$
\cb'cD
. $ IJ. ?..D.fjj
25
39
EACH
Road Sign Supports and
Assemblies (Relocation)
Complete in Place, for the Sum of
$ 3101,50 $ lLJ332,5:l
H:\proj\Ol 33860 IISpecsIBid Specs Feb 2008IBid Schedule.doc
1-24
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
26 4 EACH Remove and Relocate Existing
Street Light Assembly
Complete in Place, for the Sum of
"'"\\-\ \Q..'i F, \! "E. Uv~1:>eID tf5J
Dollars ftOtfO
~D Cents per unit $ $ \L\ CC()
27 1 LS Irrigation Modifications
Complete in Place, for the Sum of
~'tf~~~~~ 11loDD'\P \'AlQCO' cO
j Dollars
.~a Cents per unit $ $
28 1,720 L.F. Remove Existing Pipe
Complete in Place, for the Sum of
t\" \j ~ Dollars 6J0 Qo3D'oD
-(" ~ ^,,..L."-hV-P_ Cents per unit $ $
I
29 4 EACH Remove Existing Inlet
Complete in Place, for the Sum of
~\1~~~~C)~l~ 5'AS' cD :ill
t:i. Dollars 'A'Dt>
~t> Cents per unit $ $
30 6 EACH Remove Existing Headwall
Complete in Place, for the Sum of
~\Il~~~~~etk 5).5 .to .DD
Dollars 3\50
ND Cents per unit $ $
H:\projIO 133860 I ISpecsIBid Specs Feb 2008\Bid Schedule.doc
1-25
Bidding Documents
31
32
33
34
35
Quantity
1,163
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Unit
L.F.
958
L.F.
Description and Price in Words
24" HDPE
Complete in Place, for the Sum of
~~~=r~
.L Dollars
~ , ~ '( 'f-- Cents per unit
21" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
(', ~ \"~ Se.\j'€.Jl
e.- Dollars
~i'A~cents per unit $
24" Class III Reinforced Concrete
Pipe
CO(l\lete in Place, for the Sum of
~~.,.~ T-"eEE
Dollars
Nh.-- Cents per unit $
27" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
S\ '" "t-f.\C1+l-\'
_ Dollars
i\.!.pn+\I-~\ I.I€...Cents per unit $
I
30" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
s.,'l~e~
~ Dollars
t'\ ~\}_Cents per unit $
H:lprojI0133860I ISpecsIBid Specs Feb 20081Bid Schedule.doc
1-26
476
L.F.
79 .
L.F.
237
L.F.
Unit
Price
$
~.
!JJ'~
~Yl1f5
Total
Price
5)
$1o\t61.
$ 553)45<::
t ?J" CO $ AD.crffi ro
~~~
~.fD
$
5311-;15
$JJ~\ <1.~
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
36 594 L.F. 36" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
(\C1~\~ ~UJe. 94,00
~ Dollars $ $ 4QB1Lo'
Cents per umt
37 134 L.F. 39" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
~\\J'G-''f ~e Q4.5D \ ~ldS' r$:)
~ Dollars $ $
~'t- Cents per unit
38 453 L.F. 42" Class III Reinforced Concrete
Pipe
$ qq~5' $ 45l~"15
39 910 L.F. 48" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
UutJDeE'D \\D1.6 5
Do liars
, ... Cents per unit $ $ \DtBU
40 310 L.F. 54" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
)L\ \-;16 l\~42' :>
$ $
H:lprojlOI 338601lSpecslBid Specs Feb 2008\Bid Schedule,doc
1.27
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
41 46 L.F. 66" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
. J).s:c. ~~~ NI~'T~
\Q4.V $~
~ Dollars
~~-Fi\l~ Cents per unit $
42 332 L.F. 72" Class III Reinforced Concrete
Pipe
Complete in Place, for the Sum of
'~D UvtJ~P".~ A}D5D ?J . b'D
\'\./ en\-~ Dollars $ $1 Otio
t:" \ fZ''1 ents per unit
43 4 EACH 6' Curb Inlet
Complete in Place, for the Sum of
-i'\J-e~~ DvE \Juu~ 8 .dtl
~ Dollars 'A,.tp $ 4to
~"t) Cents per unit $~
44 1 EACH 20' Curb Inlet
Complete in Place, for the Sum of
~~'~~ ~~ ~rs.Db $ Sto 15" ()L)
'-~ ~ Dollars
""TO Cents per unit $
45 18 EACH 10' Recessed Curb Inlet
Complete in Place, for the Sum of
..-( It: l ~"-I C~..p U. \lJ\ ')Dt' J","" 14\5 cD l13tt1D m
1- \ ~-r e: ~ l-.J Dollars
~l) Cents per unit $
,--
"
H:lprojlOl338601lSpecslBid Specs Feb 2008'Bid Schedule. doc
1.28
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
46 5 EACH 3' x 3' Drop Inlet
Complete in Place, for t,he Sum of
~ \Je.\s\\{ t\..i'f., ~U\.l - 1\ CD CO V6tb oD
~ Dollars
(:) Cents per unit $ $ \
47 1 EACH 4' x 4' Drop Inlet
Complete in Place, for the Sum of
-"\~\.l~' 'j. ~\-llfi.~ $ 1~'J5'CO '1lo~ .
~ ~ \ - t:" ~ Dollars
.... \0 Cents per unit $
48 1 EACH 3 Grate Inlet
Complete in Place, for the Sum of
\"')&N~s. 'I. fu f1 bCEb ~~?5' $ 'Jio'A5.6D
'\ ~~ \ '" ~ 11Jt. Dollars $
\J l ~ Cents per unit
49 EACH 4 Grate Inlet
Complete in Place, for the Sum of
&5D Ob r$:J
$ $3\~
50 4 EACH Combination 3 Grate Inlet
Complete in Place, for the Sum of
../. roT::J
33._rf::/~C
$ $G-\L4D
H:\proj\OI33860IISpecsIBid Specs Feb 2008IBid Schedule. doc
/29
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
51 I EACH Storm Drain Manhole 4' Square
Complete in Place, for the Sum of
~~~~I~"~~ 3L\\J.)'OC ~LP' Q\J
00 Cents per unit $ $
52 I EACH Storm Drain Manhole 5' Square
Complete in Place, for the Sum of
~~\~ l\ . OJ $ L4'ADC:J .~~
u~ED Dollars ADD
Cents per unit $
53 1 EACH Reinforced Concrete Headwall
Type'B'
Complele in Place,~he Sum of
~~\\)~D tJ~ ~lJxJ ~ 41Db~
Dollars
~D Cents per unit $ $
54 81 S.Y. Ft. Stone Riprap, Grouted, Type
A
Complete in Place, for the Sum of
S~" ~~N~0"eEE. i'Q.5D $ 5163,50
st Dollars $
~ \ ~ Cents per unit
55 5,713 L.F. Trench Safety System
Complete in Place, for the Sum of
l)\J~ ) .cD $ ~B .lt6
Dollars
f\\l f.. Cents per unit $
,/
/"-', ~'l
H:\proj\01338601 \Specs\Bid Specs Feb 2008\Bid Schedule.doc
1-30
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
56 1 LS Erosion Control
Complete in Place, for the Sum of
~-n~b .cP . cf::)
"-l 'DeE Dollars \4\ CO
ND Cents per unit $ $ )L\ \00
57 90 L.F. 6" PYC DR 14 CL 200 Water
Pipe
Complete in Place, for the Sum of
-i~\\ (l'"('{ Dt-J~ 8\.5D $?W"~
Dollars
(\ ~-r'i--cents per unit $
58 220 L.F. 8" PYC DR 14 CL 200 Water
Pipe
Complete in Place, for the Sum of
(oe ''4 \'vVO 4'A,QD $ q-JL\D" dD
Dollars
ND Cents per unit $
59 3,750 L.F. 12" PYC DR 14 CL 200 Water
Pipe
Complete in Place, for the Sum of
~\~\"i &~ ~t-J 5'1 ~ 5 5t
t""\ Dollars $ l..\lo 5lc'1'
'-.. ..... . ~vtCents per unit $
-/ I
60 42 L.F. 6" PYC DR 14 CL 200 Water ~VvD
Pipe by Other Than Open Cut
"3 0.. '; t!b.
Complete in Place, for the Sum of ~ 1,
~~w, G'{'~U\.J $ ,3Qg.t>D
kl\ \ JE, Dollars \~C1'OO
~ Cents per unit $
H:\proj\0133860I \Specs\Bid Specs Feb 2008\Bid Schedule doc
/-3/
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
61 333 L.F 8" PVC DR 14 CL 200 Water
Pipe by Other Than Open Cut
Complete in Place, for the Sum of
'1\,.,() ~ oe.~D\\VE.Nr\J 5D $~
Dollars
HAY Cents per unit $ ~1b'
62 69 L.F. 12" pve DR 14 CL 200 Water
Pipe By Other Than Open Cut
Complete in Place, for the Sum of
~D ~l-It::ee.l> ~~ 1~ \ .50 lloltLC5D
"-l t:" Dollars
~ \ ~,,- / Cents per unit $ $
.' 7
63 8 EACH 6" Gate Valve Box
Complete in Place, for the Sum of
t~~;~\J~~~.? 84bcD $ (Of)[)" oC
tJ'D Cents per unit $
64 15 EACH 8" Gate Valve/Box
Complete in Place, for the Sum of
l)J"t. T~'At--JU \DX) ('j:) 15'1:h ~
t:: \ -r=-t 'I- Dollars
"-\ [') Cents per unit $ $
65 17 EACH 12" Gate Valve/Box
Complete in Place, for the Sum of
~~~~~ 19q()" aD ; 3AI3Dti)
t-JC Cents per unit $
H:\proj\O 133860)\SpecsIBid Specs Feb 2008IBid Schedule. doc
1-32
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
66 19 EACH Connection to Existing Water
Line
Complete in Place, for the Sum of
~\(~ ~~bQ€D\lJE~ 515,D'O $ QQ1S''OO
?"l"-lt. Dollars
ND Cents per unit $
67 EACH. Domestic Water Service Line and
Meter Relocation
Complete in Place, for the Sum of
~\OD .CO 1..' . V'D
$ $ \DD
68 15 EACH Domestic Water Service Line by
Other Than Open Cut and Meter
Relocation
Complete in Place, for the Sum of
\tUJ"ca 5 5t) cO
$ $ \ .,
69 5 EACH Fire Hydrant Assembly
Complete in Place, for the Sum of
--rWE.~ ~ 1\Dt)'cO
.\\J\.i ~ Dollars 1 rfto"
'~o Cents per unit $ $
70 4,528 L.F, Trench Safety
Complete in Place, for the Sum of
D\\}E. l.05 4'154 . u
r\\i~ Do lIars
Cents per unit $ $
H:lproj\OI33860 1 ISpecsIBid Specs Feb 2008IBid Schedule.doc
/-33
Bidding Documents
71
72
73
74
75
Quantity
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Unit
67
L.F.
Description and Price in Words
Unit
Price
425
L.F.
8" PVC Sanitary Sewer Pipe,
SDR 35
Complete in Place, for the Sum of
:J\..\\ eT\} (3\ \L -"' ~
Q.- Dollars 3lo' l-'
(j\l~Cents per unit $
10" PVC Sanitary Sewer Pipe,
SDR 35
Complete in Place, for the Sum of
rcQ:\\.1 T wu
. Dollars
t'lo Cents' per unit
$
~1'cO
EACH
2
EACH
4' Diameter Sanitary Sewer
Manhole
Total
Price
$ I")L\Lo~.25
.00
$ \llrD
Complete in Place, for the Sum of
~'h~~~o~s 1l/,l)h.D{) $ 'I; _<'I~.o1:J
....J U Cents per unit $ A. (j ~ ^lJ) J....J
Wastewater Access Device
Complete in Place, for the Sum of
1'\tJ ~ \J\ \/ n,"-J f. iL\J\;- P lJ
/ Dollars ~\ c::O
lJ"D Cents per unit $ ^ DD
Sanitary Sewer Service
$ '-i J..t::f:tJ::J
Complete in Place, for the Sum of ~
f'\l 'to-' ~ l....., '\~.t--i .........
~ F'\W'J 6ol~ . (. 06D .CD 11 " 'DO
N-D Cents per unit $ . $_ '.(J....O\.-...J_
H:\projIOI33860JlSpecslBid Specs Feb 2008IBid Schedule.doc
1-34
4
EACH
. I " I
Bidding Documents
BID SCHEDULE
COPPELL ROAD - COOPER LANE TO SANDY LAKE ROAD
Quantity
Unit
Description and Price in Words
Unit
Price
Total
Price
76 4 EACH Adjust Sanitary Sewer Manhole
Complete in Place, for the Sum of
~\ \J ~ ~\V~betD\\tJBJT ~ 5J5LP cJJ
t=: '\..I C Dollars
NU Cents per unit $ $ ~\ t:()'
77 492 L.F. Trench Safety
Complete in Place, for the Sum of
~~ ,.dS $ .5\ La .l!t D
~ \ '4~ Dollars
Cents per unit $
78 2 EACH Project Sign
Complete in Place, for the Sum of
(au Q .fuSjbQ.E:D li5D .r:f) qCO'O'O
~ \ t:' Dollars
~\:) Cents per unit $ $
TOTAL AMOUNT OF BASE BID - ITEMS 1.;78
)5
$ 'J.. ~~ 8liA Ul '
Unit prices are to be shown in both words and figures. In case of a discrepancy, the unit price in
words will prevail. Prices listed above are the only compensation to be made. All items of work
required to complete the work as shown on the plans and as specified which are not listed as a pay
item in this proposal are considered subsidiary.
J J.~ t.l i t ~
~ trt1E\,,:>po~e ..J
~D fOTPcJ 2,851, ~4".?> 0_
H:lprojI01J38601ISpecslBid Specs Feb 2008IBid Schedule.doc
1-35
Bidding Documents
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
TOTAL BASE BID ITEMS - 1-78
$1.~5B~1L.o ,,5
365
In Words: 'wo M, \\IC)lJ, t:\C::,~, fu~Dee.t> r\c:~'i f\G \-\r T~~ j::)
S\~ Bu"-JD"e~t> \WE.~'( S 'I- bDLuqes~ J:"\FT~E~ (l~NI5.
6. BIDDER agrees that all Work awarded will be completed within 365 Calendar Days from
June 9, 2008. Contract time will commence to run on June 9, 2008 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.
8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on
tangible personal property to be incorporated into the project. Said taxes are not included in
the Contract Price (see Instructions to Bidders).
9. 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 Owner reserves the right to delete any portion of this project as it may deem necessary to stay
within the available funds. Should the Owner elect to delete any portion, the contract quantities will
be adjusted accordingly.
PROPOSAL GUARANTY
~ A Proposal Guaranty shall be provided in accordance with Item 1.5 of the NCTCOG
Standard Specifications for Public Works Construction.
SUBMITTED ON
)\SE~-:VA" , N~ Oc.
Signature:
r,~- ~
"AQ.-n.\oQ... "seD I'Ye~n:)(Nl"'
1-36
Bidding Documents
BID AFFIDAVIT
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 ninety (90)
calendar days from the date of the bid opening.
STATE OF --r€.~A& COUNTY OF t::X:~_\\Oc. '2:> BEFORE
ME, the undersigned authority, a Notary Public in and for the State of ~, on this day
personally appeared ~\~ \ \ ~ \\ Sf 0 who after being by me
Name
duly sworn, did depose and say:
"I, ~~\.l \2 "\\ SED am a duly authorized office/agent for
Nam~ ~ !'_
\ \ St:.D of A'\J \ ~ U,) - and have been duly authorized to execute the
Name of Firm - ----;) f\
foregoing on behalfofthe said \ \SE.D YA\J \ wG '-D .
Name of Firm .
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or
individual(s) engaged in the same line of business prior to the official opening of this bid, Further, I
certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly
concerned in any pool, agreement or combination thereof, to control the price of services/
commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
Name and Address of Bidder: - \ \ S8:) 'VA\l1 ~ (.q C ("".:) .
l\ \~ [. +lrW'1' 8J::) J M-G"'Sr~l) \\E:. \))( L5J5b
Telephone: (q1~A~ (~,23>y: A Q., ~'-) Q.. h 5E-C)
Title: ~t? tS\ '\:E ~ Signatur~ ~ ...
-
-- --
SUBSCRIBED AND SWORN to before me by the above named ~U'K- ,-; SED
on this the l Cl'*h day of ~O.r{\ ~ 20 Drg
Notary Public in and for the State of '-lE~ t4S
~On~'~~'
1-37
Bidding Documents
r
If BIDDER IS:
An Individual
r
r
By
(Seal)
(Individual's Name)
doing business as
Business address
Phone No.
I
A Partnership
By
(Seal)
(Firm Name)
r
I
(General Partner)
Business address
Phone No.
A Corporation
By "SIT:> -VA" I t.JG C.O-
(Corporation Name)
tv\\
(State of Incorporation)
By fi..~\.)Q... \\ SE. ~
<J'!ame of person authori~ed to sign)
'~~~~\~Er-J \
I (Tj~e) /)"
(Corporate Seal~) 1_ Ii;, "~/
Attest ~-G~ '7
I (Secretary)
~"I'iness address _ . ~ ~...\.\.-..J'I 9,n TIn
J'J\~r~ ) )"/..16\~ ~ Phone No. J..)'7gQ{J723
A Joint Venture
By
(Name)
(Address)
By
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to
the joint venture should be in the manner indicated above.)
/-38
Bidding Documents
PREVAILING WAGE RATES
Air Tool Operator ... ...... .......... ............. 9.00
Asphalt Raker ... ......... ......... ......... ... ... 9.55
Asphalt Shoveler ... ...... ...... ... ... ... ... ......8.80
Batching Plant Weigher....................... .11.51
Carpenter ......... ........................... ..... 10.30
Concrete Finisher-Paving .................... ..10.50
Concrete Finisher-Structures......... .... .. .... 9.83
Concrete Rubber ................................. 8.84
Electrician....................................... .15.37
Flagger ......... ............... ... ......... .. ....... 7.55
Form Builder-Structures........................ 9.82
Form Liner-Paving and Curb .................. 9.00
Form Setter-Paving and Curb .................. 9.24
Form Setter-Structures ......................... 9.09
Laborer-Common......... .................. ..... 7.32
Laborer-Utility ................................... 8.94
Mechanic.................... ..................... 12.68
Oiler............ _................................. 10.17
Servicer ...... ... .. .. .. . .. .. .. . . .. . .. .. .. .. . .. . .. .. 9.41
Painter-Structures...... ......................... 11.00
Pipe Layer ............... ........'............. .... 8.98
Blaster ............... ............................. 11.50
Asphalt Distributor Operator...... ...... .. . ... 10.29
Asphalt Paving Machine... ... ......... ...... 10.30
Broom or Sweeper Operator .. .. .. . .. .. .. .. . . ... 8.72
Bulldozer....................................... 10.74
Concrete Curing Machine...................... 9.25
Concrete Finishing Machine............ ...... 11.13
Concrete Paving Joint Machine............... 10.42
Concrete Paving Joint Sealer .................. 9.00
Truck Driver Lowboy/Float ...... ... ...... .... 10.44
Truck Driver-Transit Mix .................. .... 9.47
Truck Driver-Winch ......... .. .. .. .. . .. . .. . .... 9.00
Vibrator Operator-Hand Type .................. 7.32
Welder..................... .................. .... 11.57
Concrete Paving Saw......... ....................... 10.39
Concrete Paving Spreader..................... ......10.50
Slip form Machine Operator .......................... 9.92
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel ..................... .. . ... 11.04
Foundation Drill Operator Crawler Mounted .....10.00
Foundation Drill Operator Truck Mounted ....... 11.83
Front End Loader......... ......... ... ................ 9.96
Milling Machine Operator........................... 8.62
Mixer............ ... ...... ............................. 10.30
Motor Grader Operator Fine Grade... ............ 11.97
Motor Grade Operator... ......... ............... .... 10.96
Pavement Marking Machine ............ ............. 7.32
Roller, Steel Wheel Plant-Mix Pavements ......... 9.06
Roller, Steel Wheel Other Flatwheel or
Tamping......................................... 8.59
Roller, Pneumatic, Self-Propelled .................. 8.48
Scraper... ......... ...... ... ... ... ........... ....... ..... 9.63
Tractor-Crawler Type................... ............ 10.58
Tractor-Pneumatic.................................... 9.15
Traveling Mixer....................................... 8.83
Wagon-Drill, Boring Machine ...... ......... ...... 12.00
Reinforcing Steel Setter Paving ... ............ ..... 13.21
Reinforcing Steel Setter Structures ...... .. . .. .. ... 13.31
Steel Worker- Structural............................ 14.80
Spreader Box Operator .............................. 10.00
Work Zone Barricade........................ ...... ... 7.32
Truck Driver-Single Axle Light..................... 8.965
Truck Driver-Single Axle Heavy .... ..... ...........9.02
Truck Driver -Tandem Axle Semi Trailer ......... 8.77
1-39
Bidding Documents
SECTION 2
CONTRACT
DOCUMENTS
THE . CITY . 0 F
corrELL
.
l'
e
.f K Ii
2-1
STANDARD FORM OF AGREEMENT
BETWEEN CITY OF COPPELL AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
TIllS AGREEMENT is dated as of the
day of
in the year
2008 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter
called OWNER) and
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
This work shall consist of the construction of Coppell Road extending from Cooper Lane to
Sandy Lake Road. This project will include the removal of existing pavement, excavation,
and all related utilities, as well as the construction of pavement, storm sewer, and utilities as
described in the plans for ST 00-03. Worle shall include all components necessary for the
"turn key" construction of the project as shown in the plans for the Coppell Road Project #
ST 00-03.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Construction of
CoppeR Road Project
Project - No. ST 00-03
Bid No. Q-OI08-01
Article 2. ENGINEER.
The Project has been designed by Huitt-Zollars, Inc. 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.
2-2
Contract Documents
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 365 Calendar Days from the date when the
Contract time commences to run, June 9, 2008, 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 requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER $ 1.000.00 for
each day that expires after the time specified in paragraph 3.1 for Completion until the
Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents in current funds subject to additions and deductions by Change Orders
as provided in the contract documents in accordance with the unit prices listed in Section 1
- Proposal and Bid Schedule. The contract sum shall be the amount of
$ . The total tangible property cost included in the contract sum is
$
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in the
General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract
Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, each month during construction as provided below. All progress payments
will be on the basis of the progress of the Work measured by the schedule of values
established in Item 1.51 of the General Provisions (and in the case of Unit Price Work based
on the number of units completed) or, in the event there is no schedule of values, as
provided in the General Provisions.
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
2-3
Contract Documents
determine, or OWNER may withhold, m 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.
hI 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-l.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,
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.
2-4
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
CONlRACTOR concerning the Work consist ofthe following:
8.1. This Agreement.
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, (Third Edition).
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2
thru 3-10).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for "Coppell Road Project - # ST 00-03 for the City of Coppell".
8.8. Drawings entitled: "Coppell Road Project - # ST 00-03 for the City of Coppell".
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section I - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to 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.
2-5
Contract Documents
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 of the General Provisions
will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due
and moneys that are due may not be assigned without such consent (expect to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the
contrary fu. 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 CONlRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
2-6
Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on
~d~~
,2008.
OWNER: City of Coppell
255 Parkway Boulevard
Coppell, TX 75019
CONTRACTOR:
)Ii./')
.1 ,: l ,./ _.~..,
/,c/,. /", ""...~.
,.
BY:
TITLE: aIry /J1AJJ~€R
A~~ 13~/~~
Address for givin otices:
B~ ~--=-?-
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffin, P .E.
Dir. ofEngineeringlPublic Works
TITLE: ^ RJ N U R J I S EO 1 NE S II EN ,
AITEST:~.J:l.L
Address for giving notices:
~Iq ~. W~". BD
MrsQUITh,~ 7SI..$U
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2-7
Contract Documents
l
ACORQ.. CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDIYY)
04/21/08
PRODUCER 1-248-828-3377 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Valenti Trobec Ch-..nd1er Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1175 West Long Lake Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 200
Troy, HI 48098 INSURERS AFFORDING COVERAGE
Delano Valenti
INSURED INSURER A: Zurich American Insurance Companv
Tiseo Paving Company. Inc.
INSURER B: Zurich American Guarantee Insurance Company
P.O. Box 270040 INSURER C: St Paul Travelers Insurance Company
Dallas, TX 75227 INSURER D:
I INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I~~~ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
A GENERAL LIABILITY GL0930734805 11/01/07 11/01/08 EACH OCCURRENCE $ 1,000,000
~~MERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ 300,000
~ [!l $ 5,000
! CLAIMS MADE X OCCUR MED EXP (Anyone person)
X Blanket AI PERSONAL & ADV INJURY $ 1,000,000
X Waiver of Subrogation GENERAL AGGREGATE $ 2,000,000
~'L AGGRE~E LIMIT APFlS PER: PRODUCTS-COM~OPAGG $ 2,000,000
POLICY X ~~,9,: LOC
A ~TOMOBILE LIABILITY BAP591712402 11/01/07 11/01/0B COMBINED SINGLE LIMIT
$1.000,000
X ANY AUTO (Ea accident)
I---
- ALL OWNED AUTOS BODILY INJURY
(Per person) $
- SCHEDULED AUTOS
~ HIRED AUTOS BODILY INJURY
$
X NON-OWNED AUTOS (Per accident)
-
X Blanket AI End't PROPERTY DAMAGE
- $
X Waiver of Subrogation (Per accident)
~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO I EA ACC $
OTHER THAN
AUTO ONLY: AGG $
B EXCESS LIABILITY AUC926299700 11/01/07 11/01/0B EACH OCCURRENCE $10,000,000
~'OCCUR D CLAIMS MADE AGGREGATE $10,000,000
$
==1 DEDUCTIBLE $
RETENTION $10,000 $
A WORKERS COMPENSATION AND WC930734905 11/01/07 11/01/08 X I WC STATU- IOJ~-
EMPLOYERS' LIABILITY $ 1,000,000
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $ 1,000,000
E.L. DISEASE - POLICY LIMIT $1,000,000
OTHER
C Leased/Rented Equipment QT660945X2322TLC06 11/01/07 11/01/0B Oed: $1,000 $ 250,000
$
$
DESCRIPTION OF OPERATIONSlLOCATIONSlVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Project: Coppe11 Road Project (from Sandy Lake Road to Cooper Lane) 8ST 00-03
Certificate Holder is Named Additionally Insured
Waiver of Subrogation Applies
CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Coppe1l DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
Dir of Engineering/Public Works NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Attn: Ken Griffin, P.E. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
P.O. Box 9478
REPRESENTATIVES.
Coppell, TX 75019 AUTHORIZED REPRESENTATIVE ~ 4,JIL .p
I USA
ACORD 25-S (7/97) mtaylor
8570024
@ ACORD CORPORATION 1988
~
-1
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer. and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-8 (7/97)
~
POLICY NUMBER: GL093073480S
COMMERCIAL GENERAL LIABILITY
CG 25030397
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED CONSTRUCTION PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Designated Construction Projects:
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
A. For all sums which the insured becomes legally
obligated to pay as damages caused by
"occurrences" under COVERAGE A (SECTION
I), and for all medical expenses caused by
accidents under COVERAGE C (SECTION I),
which can be attributed only to ongoing
operations at a single designated construction
project shown in the Schedule above:
1. A separate Designated Construction Project
General Aggregate Limit applies to each
designated construction project, and that limit
is equal to the amount of the General
Aggregate Limit shown in the Declarations.
2. The Designated Construction Project General
Aggregate Limit is the most we will pay for the
sum of all damages under COVERAGE A,
except damages because of "bodily injury" or
"property damage" included in the "products-
completed operations hazard", and for
medical expenses under COVERAGE C
regardless of the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims or
bringing "suits".
3. Any payments made under COVERAGE A for
damages or under COVERAGE C for medical
expenses shall reduce the Designated
Construction Project General Aggregate Limit
for that designated construction project. Such
payments shall not reduce the General
Aggregate Limit shown in the Declarations
nor shall they reduce any other Designated
Construction Project General Aggregate Limit
for any other designated construction project
shown in the Schedule above.
4. The limits shown in the Declarations for Each
Occurrence, Fire Damage and Medical
Expense continue to apply. However, instead
of being subject to the General Aggregate
Limit shown in the Declarations, such limits
will be subject to the applicable Designated
Construction Project General Aggregate
Li m it.
B. For all sums which the insured becomes legally
obligated to pay as damages caused by
"occurrences" under COVERAGE A (SECTION
I), and for all medical expenses caused by
accidents under COVERAGE C (SECTION I),
which cannot be attributed only to ongoing
operations at a single designated construction
project shown in the Schedule above:
1. Any payments made under COVERAGE A for
damages or under COVERAGE C for medical
expenses shall reduce the amount available
under the General Aggregate Limit or the
Products-Completed Operations Aggregate
Limit, whichever is applicable; and
2. Such payments shall not reduce any
Designated Construction Project General
Aggregate Limit.
C. When coverage for liability arising out of the
"products-completed operations hazard" is
provided, any payments for damages because of
"bodily injury" or "property damage" included in
the "products-completed operations hazard" will
reduce the Products-Completed Operations
Aggregate Limit, and not reduce the General
Aggregate Limit nor the Designated Construction
Project General Aggregate Limit.
CG 25 03 03 97
Copyright, Insurance Services Office, Inc., 1996
D. If the applicable designated construction project
has been abandoned, delayed, or abandoned
and then restarted, or if the authorized
contracting parties deviate from plans, blueprints,
designs, specifications or timetables, the project
will still be deemed to be the same construction
project.
E. The provisions of Limits Of Insurance (SECTION
III) not otherwise modified by this endorsement
shall continue to apply as stipulated.
CG 25 03 03 97
Copyright, Insurance Services Office, Inc., 1996
Additional Insured - Automatic - Owners, Lessees Or
Contractors - Broad Form
~
ZURICH
Policy No. Efr. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'l. Prem Return Premo
$ $
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are required
to add as an additional insured on this policy under a written contract or written agreement.
B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and advertis-
ing injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and
CoverageB, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if
I. The "bodily injury" or "property damage" results from your negligence; and
2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from:
a. Your ongoing operations; <r
b. "Your work" completed as included in the "products-completedoperations hazard",
performed for the additional insured, which is the subject of the written contract or written agreement.
C. However, regardless ofthe provisions of paragraphs A. and B. above:
I. We will not extend any insurance coverage to any additional insured person or organization:
a. That is not provided to you in this policy; or
b. That is any broader coverage than you are required to provide to the additional insured person or organization in the
written contract or written agreement; and
2. We will not provide Limits ofInsurance to any additional insured person or organization that exceed the lower of
a. The Limits ofInsurance provided to you in this policy; or
b. The Limits of Insurance you are required to provide in the written contract or written agreement.
D. The insurance provided to the additional insured person or organization does not apply to:
I. "Bodily injury", "property damage" or "personal and advertising injury" that results solely from negligence of the addi-
tional insured; or
Includes copyrighted material of Insurance Services Office. Inc. with its permission.
U-GL-I 17S-A CW (9/03)
Page 1 of2
2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to
render any professional architectural, engineering or surveying services including:
a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field
orders, change orders or drawings and specifications; and
b. Supervisory, inspection, architectural or engineering activities.
E. The additional insured must see to it that:
I. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim:
2. We receive written notice of a claim or "suit" as soon as practicable; and
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by an-
other insurer under which the additional insured also has rights as an insured or additional insured.
F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in-
surance available to any additional insured person or organization unless the other insurance is provided by a contractor
other than you for the same operations and job location. Then we will share with that other insurance by the method de-
scribed in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS.
Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as writ-
ten.
U-GL-f 175.A CW (9/03)
Page2of2
PERFORMANCE BOND
Bond No. 35BCSEU3781
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company
whose address is 419 East HiQhway 80. Mesquite, TX 75150
hereinafter called Principal, and Hartford Fire Insurance Company , a
corporation organized and existing under the laws of the State of Connecticut , 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 Wlder the laws of the State of
Texas, hereinafter called "Beneficiary", in the penal sum of
Two Million Eight Hundred Fifty Eight Thousand Six Hundred Twenty Six and 15/100THS DOLLARS
($ 2,858.626.15 ) in lawful money of the United States, to be paid in Dallas COWlty,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amoWlt of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of
, AD. 20 . , which is made a part hereof by reference, for the construction of
certain public improvements that are generally described as follows:
Construction of
Coppell Road
Project - # ST 00-03
Bid No. Q-OI08-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the Wldertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract documents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any guaranty or warranty required Wlder this Contract, and shall also well and
truly perform and fulfill all the Wldertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary
may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary
all outlay and expense which the Beneficiary may incur in making good any default or deficiency,
then this obligation shall be void; otherwise, it shall remain in full force and effect.
2-10
Contract Documents
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 ofthe 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 delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
one of which shall be deemed an original, this the 17th day of
four (4)
April
copies, each
,20~
PRINCIPAL
SURETY
By:~-- -
Title: Arthur TIMO. PresIdent
Hartford Fire Insurance Company
/"~
(/\:1~711. ~
By: I ,.
Tiseo Pavinq Company
Title: Kathleen M. Irelan, Attorney-In-Fact
~~
ATTEST:
Resident Agent of the Surety in Dallas or Denton County, Texas, for delive
NAME: William O. Birdsonq
ADDRESS: 10000 N Central Expressway, Ste 1100. Dallas, TX 75231
NOTE: Date of Perfonnance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name.
2-11
Contract Documents
PAYMENT BOND
Bond No. 35BCSEU3781
STATEOFTEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Company
whose address is 419 East Highway 80. Mesquite, TX 75150
hereinafter called Principal, and Hartford Fire Insurance Company , a
corporation organized and existing under the laws of the State of Connecticut , 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 ofthe State of
Texas, hereinafter called "Beneficiary", in the penal sum of
Two Million EiQht Hundred Fifty Eight Thousand Six Hundred Twenty Six and 15/100THS DOLLARS
($ 2.858.626.15 ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum ofthis Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City ofCoppell, dated the of , A.D.
20 , which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
Construction of
CoppeD Road
Project - # ST 00-03
Bid No. Q-OI08-01
NOW, THEREFORE, if the Principal shall w~ll, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying
2-12 Contract Documents
the same, shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Dallas County or Tarrant 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 ofthe insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in four (4)
one of which shall be deemed an original, this the 17th day of April
copies, each
.20~.
PRINCIPAL
SURETY
Tiseo Paving Company
Hartford Fire Insurance Company
/""'_1
(. \,", rl~ J11
By: .i" /,U'1 .
1'1" -
~
By:~___~
Title: Arthur TIseo. Pre8ldent
Title: Kathleen M. Irelan. Attorney-In-Fact
AmsT: ~
4t", ~
ATTEST:
fj~IA()~
The Resident Agent of the Surety in Dallas or Tarrant County, Texas, for delivery of notice and
service of the process is:
NAME:
William D. Birdsong
ADDRESS:
10000 N Central Expressway. Ste. 1100, Dallas. TX 75231
NOTE: Date of Peiformance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's
name.
2-13
Contract Documents
MAINTENANCE BOND
Bond No. 35BCSEU3781
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT Tiseo PavinQ Company
419 East HiQhway 80, Mesquite. TX 75150 as Principal,
and Hartford Fire Insurance Company , a corporation organized under
the laws of Connecticut , 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 Million Four Hundred Twenty Nine Thousand Three Hundred Thirteen Dollars and
08/100THS Cents ($ 1.429.313.08 ) , for the payment of which sum
will and truly be made unto said Tiseo Paving Company , and its successors, said principal
and sureties do hereby bind themselves, their assigns and successors jointly and severally.
TillS obligation IS conditioned; however, that whereas, the said
Tiseo Paving Company
has this day entered into a written contract with the said City of Coppell
to build and construct CoppeD Road Project - # ST 00-03, which contract and the plans and
specifications therein mentioned, adopted by the City of Coppell are hereby
expressly made a part thereof as through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor
will maintain and keep in good repair, the work herein contracted to be done and performed, for a
period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs
andlor reconstruction in whole or in part of said improvements that should be occasioned. by
settlement of foundation, defective workmanship or materials furnished in the construction or any
part thereof or any of the accessories thereto constructed by the Contractor. It being understood that
the purpose of this section is to cover all defective conditions arising by reason of defective material
and charge the same against the said Contractor, and sureties on this obligation, and the said
Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said
contract for each day's failure on its' part to comply with the terms of said provisions of said
contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to
maintain said work and keep the same in repair for the said maintenance period of two (2) years, as
provided, then these presents shall be null and void, and have not further effect, but if default shall
be made by the said Contractor in the performance of its' contract to so maintain and repair said
work, then these presents shall have full force and effect, and said City of Coppell
shall have and receive from the said Contractor and its' principal and sureties damages in the
premises, as provided; and it is further agreed that this obligation shall be a continuing one against
the principal and sureties, hereon, and that successive recoveries may be and had hereon for
successive branches until the full amount shall have been exhausted; and it is further understood
that the obligation herein to maintain said work shall continue throughout said maintenance period,
2-14
Contract Documents
and the same shall not be changed, diminished or in any manner affected from any cause during
said time.
IN WITNESS WHEREOF, the said Tiseo Pavinq Company has
caused these presents to be executed by
and the said Hartford Fire Insurance Company has caused these presents to
be executed by its Attorney in fact and the said Attorney in fact Kathleen M. Irelan
has hereunto set his hand, the 17th day of April . 20 08
PRINCIPAL
SURETY
By:~ ~-==::-
Arthur TiMO. Pre8ldent
Hartf~~,jfe Insurance Company
By: '>/;~~ 711. ~
Tiseo Paving Company
. Title:
Title: Kathleen M. Irelan. Attorney-in-Fact
WITNESSM
_~ lJ.k
,
ATTEST:
!fn1Jl (]~
NOTE: Date of Maintenance Bond must not be prior to date of Contract
2-15
. Contract Documents
- POWER OF ATTORNEY
- KNOW ALL PERSONS BY THESE PRESENTS THAT:
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-4
P.O. BOX 2103,690 ASYLUM AVENUE
HARTFORD, CONNECTICUT 06115
call: 888-266-3488 or fax: 860-757-5835
Agency Code: 35-351225
[X] Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
[X] Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
[K] Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State ofConnecticllt
CJ Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
CJ Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
c::J Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State ofllJinois
c::J Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
c::J Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
Robert Trobec, Kathleen M. Irelan, Ian J. Donald, Jeffrey A. Chandler
of
Troy, MI
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ~, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
- nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies
_ have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
~."CD::':-':....
~~#~'
,;:[,'" '!,\
~~t .. ;::~
,,,-'.197<), r:J
\::J:;:.~"._.....: ~~,I
~"r,;;.:~~~.':.~,y
f~O C\..~
(') /
{~J CtArGt..A
"'/.01' .t -(/l/'--
I t"/ '-'.$/
Paul A. Bergenholtz, Assistant Secretary
David T. Akers, Assistant Vice President
STATE OF CONNECTICUT}
55. Hartford
-COUNlY OF HARTFORD
On this 4th day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the
corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the
-laid instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed
lis name thereto by like authority.
/jc:w-<f7 g~
Scott E. Paseka
Notary Public
CERTIFICATE My Commission Expires October 31,2007
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
:opy of the Power of Attorney executed by said Companies, which is still in full force effective as of April.17, 2008
Signed and sealed at the City of Hartford.
.
t;;. . i ..a-J----- -
f!ryjJ~ t~
Gary W. Stumper, Assistant Vice President
Certificate of Insurance
. After award of contract, Contractor will provide Owner with Certificate of Insurance, which will be
executed and bound here with final documents.
2-8
Contract Documents
General Instructions For Bonds
A. The surety on each bond must be a responsible surety company which is qualified to do
business in Texas and satisfactory to the Owner.
B. The name, and residence of each individual party to the bond shall be inserted in the body
thereof, and each such party shall sign the bond with his usual signature on the line opposite
the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal
shall be affixed opposite the signature.
C. If the principals are partners, their individual names will appear in the body of the bond,
with the recital that they are partners composing a firm, naming it, and all the members of
the firm shall execute the bond as individuals.
D. The signature of a witness shall appear in the appropriate place, attesting the signature of
each individual party to the bond.
E. If the principal or surety is a corporation, the name of the State in which incorporated shall
be inserted in the appropriate place in the body of the bond, and said instrument shall be
executed and attested under the corporate seal, the fact shall be stated, in which case a scroll
or adhesive seal shall appear following the corporate name.
F. The official character and authority of the person or persons executing the bond for the
principal, if a corporation, shall be certified by the secretary or assistant secretary according
to the form attached hereto. In lieu of such certificate, records of the corporation as will
show the official character and authority of the officer signing, duly certified by the
secretary or assistant secretary, under the corporate seal, to be true copies.
G. The date ofthis bond must not be prior to the date of the contract in connection with which
it is given.
2-9
Contract Documents
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , 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
DOLLARS
($ ) in lawful money of the United States, to be paid in Dallas County,
Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors jointly and severally, :firmly by these presents. This Bond
shall automatically be increased by the amount of any Change Order or Supplemental Agreement
which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficiary, dated the of
, A.D. 20 , which is made a part hereof by reference, for the construction of
certain public improvements that are generally described as follows:
Construction of
Coppell Road
Project - # ST 00-03
Bid No. Q-OI08-01
NOW, THEREFURE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the plans, specifications and Contract documents during the original term thereof and any
extension thereof which may be granted by the Beneficiary, with or without notice to the Surety,
and during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of:final completion and final acceptance of the Work by Owner; and, if the Principal shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary
may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary
all outlay and expense which the Beneficiary may incur in making good any default or deficiency,
then this obligation shall be void; otherwise, it shall remain in full force and effect.
2-10
Contract Documents
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 oftime, 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 delivered
and on whom service of process may be had in matters arising out of such suretyship, as provided
by Article 7.19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
one of which shall be deemed an original, this the day of
copies, each
,20_.
PRINCIPAL
SURETY
By:
Title:
By:
Title:
ATTEST:
ATTEST:
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is:
NAME:
ADDRESS:
NOTE: Date of Perfonnance Bond must be date of Contract.. If Resident Agent is not corporation, give person's name.
2-1I
Contract Documents
PAYMENT BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal, and , a
corporation organized and existing under the laws of the State of , 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
DOLLARS
($ ) 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, finnly 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 ofCoppell, dated the of , A.D.
20 , which is made a part hereof by reference, for the construction of certain public
improvements that are generally described as follows:
Construction of
CoppeD Road
Project - # ST 00-03
Bid No. Q-OI08-01
NOW, THEREFORE, if the Principal shall wel~ truly and faithfully perform its duties and
make prompt payment to all persons, finns, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise
it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue
shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the Plans, Specifications, Drawings, etc., accompanying
2-12 Contract Documents
the same, sliall 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 Tarrant 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 ofthe insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
one of which shall be deemed an original, this the day of
copies, each
.20_,
PRINCIPAL
SURETY
By: .
By:
Title:
Title:
ATTEST:
ATTEST:
The Resident Agent of the Surety in Dallas or Tarrant County, Texas, for delivery of notice and
service of the process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person:SO
name.
2-13
Contract Documents
MAINTENANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT
as Principal,
, a cOlporation organized under
, as sureties, do
held and bound to pay unto the
COlporation, Texas, the sum of
Dollars and
Cents ($ ) , for the payment of which sum
will and truly be made unto said , and its successors, said principal
and sureties do hereby bind themselves, their assigns and successors jointly and severally.
and
the laws of
hereby expressly acknowledge themselves to be
a Municipal
THIS obligation IS conditioned; however, that whereas, the said
has this day entered into a written contract with the said
to build and construct CoppeD Road Project - # ST 00-03, which contract and the plans and
specifications therein mentioned, adopted by the 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 pUlpose 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
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,
2-14
Contract Documents
and the same shall not be changed, diminished or in any manner affected from any cause during
said time.
IN WITNESS WHEREOF, the said
caused these presents to be executed by
and the said.
be executed by its Attorney in fact and the said Attorney in fact
has hereunto set his hand, the day of
has
has caused these presents to
,20
PRINCIPAL
SURETY
By:
By:
Title:
Title:
WITNESS:
ATTEST:
NOTE: Date of Maintenance Bond must not be prior to date of Contract
2-15
. Contract Documents
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
THE-CITY.OF
COPPELL
~~~Jf
~ ~ ~ q
1\8 . \ &
3-1
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDmONS AMEND THE STANDARD GENERAL PROVISIONS OF
THE STANDARD SPECIFICATIONS FOR PUBliC WORKS CONSlRUCTION, NORTH CENlRAL
TEXAS, LATEST ADDmON, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF
GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS wmCH ARE NOT AMENDED OR
SUPPLEMENTED REMAJN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED
REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
PART I: GENERAL PROVISIONS - DMSION 1 PROPOSAL REQUIREMENTS
ITEM 1.0 - DEFINITIONS
SC-l.0
Engineer: The word "Engineer" in these contract docwnents and specifications shall be understood
as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of
the Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner: The word "Owner" in these contract docwnents 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 am. or after 5:00 p.m., all weekends and holidays are subject to overtime.
Overtime request or scheduled testing must be made in writing and approved by the City of Coppell.
Seventy-two hours notice required. All overtime incurred by the City for inspection services and any
overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may
be deducted from partial payments."
All other tenns used in these Supplementary Conditions which are defined in the General Provisions
shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
3-2
Standard Specifications
Supplementary Conditions
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
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 ofItem 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: Terra-
Mar, Inc. Geotechnical Report No. DE03-118, Dated November 2003.
The Contractor may take borings at the site to satisfY himself as to subsurface conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
"1.20.5 Existing Utilities and Sewer Lines: The Contractor shall be responsible for the protection
of all existing utilities or service lines crossed or exposed by the construction operations.
3-3
Standard Specifications
Supplementary Conditions
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. This includes any and all irrigation systems, whether
or not they are identified on the plans.
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 pwpose of making such changes or repairs of their property that may be made
necessary by the performance of this contract."
ITEM 1.22 - CONTRACTORS RESPONSffiILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If
requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
"1.24.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor
at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER,
Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to
settle with such other Contractor by agreement, or to otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall, to the fullest extent pennitted by Laws and
Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer
hannless from and against all claims, damages, losses and expenses (including, but not
limited to, fees of engineers, architects, attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any action, legal or
equitable, brought by any separate Contractor against OWNER, ENGINEER or
Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S
performance of the Work. Should a separate Contractor cause damage to the work or
property of CONTRACTOR or should the performance of work by any separate
Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any
action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or pennit
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
3-4
Standard Specifications
Supplementary Conditions
thereto, CONTRACTOR may make a claim for an extension of time in accordance with
Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive
remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay,
disruption, interference or hindrance caused by any separate Contractor."
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
thereofwill be charged to OWNER by appropriate Change Order or Written Amendment.
Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise
OWNER whether or not such other insurance has been procured by CONTRACTOR."
SC-1.26.7
Add the following new item:
"1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect
all of the parties' insured and provide coverage for all losses and damages caused by the
perils covered thereby. Accordingly, all such policies shall contain provisions to the
effect that in the event of payment of any loss or damage the insurer will have no rights of
recovery against any of the parties named as insured or additional insured, and if such
waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same."
ITEM 1.27 - MATERIALS AND WORKMANSHIP: WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence ofItem 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREA: COORDINATION WITH OrnER CONTRACfORS: FINAL
CLEANUP
SC-1.32.1
Delete Item 1.32.1 in its entirety and insert the following in lieu thereof:
"Construction stakes/surveying shall be provided by the CONTRACTOR. Monumentation has been
provided for establishing vertical and horizontal control. 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
3-5
Standard Specifications
Supplementary Conditions
determine the conformance of the completed Work as it progresses with the requirements of the
construction documents. Such checking by the Engineer shall not relieve the Contractor of his
responsibility to perform all Work in connection with Contract Drawings and Specifications and to
the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACI'ORS: 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 ofltem 1.33:
"The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to
minimize delay caused to the CONTRACTOR. No additional time shall be given to the
CONTRACTOR of such related work except as provided in Item 1.36."
ITEM 1.36 - DELAYS: EXTENSION OF TIME: LIQUIDATED DAMAGES
SC-1.36
Add the following at the end of the last paragraph in Item 1.36: "No extension of the contract time
shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to
the critical path and that loss of time can not be made up by revising the sequence of the work of the
project."
ITEM 1.37 - CHANGE OR MODIFICATION OF CONTRACT
SC-1.37
1.37.1 Amend the last sentence in Paragraph two ofltem 1.37.1 to delete the following "except as
provided below."
Add the following sentence to the end of paragraph two in Item 1.3 7 .1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
ITEM 1.49 - OWNER'S. EMPLOYEES OR AGENTS
3-6
Standard Speoifications
Supplementary Conditions
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-l.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, fonn materials, etc. are not considered as becoming "incorporated" into the project).
Utilization of this "separated contract" approach eliminates the need for bidders to figure in
sales tax for materials, which are to be incorporated into the project. The 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."
3-7
Standard Specifications
Supplementary Conditions
PART ll:
MATERIALS - DIVISION 2 MATERIALS
ITEM 2.1.5 - TRENCH BACKFILL:
(b) Types "B" and "c"
(4) Additional Requirements
(B) Additional Requirements for Type "c" backfill when used in streets: Insert the
following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 1 00 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 onlv with specific written permission of the Engineer."
ITEM 2.1.6 - RIPRAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Riprap. Add the sentence: ''Mortar or concrete type shall be approved by
the Engineer and shall confonn to A.S.T.M. C 387-83."
ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEWERS:
(a) General: Amend the first sentence, by striking the words "requirements for earth
bedding" and replace with "recommendations of the pipe manufacturer, and shall be
approved by the Engineer".
(b) Earth Bedding: Add the following sentence at the beginning of this paragraph:
"Earth bedding will not be pennitted without written approval of the Engineer."
ITEM 2.2.2 - CHEMICAL ADMIXTURES:
(d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an
admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
3-8
Standard Specifications
Supplementary Conditions
PART HI
CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION
ITEM 3.1.2 - CONSTRUCTION METHODS:
Add the following sentence after the second sentence: "The method of protection shall be 2
inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the
Engineer."
ITEM 3.7.3 - DENSITY:
PART ill
Strike the first sentence and replace with the following: "Earth embedment and select
material shall be compacted to between 95 percent and 1 00 percent of Standard Proctor
Density as detennined by ASTM 0-698 at, or up to five (5) percentage points above,
optimum moisture content. using mechanical compaction methods. unless otherwise
specified in the Plans or Specifications."
DMSION 4 - SUBBASE AND BASE COURSES
ITEM 4.8.4 - CONSTRUCTION METHODS:
PART ill
(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.
DMSION 5 - PA VEMENT/SURFACE COURSES
ITEM 5.8.2 - CONSTRUCTION METHODS:
(e) Joints
(1) Expansion Joints: Delete the first paragraph and replace with the following:
"Expansion joints shall be installed perpendicularly to the surface and centerline of the
pavement. Expansion Joint material shall be redwood boards. 3/4-inch in width. and
extended through curbs. Expansion joints are to be installed at each end of radius at street
intersections. Expansion joints shall be equally spaced between intersections with not less
than one every 200 linear feet of pavement, unless otherwise specified on the Plans or
directed by the Engineer.
(C) Proximity to Existing Structures: Add to end of sentence. "or as directed by the
Engineer".
3-9
Standard Specifications
Supplementary Conditions
(2) Contraction Joints. Delete the first sentence of the first paragraph and insert the
following: "Contraction or dummy joints shall be sawed to T/4 inches in depth, and 1/4
inch in width, and installed every 20 linear feet of pavement, and extend through curb,
unless otherwise directed by the Engineer."
(h) Finishing.
(1) Machine. Add the following paragraph at the end of this subsection: ''Fog sprays
powered by pressure pumps, and capable of covering the entire area of freshly placed
concrete with a fine mist, shall be used if water is needed for finishing operations."
(2) Hand. Add a new paragraph after first paragraph which reads as follows: "Fog
sprays powered by pressure pumps, and capable of covering the entire area of :freshly placed
concrete with a fine mist, shall be used if water is needed for finishing operations."
PART ill
DMSION 6 - UNDERGROUND CONDUIT CONSTRUCTION
ITEM 6.2.9 - BACKFILL:
(b) Compaction.
(2) Densities - Areas Not Subjected to or Influenced by Vehicular Traffic. Amend the
second sentence by striking the words "to a density comparable with adjacent undisturbed
material" and replacing with "to a density between 95 percent and 100 percent Standard
Proctor Density as determined by ASTM D-698 at, or up to five (5) percentage points
above, optimum moisture content, unless otherwise specified in the Plans or directed by the
Engineer. "
3-10
Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
THE-CITY-OF
COPFELL
.~.
1\ 8 . \
4-1
SPECIFIC PROJECT REQUIREMENTS
The construction specifications, which apply to this project, are the Standard Specifications for
Public Works Construction - North Central Texas Third Edition prepared through the North Central
Texas COWlcil of Governments (NCfCOG). The following Specific Project Requirements contain
general and specific project requirements applicable to this project in the City of Coppell. These
individual specifications control for this project. Additional amendments to the NCTCOG
Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard
Specifications for Construction. In the event that an item is not covered in the Project Drawings
and these Specifications, then the City ofCoppell Standard Construction Details (Ord.#2005-1019)
shall apply.
.;
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
AS.A
AS. T.M.
AAS.H.T.O.
American Standards Association
American Society of Testing Materials
American Association of State Highway
& Transportation Officials
American Concrete Institute
American Welding Society
American Water Works Association
Steel Structures Painting Council, Federal
Specifications Treasury Department
Underwriters Laboratories
National Electrical Manufacturers Association
Water Pollution Control Federation
Texas Department of Transportation
Standard Specifications for Public Works
Construction North Central Texas
Texas Commission on Environmental Quality
Texas Manual on Uniform Traffic Control Devices
Occupational Safety and Health Administration
Texas Accessibility Standards
Americans with Disabilities Act
AC.I.
AW.S.
AW.W.A
S.S.P.C.
u.L.
N.E.M.A
W.P.C.F.
TX.DOT
S.S.P.W.C.N.C.T.
TCEQ
TMUTCD
OSHA
TAS
ADA
4-2
Specific Project Requirements
1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, 255
Parkway Blvd., Coppell, Texas 75019.
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 perfonned 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
City of Coppell Standard Construction Details (Ord.#2005-1019) 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 or easements. Entrance onto priVate property shall be at the
expressed approval of the ENGlNEER only.
1.5 PROJECT DESCRIPTION:
This work in the City of Coppell shall consist of the construction of Coppell Road
extending from Cooper Lane to Sandy Lake Road. This 3700 LF project will include the
removal of existing pavement, excavation, and all related utilities, as well as the installation
of pavement (approximately 16,000 SY), stonn sewer ranging up to 36" diameter
(approximately 5700 LF), 12" water line (approximately 3,750 LF), and 10" sanitary sewer
(approximately 425 LF) as described in the plans for ST 00-03. Work shall include all
components necessary for the "turn key" construction of the project as shown in the plans
for the Coppell Road Project # ST 00-03.
1.6 CALENDAR DAY COUNT: Calendar days shall be counted by the Engineer on the basis
of the definition set out in the General Conditions of Agreement.
The calendar day count shall be suspended upon receipt by the Engineer of a written request
for fina1 inspection. The calendar day count shall resume upon receipt by the Contractor of
a written list of items necessary to satisfactorily complete the project. This process shall
continue until such time as the project is accepted by the Engineer, and the Owner. The
calendar day count will not be suspended or otherwise affected by use of completed
portions or "substantial completion" of any of the project.
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 having jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifying owners and users of adjacent utilities.
4-3
Specific Project Requirements
1.8 SOIL INVESTIGATION: A geotechnical investigation report has not been prepared. The
Contractor shall visit the site and acquaint himself with the site conditions.
1.9 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 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.
1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross-
sections, and dimensions shown on the Drawings. Any deviation from the Drawings which
may be required by the exigencies of construction will be determined by the Engineer and
authorized by him in writing.
1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an
independent laboratory acceptable for testing as required by the construction plans and
standard specifications. The Contractor shall bear all related costs of retests, or
reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and
where tests or inspections are to be made so that they may be present. One copy shall be
provided to the contractor of all reports and laboratory test results. Testing by the City does
not alleviate the contractors' responsibility for his own quality assurance/quality control
testing. Passing tests on any portion of the work does not relieve the contractor of his
responsibility under the terms of this contract for the entire project. Contractor shall replace
any deficient construction items at his own expense.
1.12 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.
1.13 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 per caliper
inch payable to the Owner. If damage is continuous, tree guards shall be erected when so
directed by the Engineer at the Contractor's expense.
4-4
Specific Project Requirements
1.14 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all
times, as his agent, a competent Superintendent capable of reading the plans and
specifications and thoroughly experienced in the type of work being performed. The
Superintendent shall have full authority to execute orders or directions and to promptly
supply such materials, equipment, tools, labor and incidentals as may be required. Such
superintendence shall be furnished irrespective of the amount of work contracted.
The Superintendent and the Contractor shall be responsible for supervision of all work
performed by the subcontractor at all times during construction.
1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and
maintain all warning devices and take all precautionary measures required by law to protect
persons and property while said persons or property are approaching, leaving or within the
work site or any area adjacent to said work site. Compensation will be paid to the
Contractor for the installation or maintenance of any warning devices, barricades, lights,
signs or any other precautionary measures required by law for the protection of persons or
property under the pay item entitled "Furnish, Install and Maintain All Traffic Control
Devices Necessary For Safe Traffic Handling".
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 adj acent 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. No lane shall be barricaded before 9:00 a.m. or after
4:00 p.m. The Contractor's responsibility for providing and maintaining flagmen,
watchmen, warning devices, barricades, signs, and lights, and other precautionary measures
shall not cease until the project shall have been accepted.
If the Engineer discovers that the Contractor has failed to comply with the applicable federal
and state law (by failing to furnish the necessary 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 shall be reimbursed by the Contractor for any expense
incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights, or
other precautionary measures in protecting said property, and whenever evidence is found
of such damage, the Engineer may order the damaged portion immediately removed and
replaced by and at the cost and expense of the Contractor. If the damages are not corrected
4-5
Specific Project Requirements
. in a timely fashion, then the City shall have the right to repair the damage and charge the
cost back to the Contractor. All of this work is considered incidental to the pay item
entitled "Furnish, Install and Maintain All Traffic Control Devices Necessary for Safe
Traffic Handling".
1.16 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY:
a. Prior to any excavation, the Contractor shall determine the locations of all existing
water, gas sewer, electric, telephone, telegraph, television, and other underground
utilities and structures. This includes the water and sanitary sewer services.
b. After commencing the work, use every precaution to avoid interferences with
existing underground and surface utilities and structures, and protect them from
damage.
c. 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.
d. 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.
e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all
utility removals, replacements and construction with the appropriate utility
company.
1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times.
1.18 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.
1.19 CLEANUP:
During Construction. The contractor shall at all times keep the job site as free from all
material, debris and rubbish as is practicable and shall remove same from any portion of the
job site when it becomes objectionable or interferes with the progress of the project.
Final. Upon completion of the work, the Contractor shall remove from the site all plant,
materials, tools and equipment belonging to him and leave the site with an appearance
acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all
equipment and materials installed by him and shall deliver over such materials and
equipment in a bright, clean, polished and new-appearing condition.
4-6
Specific Project Requirements
1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract
docmnents 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 docmnents, but he will not be a guarantor of the Contractor's performance.
1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps,
slashings, brush or other debris removed from the site as a preliminary to the construction
shall be removed from the property. Any required burning and disposal permits shall be the
sole responsibility of the Contractor.
All excavated earth in excess of that required for backfilling shall be removed from the job
site and disposed of in a satisfactory manner.
1.22 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.
1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of
inferior materials, equipment or workmanship for a period of two (2) years from the date of
final completion and acceptance of the project.
4-7
Specific Project Requirements
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
1.1 GENERAL:
A. Contractor to submit Shop Drawings, Product Data and Samples as required by the
Contract Documents and as specified in other sections of the specifications.
1.2 SHOP DRAWINGS:
A. As soon as practicable after contract award, submit to the Engineer, for review, the
required number of boWld copies of shop drawings of all items as specified in the
various sections of these specifications, accompanied by letters of transmittal.
B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data
for materials and equipment; showing dimensions, performance characteristics, and
capacities and other pertinent information as required to obtain approval of the items
involved.
C. No work requiring shop drawings will be executed Wltil review and acceptance of
such drawings has been obtained.
1.3 PRODUCT DATA:
A. Preparation:
1. Clearly mark each copy to identify pertinent products or models.
2. Show performance characteristics and capacities.
3. Show dimensions and clearances required.
B. Manufacturers standard schematic drawing sand diagrams:
1. Modify drawings and diagrams to delete information which is not applicable
to the work.
2. Supplement standard information to provide information specifically
applicable to the work.
1.4 SAMPLES: Provide samples as indicated in other parts of these specifications.
I.S CONTRACTOR RESPONSIBILITIES:
A. Review Shop Drawings and Product Data prior to submission.
B. Determine and verify:
1. Field measurements.
2. Field construction criteria.
3. Catalog numbers and similar data.
4-8
Specific Project Requirements
4. Conformance with specifications.
C. Coordinate each submittal with requirements of the work and of the Contract
Documents.
D. Begin no work which requires submittals until return of submittals with Engineer's
review.
E. Keep one (1) approved copy of shop drawings or product data at job site at all
times.
1.6 SUBMISSION REQUIREMENTS:
A. Make submittals promptly and in such sequence as to cause no delay in the work or
in the work of any other contractor.
B. Number of submittals required:
I. For shop drawings and product data: Submit the number of copies which
the contractor requires, plus four which will be retained by the Engineer.
C. Submittals shall contain:
1. The date of submission and the dates of any previous submissions.
2. The project title.
3. The names of:
a Contractor
b. Supplier
c. Manufacturer
4. Identification of the product.
5. Field dimensions, clearly identified as such.
6. Relation to adjacent or critical features of the work or materials.
7. Applicable standards, such as ASTM or Federal Specification numbers.
8. Identification of deviations from Contract Documents.
9. Identification of revisions on resubmittals.
10. Contractor's stamp, initialed or signed, certifying to review of submittal,
verification of products, field measurements and field construction criteria,
and a\coordination of the information within the submittal with requirements
of the work and of Contract Documents.
11. Fabrication and erection drawings lists and schedules.
12. Basis of design and design calculations signed and sealed by a registered
professional engineer.
13. Seal and signature of a register engineer on all structural submittals.
4-9
Specific Project Requirements
D. REVIEW:
1. Shop drawing and product data information review will be general. Such
review will not relieve the contractor of any responsibility and work required
by the Contract.
2. Satisfactory shop drawings will be so designated and all sets, except four
(4), returned to the Contractor. Rejected shop drawings will be so
designated and all sets except two (2) will be returned to the Contractor,
with indications of the required corrections and changes.
3. Rejected shop drawings will be corrected and resubmitted to the Engineer
for Acceptance.
1.7 RESUBMISSION REQUIREMENTS:
A. Make any corrections or changes in the submittals reqUired by the Engineer and
resubmit until accepted.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial
submittal.
2. Indicate any changes which have been made other than those requested by
the Engineer.
1.8 ENGINEER'S RESPONSffiILITIES:
A. Review submittals with reasonable promptness.
B. Affix stamp and initials or signature, and indicate requirements for resubmittal, or
acceptance of submittal.
C. Return submittals to Contractor for distribution, or for resubmission.
4-10
Specific Project Requirements
SECTION 5
DESCRIPTION OF PAY ITEMS
THE.C I T Y . 0 F
COPPELL
.....~~
~.. .~ q
~ A 8 . \ l!I
5-1
SECTION 5 - DESCRIPTION OF PAY ITEMS
This section includes comments concerning various Pay Items so that the contractor can fully
understand the scope of work involved in the Pay Items.
1. Construction No Pay Items:
All work necessary for the orderly completion of the project, but not specifically included as a
pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or
additional payment will be made therefore. For example, there shall be no separate payment
for the following: (a) removal and replacement of any signs, with the exception of new road
sign supports & assemblies paid under various Bid Items, (b) removal of spoils, (c) water for
construction, (d) surveying to re-establish grade, and (e) any other incidentals necessary to
complete the work.
The above items are not meant to be a total and complete list of subsidiary items but only
representative of the types of items that should be included in the various pay items associated
with this project.
2. Construction Pay Items:
Pay items as listed in the proposal shall be measured and paid for in accordance with the
applicable measurement and payment paragraphs in the Standard Specifications for Public
Works Construction - North Central Texas Council of Governments Current Edition, unless
modified by these special provisions.
All work for this project shall be governed by the Standard Specifications for Public Works
Construction - North Central Texas Current Edition, as prepared by the North Central Texas
Council of Governments, the City of Coppell Standard Construction Details (Ord. #2005-
1019) together with any additional Supplementary Conditions, Specific Project Requirements,
General Notes or Description of Pay Items included herein.
2.1. Pay Items #1 - Mobilization:
This pay item shall consist of mobilization and demobilization for the construction of the
project. The project shall be constructed in phases as shown in the plans. This pay item
shall be inclusive of any and all mobilizations and demobilizations associated with the
project. Mobilization shall be defined as all necessary equipment, supplies, materials, and
personnel on the job site ready to begin construction. Note: The total amount bid for
Mobilization & Demobilization shall not exceed five oercent (5%) of the total contract
amount. exclusive ofthis pay item (adiusted contract amount).
Measurement and Payment shall be as follows: Ten percent (10%) of the amount bid shall
be paid with the first pay estimate. On all subsequent pay estimates, measurement and
payment shall be prorated on the basis of the value of the adjusted contract amount
completed, plus the initial 10%. Prorated payment shall be as follows: When 1 % of the
adjusted contract amount has been earned, 50% of lump sum bid for mobilization, less
retainage, will be paid. When 5% of the adjusted contract amount has been earned, 75% of
the lump sum bid for mobilization, less retainage, will be paid. When 10% of the adjusted
5-2 Description of Pay Items
contract amount has been earned, 90% of the lump sum bid for mobilization, less retainage,
will be paid. Payment for the remaining 10% of the lump sum bid for mobilization, less
retainage, will be paid on the next monthly estimate following the 90% payment. Payment
shall be total compensation for furnishing all labor, materials, tools, and equipment
necessary to complete the work.
2.2. Pay Items #2 - Traffic Control:
This pay item shall consist of furnishing, installing, and maintaining the required traffic
control devices during each phase of construction in accordance with the approved traffic
control plan and TMUTCD. The Contractor shall submit traffic control plan, signed and
sealed by a Texas Professional Engineer, for the project as a whole and for the various
phases. The Contractor shall not proceed with the implementation of an alternate plan until
notified by the Owner that the traffic control plan has been approved. The contractor shall
also be required to maintain a changeable message board at each end of the construction
area, in working order, for the duration of the project. Inclusive with this pay item is the
requirement for adequate notification and instruction to be given to adjacent businesses and
property owners and to the traveling public regarding interruptions or changes to
established traffic flow patterns to, from and along the work site. During construction all
traffic on Coppell Road shall be one-way north bound and adequate signs and barricades
shall be provided to direct all traffic leaving side streets, alleys, and driveways northbound
on the road. Drives into the individual businesses must be clearly marked during the
various phases. Signs with the business name shall be provided at the individual business
drives to direct traffic into the correct locations. Additionally, the Contractor shall maintain
the existing asphalt roadway and temporary riding surfaces in a safe driving condition at all
times during construction.
Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and
shall be total compensation for placing barricades and signs and for furnishing all other
materials, tools, street markings, changeable message boards, flagmen, equipment, labor,
and any other incidentals necessary to implement the traffic control plan and maintain
traffic during construction of the project. Payment for this item shall begin on the first
payable monthly construction estimate after barricades, signs and traffic handling devices
have been installed in accordance with the traffic control plan. Monthly payment based on
the calendar days bid shall be made each succeeding month for this item provided the
barricades, signs and traffic handling devices have been installed and maintained in
accordance with the traffic control plan until the contract amount has been paid. Failure to
complete the scheduled work in the bid time will not increase this pay item.
2.3. Pay Items #3 - Preparing Right-of-Way:
This pay item shall consist of the preparation of the existing right-of-way for construction
as required by the plans and specifications. It will include the area between the right-of-
way limits, additional areas beyond the right-of-way such as temporary construction, slope,
and drainage easements, and any other easements shown on the plans. Work shall be in
accordance with NCTCOG Item 3.1 and shall include, but not be limited to:. all
obstructions above ground or below such as trees, shrubs, stumps, brush, roots, vegetation,
logs, trash concrete, asphalt, fences, structures, foundations, lumber, scrap metal,
5-3 Description of Pay Items
abandoned appliances, abandoned utility pipes or conduits and any other items not included
as pay items elsewhere in the contract documents, or identified in NCTCOG Section 3.1.1,
but necessary for the preparation of the rights-of-way and/or permanent or temporary
easements for construction. This item shall also include the protection of any trees, shrubs,
fences, structures, signs or other items that are to be preserved and/or relocated as shown on
the plans. All trees designated to be preserved shall be protected by fencing to the limits of
the canopy and no parking, driving or moving of equipment in this area will be permitted.
If pruning of protected trees is required, they shall be trimmed as directed by the Engineer
and any cuts of two inches or more in diameter shall be treated as directed by the Engineer.
All material and debris removed as described above shall become the property of the
Contractor and shall be disposed of at contractor's expense in a manner satisfactory to the
Engineer and other items identified in NCTCOG Section 3.1.1. All items relocated or
replaced shall be in a condition equal to or better than the original condition. The
Contractor shall videotape and/or photograph the existing right-of-way prior to
construction.
Measurement and Payment for work performed and materials furnished related to general
right-of-way preparation, as provided herein, shall be made on the basis of the price bid per
lump sum (LS) and shall be total compensation for furnishing and/or operating all labor,
materials, tools, equipment, and other incidentals necessary to complete the work. Due to
the phases of construction sequencing for this project, no more that 50% percent of this
item shall be paid for upon completion of the site preparation for the first & second phase
of construction. The remaining portion will be paid upon completion of the site preparation
of the third & final phase of construction.
2.4. Pay Items #4 - Unclassified Street Excavation:
This pay item shall consist of the roadway excavation of existing material in the areas
shown on the plans and to the lines, grades and typical sections as specified. Excavation
shall include all materials encountered regardless of their nature or of the manner in which
they are removed. Work shall be in accordance with NCTCOG Items 3.3 and 3.5. This
item also includes the clearing and disposal of all waste material and all work necessary to
finish parkways per NCTCOG Item 3.4.
This is a "plans Quantitv" measurement Item and the quantity to be paid for will be that
quantity shown in the Proposal/Bid Schedule. Payment shall be made on the basis of price
bid per cubic yard (CY) and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any other incidentals necessary to complete the work.
2.5. Pay Items #5 - Remove and Dispose of Concrete Pavement:
This pay item shall consist of the removal, and disposal of the existing concrete pavement
as designated and to the limits as shown in the plans. The removal of concrete curb that is
separate or integral to any concrete pavement or driveway which is removed as part of this
project is subsidiary to this pay item. Work shall be in accordance with NCTCOG Items
3.1 and 8.8. Where only a portion of the existing concrete is to be removed, the concrete
shall be sawcut full depth and removed to the saw lines as shown in the plans. Removal of
the concrete shall be accomplished leaving a clean vertical side. Damaged vertical sides
5-4 Description of Pay Items
shall be re-sawed, removed, and replaced at the Contractor's expense. The limit of pay shall
only be to the original saw line. Saw cuttings shall be subsidiary to the pavement removal.
The Contractor and the Owner's representative shall measure the concrete items prior to
removal. The Contractor shall not stockpile removed material on the job site, unless
specifically authorized in writing by the Owner, and is responsible for locating a suitable
disposal site.
Measurement and Payment shall be made on the basis of the price bid per square yard. (SY)
and shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.6. Pay Items #6 - Remove and Dispose of Asphalt Pavement:
This pay item shall consist of the removal, and disposal of the existing asphalt pavement to
the limits as shown in the plans. Work shall be in accordance with NCTCOG Items 3.1 and
8.8. The roadway improvements shall be constructed in phases and the removal of the
asphalt pavement shall be sequenced as necessary to maintain traffic during construction.
Where only a portion of the asphalt is to be removed, the asphalt shall be saw cut full depth
to avoid damage to that portion of the asphalt to remain in place. Saw cutting shall be
subsidiary to the pavement removal. Contractor shall, at his expense, replace any pavement
that he damages or removes that is required for the maintenance of traffic. The existing
asphalt pavement shall be maintained in a safe driving condition at all times. The
Contractor and the Owner's representative shall measure the asphalt pavement prior to
removal. The Contractor shall not stockpile removed material on the job site, unless
specifically authorized in writing by the Owner, and is responsible for locating a suitable
disposal site. This item does not include the removal of any asphalt installed for traffic
control or detours. It only includes removal of existing asphalt prior to construction
beginning.
Measurement and Payment shall be made on the basis of the price bid per square yard (SY)
and shall be total compensation for furnishing all materials, tools, equipment, labor, and
any other incidentals necessary to complete the work.
2.7. Pay Items #7 - Remove and Dispose of Concrete Sidewalk
This pay item shall consist of the removal, and disposal of the existing concrete sidewalk as
designated and to the limits as shown in the plans. The removal of concrete curb that is
integral to any concrete sidewalk which is removed as part of this project is subsidiary to
this pay item. Work shall be in accordance with NCTCOG Items 3.1 and 8.8. Where only
a portion of the existing concrete is to be removed, the concrete shall be sawcut full depth
and removed to the saw lines as shown in the plans. Removal of the concr~te shall be
accomplished leaving a clean vertical side. Damaged vertical sides shall be re-sawed,
removed, and replaced at the Contractor's expense. The limit of pay shall only be to the
original saw line. Saw cuttings shall be subsidiary to the sidewalk removal. The Contractor
and the Owner's representative shall measure the concrete items prior to removal. The
Contractor shall not stockpile removed material on the job site, unless specifically
authorized in writing by the Owner, and is responsible for locating a suitable disposal site.
5-5
Description of Pay Items
Measurement and Payment shall be made on the basis of the price bid per square foot (SF)
and shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.8. .Pay Items #8 - Remove Existing Brick Pavers and Replace with Stamped Concrete:
This pay item shall consist of the removal of the existing brick pavers in the concrete
streets. At the Owner's discretion, any pavers free of discoloration, breaks, or other
obvious damage shall be delivered to the Coppell Service Center located at 816 S. Coppell
Road, at no additional cost to the Owner. All pavers not salvaged by the City shall be
disposed of by the Contractor. Upon reconstruction of the streets, 8"stainped concrete shall
be installed in the locations as shown in the plans. Color shall be Red Clay - Bomanite
Integral Color with Bomanite Natural Gray Release (or an approved equal). All patterns
shall be Running Bond Used Brick. Approved equal shall only be considered after review
of specifications and a test section that demonstrates the ability to match color and pattern.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) of
stamped concrete of the thickness specified and shall be total compensation for furnishing all
materials, tools, equipment, labor, and any other incidentals necessary to complete the
work. The preparation of any test sections are considered subsidiary to this pay item.
2.9. Pay Item #9 - 4" Thick Reinforced Concrete Sidewalk:
This pay item shall consist of the construction of a 4" thick and 4' wide concrete sidewalk
as shown on the plans or as designated by the Owner. All concrete for construction shall be
Class 'A' having a minimum of 5 sacks of cement per cubic yard and a minimum
compressive strength of 3,000 psi at 28 days. No fly ash shall be permitted. The cost for
furnishing and placing reinforcement is subsidiary to the price bid per each.
All sidewalk construction shall be in compliance with the Texas Accessibility Act Article
9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and
Regulations. Any sidewalk found to be in non-compliance shall be removed and brought to
compliance at the Contractor's expense. Work shall be in compliance with the City of
Coppell Standard Construction Details and NCTCOG Items 5.8 and 8.3.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work
2.10. Pay Items #10 - 6" Thick Reinforced Concrete Sidewalk:
This pay item shall consist of the construction of a 6" thick 8' wide concrete sidewalk in the
locations as shown in the plans. All concrete for construction shall be Class 'A' having a
minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of
3,000 psi at 28 days. No fly ash shall be permitted. The cost for furnishing and placing
reinforcement is subsidiary to the price bid per each.
5-6
. Description of Pay Items
All sidewalk construction shall be in compliance with the Texas Accessibility Act Article
9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and
Regulations. Any sidewalk found to be in non-compliance shall be removed and brought to
compliance at the Contractor's expense. Work shall be in compliance with the City of
Coppell Standard Construction Details and NCTCOG Items 5.8 & 8.3.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.11. Pay Items #11 - 6" Reinforced Concrete Drive:
This pay item shall consist of the construction of concrete driveways at the locations shown in
the plans. The 6" monolithic curb, where indicated is subsidiary to this pay item. All
concrete for construction shall be Class "C" concrete having a minimum of 6 sacks of cement
per cubic yard and a minimum compressive strength of 3,600 psi at 28 days. No fly ash shall
be permitted. The cost for furnishing and placing reinforcement is subsidiary to the price bid
per square yard. Work shall be in compliance with NCTCOG Items 5.8 and 8.3.4.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.12. Pay Item #12 - 8" Reinforced Concrete Pavement with 6" Monolithic Curb:
The pay item shall consist of the furnishing and placing of 8" reinforced concrete pavement at
the locations and grades shown on the plans. The 6" monolithic curb and concrete street
header where indicated are subsidiary to this pay item. All concrete for construction shall be
Class "C" concrete having a minimum of 6 sacks of cement per cubic yard and a minimum
compressive strength of 3,600 psi at 28 days. No fly ask shall be permitted. The cost for
furnishing and placing reinforcement is subsidiary to the price bid per square yard. All
concrete, except for City approved "leave outs", shall be placed with a self-propelled paving
machine capable of spreading, densifying, and shaping the concrete mix to the required lines
and grades as shown on the approved plans. Work shall be in compliance with NCTCOG
Items 2.2 and 5.8.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.13. Pay Item #13 - 6" Reinforced Concrete Alley Pavement:
The pay item shall consist of the furnishing and placing reinforced concrete alley pavement at
the locations and grades shown on the plans. Any monolithic curb where indicated is
subsidiary to this pay item. All concrete for construction shall be Class "c" concrete having a
minimum of 6 sacks of cement per cubic yard and a minimum compressive strength pf 3,600
psi at 28 days. No fly ask shall be pennitted. The cost for furnishing and placing
reinforcement is subsidiary to the price bid per square yard. Work shall be in compliance
with NCTCOG Items 2.2 and 5.8.
5-7
Description 01 Pay Items
MeaSurement and Payment shall be made on the basis of price bid per square yard (SY) and
· shall be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.14. Pay Items #14 - 6" HMAC Pavement for Streets and Driveways:
This pay item shall consist of the construction of the HMAC streets and driveways in the
location as shown in the plans. The streets and driveways shall be constructed to provide a
smooth transition (horizontally and vertically) from the proposed concrete to the existing
asphalt pavement. It shall be 2" Type "D" HMAC surface course, 4" Type "B" HMAC
binder course, and 8" lime treated subgrade. Work shall be in compliance with the
NCTCOG Items 2.4.13 and 5.7.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.15. Pay Items #15 -Temporary HMAC Pavement:
This pay item shall consist of the construction of temporary HMAC pavement. The
pavement shall be constructed to provide a smooth riding surface (horizontally and
vertically). It shall be constructed of a 2" Type "D" HMAC surface course, and 8"
compacted crushed stone base on a compacted subgrade. Temporary pavement shall only
be constructed as approved by the City for the detouring of traffic through the construction
zone. Work shall be in compliance with the NCTCOG Items 2.4.13 and 5.7.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.16. Pay Items #16- Lime Stabilized Subgrade:
This pay item shall consist of treating the top 8" and the full width of subgrade by
pulverization, addition of 42# /SY of lime, mixing and compacting, and remixing and
recompacting the top 6" of the mixed material to the required density. Lime treatment shall
be provided under all proposed concrete pavement, stamped concrete, curbs, valley gutters.
Full width shall be that distance from I' behind the back of curb on each side of the
roadway. Sub grade shall be constructed to the lines and grades as required by the plans and
specifications. Work shall be in compliance with NCTCOG Item 4.6.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.17. Pay Items #17 - Lime:
This pay item shall consist of the hydrated lime required for lime subgrade treatment in
accordance with the appropriate specifications. The lime shall be placed in a slurry form at
5-8
Description of Pay Items
the minimum rate of 42 pounds per square yard. Work shall be in compliance with
NCTCOG Items 2.5 and 4.6.
Measurement and Payment shall be made on the basis of price bid per ton (TON) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work.
2.18. Pay Item #18 - Flexible Crushed Stone Base Driveway
This pay item shall consist of the construction of flexible crushed stone base driveway.
They shall be constructed to provide a smooth riding surface (horizontally and vertically).
It shall be 6" thick on a 6" compacted subgrade. Work shall be in compliance with the
NCTCOG Items 2.1.3 and 4.5.
Measurement and Payment shall be made on the basis of price bid per square yard (SY) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.19. Pay Item #19 - Restore Parkway and Disturbed Areas:
This pay item shall consist of all work, materials and incidentals necessary to restore
parkways, yards, or other improved areas to an equal or better condition than prior to
construction in accordance with NCTCOG Items 3.8, 3.9, 3.10 and 3.11. Parkways and
disturbed areas along the length of the project shall be fine graded and cut to receive sod or
hydro-mulch seeding, as determined by the Owner. Topsoil shall be placed in low areas to
bring them to grade and shall consist of a friable, dark clayey loam material free of lumps,
stones, and other extraneous material.
Unless otherwise directed by the Owner, block sod matching the species that existed prior
to construction andlor the species adjacent to the disturbed areas shall be placed in all
disturbed areas where improved lawn or established turf existed prior to construction. All
other disturbed areas not covered by pavement shall receive hydro-mulch seeding. If the
hydro-mulch seeding is initially performed during the dates specified for Rye Grass, the
Contractor will be required to come back during the dates specified for Bermuda Grass and
re-seed. Contractor shall be required to water, establish growth, and protect and repair any
damaged areas until completion and final acceptance of the project by the Owner. No more
than 50% of this item shall be paid until 100% grass coverage has been established to the
satisfaction ofthe Owner.
The extent of restoration anticipated due to normal construction operations has been
estimated at 1.500 square yards of hydro-mulch seeding and 8,800 square yards of block
sod. It is the intent of the Owner that all disturbed areas along the project be restored. If
there are areas outside of the project limits that are disturbed by the Contractor during the
performance of this work, those additional areas shall be restored in accordance with the
requirements provided herein at the Contractor's sole expense.
This is a "plans auantitv" measurement Item and the quantity to be paid for will be that
quantity shown in the ProposallBid Schedule. Payment shall be made on the basis of price
5-9 Description of Pay Items
bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any other incidentals necessary to complete the work.
2.20. Pay Items #20 - Barrier Free Ramp:
This pay item shall consist of the installation of barrier free ramps in the locations as shown
on the plans. All concrete for construction shall be Class 'A' having a minimum of 5 sacks
of cement per cubic yard and a minimum compressive strength of 3,000 psi at 28 days. No
fly ash shall be permitted.
All curb ramp construction shall be in compliance with the Texas Accessibility Act Article
9102 of the Texas Civil Statute as administered by the Texas Department of Licensing and
Regulations. This includes the correct slope, correct width, correct texture, and correct
color differentiation (i.e. staining of the finished ramp). The City Inspector shall verifY
each ramp prior to final acceptance. Any ramp found to be in non-compliance shall be
removed and brought to compliance at the Contractor's expense. Work shall be in
compliance with City of Coppell Standard Construction Details, and all applicable
NCTCOG Specifications.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.21. Pay Item #21- Sidewalk Retaining Wall
This work shall include the construction of reinforced concrete retaining walls as shown on
Construction Plans. Work shall be performed in accordance with City of Coppell and
NTCOG standards. All concrete for construction sh811 be Class "A" concrete having a
minimum of 5 sacks of cement per cubic yard and a minimum compressive strength of 3,000
psi at 28 days. No fly ash shall be permitted. The cost for furnishing and placing
reinforcement is subsidiary to the price bid. Work shall be in compliance with NCTCOG
Items 8.7 and City ofCoppell Standard Construction Details.
Measurement and Payment shall be made on the basis of square foot of vertical face of wall
and shall be total compensation for furnishing all labor, materials, and equipment necessary
to complete the work.
2.22. Pay Item #22 - 4" Round Reflective & Non-Reflective Buttons:
This pay item shall consist of the installation of 4" round, white acrylic button markers in
the locations as shown in the plans. Pavement surface preparation for the raised pavement
markers shall be subsidiary to this pay item. Work shall be in compliance with the City of
Coppell Standard Construction Details and TxDOT Specifications Item 672. Surface
preparation, as required by the specifications, shall be considered subsidiary to this pay
item. This work also includes the removal and replacement, if necessary, of any existing
buttons that are not in alignment or sequence.
5-10
Description of Pay Items
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.23. Pay Item #23 - Reflective Pavement Stripes
. This pay item shall consist of the installation of reflective pavement stripes as shown on the
plans or as required by the City of Coppell Standard Construction Details. New Portland-
cement-concrete surfaces shall be cleaned to remove curing membrane, dirt, grease, loose
andlor flaking construction markings and other forms of contamination. Pavement to which
material is to be applied shall be completely dry. .
Measurement and Payment shall be made on the basis of price bid per linear feet (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.24. Pay Items #24 - Reflective Pavement Markings:
This pay item shall consist of the installation of various words, symbols or shapes, or any
other unit in the color, width and thickness as shown on the plans or as required by the City
of Coppell Standard Construction Details. New portland-cement-concrete surfaces shall be
cleaned to remove curing membrane, dirt, grease, loose andlor flaking existing construction
markings and other forms of contamination. Pavement to which material is to be applied
shall be completely dry. Work shall be in compliance with TxDOT Specifications Items
666 and 668. Surface preparation, including sealing, shall be considered subsidiary to this
pay item. This work also includes the removal and replacement, if necessary, of any
existing markings that are not in alignment or sequence.
Measurement and Payment shall be made on the basis of price bid per each word, symbol
or shape (EACH) and shall be total compensation for furnishing all materials, tools,
equipment, labor, and any other incidentals necessary to complete the work.
2.25. Pay Items #25 - Road Sign Supports and Assemblies (Relocation):
This pay item shall consist of the removal, temporary handling and storage, cleaning and
relocation of existing roadside sign supports and assemblies in the locations as shown on
the plans and in accordance with the appropriate details and specifications. Contractor will
coordinate relocation of the existing signs with the Owner. Work shall include installing
new foundations and washing and cleaning the existing signs.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.26. Pay Item #26 - Remove & Relocate Existing Street Light Assembly:
This pay item shall consist of the removal and relocation of an existing street light
assembly as indicated on the plans. This work shall also include: (a) all coordination
necessary with Oncor and the Owner; (b) the removal, salvaging, and temporary storage of
5-11 Description of Pay Items
the existing street pole light assembly; (c) the removal of the existing street light
foundation; (d) the construction of a new foundation; ( e) the removal and replacement of all
wiring, conduit, pull boxes, etc., as required to complete the relocation; and (f) the repair
and replacement of any damage to the existing pole, light fixture and/or appurtenances.
These items of work shall not be paid for directly but shall be considered subsidiary to this
pay item.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.27. Pay Item #27 - Repair, Replace, and/or Modity Existing Irrigation Systems:
This pay item shall consist of the repair, replacement and/or modification of any existing
irrigation system or system component within the limits of the work area that is damaged or
whose function/operation is adversely impacted by the construction of the proposed
improvements. All work shall be completed in a manner that is satisfactory to the property
owner and the Owner. All existing irrigation systems shall be assumed to be in good
condition and fully operational unless the Contractor has inspected, noted and documented
some specific damage to a system that exists, prior to starting construction. Contractor may
want to contact adjacent property owners prior to construction to determine the limits of all
existing irrigation systems, the location of sprinkler heads and other system components
and to identify and document any existing damage. All repairs to the irrigation systems
should be completed as soon as possible after the damage is discovered. Any damage to
existing grass, trees or landscaping resulting from lack of water due to damaged or
inoperable irrigation systems shall be the sole responsibility ofthe Contractor to replace.
Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including replacing any sod, trees, or
landscaping damaged during the course of construction due to the lack of adequate
watering or the inability to operate an existing irrigation system resulting from the
construction.
2.28. Pay Item #28- Remove Existing Pipe:
This work shall include the removal and disposal of existing storm drain pipes, all sizes, at the
locations as shown on plans. Work shall be performed in accordance with City of Coppell and
NTCOG standards.
Measurement and Payment shall be made on the basis of linear foot (LF) and shall be total
compensation for furnishing all labor, materials, and equipment necessary to complete the
work.
2.29. Pay Item #29 - Remove Existing Inlet:
This work shall include the removal and disposal of existing drainage inlets at the locations
as shown on plans. Work shall be performed in accordance with City of Coppell and
NTCOG standards.
5-12
Description of Pay Items
, Measurement and Payment shall be made on the basis of each (EACH) and shall be total
compensation for furnishing all labor, materials, and equipment necessary to complete the
work.
2.30. Pay Item #30 - Remove and Dispose of Existing Headwall:
This pay item shall consist of the removal and disposal of the existing headwalls at the
location as shown on the plans. Work shall be performed in accordance with City of
Coppell and NTCOG standards.
Measurement and Payment shall be made on the basis of each (EACH) and shall be total
compensation for furnishing all materials, tools, equipment, labor, and any other incidentals
necessary to complete the work.
2.31. Pay Items #31-HDPE Pipe:
This pay item consists of the installation of all HDPE storm drain (24") at the locations
shown on the plans. Work shall be in accordance with the City of Coppell Standard
Construction Details and NCTCOG Items 6.2.8, 6.2.9 and 6.2.10.
This work shall also include the construction of temporary pavement repair, when
necessary or as determined by the Owner, consisting of a minimwn of 8" of flexible
crushed stone base and 2" ofHMAC surface course. Temporary pavement repair shall be
constructed and maintained along all storm drain installed in areas that need to be open to
traffic prior to the construction of the fmal pavement. Temporary pavement repair, as
required by these specifications, will not be paid for directly but shall be considered
subsidiary to this pay item.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work, including all excavation, embedment and backfill.
2.32. Pay Items #32, 33, 34, 35,36,37,38,39,40,41,42 - Reinforced Concrete Pipes (RCP)
Class III:
This pay item consists of the installation of all RCP storm drain (21", 24", 27", 30", 36",
36", 42", 48", 54", 66", and 72") at the locations shown on the plans. Work shall be in
accordance with the City of Coppell Standard Construction Details and NCTCOG Items
6.2.8,6.2.9 and 6.2.10. All RCP storm drain shall be Class III (NCTCOG Item 2.12.3); all
bends shall be prefabricated, and omniflex joint material shall be used for all joints.
Where leads or pipe terminate into an existing system, this work shall include construction
of a concrete collar at the junction to form a watertight connection. The construction of
concrete collars, as required by the plans and specifications, will not be paid for directly but
shall be considered subsidiary to this pay item. This work shall also include the
construction of temporary pavement repair, when necessary or as determined by the Owner,
consisting of a minimum of 8" of flexible crushed stone base and 2" of HMAC surface
course. Temporary pavement repair shall be constructed and maintained along all storm
drain installed in areas that need to be open to traffic prior to the construction of the final
5-13 Description of Pay Items
pavement. Temporary pavement repair, as required by these specifications, will not be paid
for directly but shall be considered subsidiary to this pay item.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.33. Pay Items #43, 44 - Curb Inlet:
This work includes the construction of curb inlets (6' and 20') at the locations shown on
the construction plans. Work shall be in accordance with the City of Coppell Standard
Construction Details (2006 version) and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6.
Concrete used for the construction of inlets shall be Class "C", with a minimum cement
content of 6 sacks of cement/cubic yard of concrete, and a 3,600 psi minimum compressive
strength when tested at 28 days. No fly ash shall be permitted. The cost for furnishing and
placing reinforcement is subsidiary to the price bid per each.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.34. Pay Items #45 - Recessed Curb Inlet:
This work includes the construction of recessed curb inlets (10') at the locations shown on
the construction plans. Work shall be in accordance with the City of Coppell Standard
Construction Details (2006 version) and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6.
Concrete used for the construction of inlets shall be Class "A", with a minimum cement
content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive
strength when tested at 28 days. No fly ash shall be permitted. The cost for furnishing and
placing reinforcement is subsidiary to the price bid per each.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.35. Pay Item #46, 47 - Drop Inlet:
This work includes the construction of drop inlets (3' and 4') at the locations shown on the
construction plans. Work shall be in accordance with the City of Coppell Standard
Construction Details and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6. Concrete used for the
construction of inlets shall be Class "A", with a minimum cement content of 5 sacks of
cement/cubic yard of concrete, and a 3,000 psi minimum compressive strength when tested
at 28 days. No fly ash shall be permitted. The cost for furnishing and placing reinforcement
is subsidiary to the price bid per each.
5-14
Description of Pay Items
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.36. Pay Items #48, 49 - Grate Inlet:
This work includes the construction of a grate inlet (3 grate and 4 grate) as shown in the
plans. Work shall be in accordance with the Detail Sheet in the plans and NCTCOG Items
2.1,2.2, 7.1, 7.4 and 7.6. Concrete used for the construction of inlets shall be Class "A",
with a minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000
psi minimum compressive strength when tested at 28 days. No fly ash shall be permitted.
The cost for furnishing and placing reinforcement is subsidiary to the price bid per each.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.37. Pay Item #50 - Combination 3 Grate:
This work includes the construction of a combination 3 grate inlet as shown in the plan.
Work shall be in accordance with the Detail sheet in the plans and NCTCOG Items 2.1, 2.2,
7.1, 7.4 and 7.6. Concrete used for the construction of inlets shall be Class "A", with a
minimum cement content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi
minimum compressive strength when tested at 28 days. No fly ash shall be permitted. The
cost for furnishing and placing reinforcement is subsidiary to the price bid per each.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.38. Pay Items #51, 52 - Storm Drain Manhole:
This work includes the construction of a storm drain manhole (4', 5' or 6' square) at the
locations shown on the construction plans. Work shall be in accordance with the City of
Coppell Standard Construction Details and NCTCOG Items 2.1, 2.2, 7.1, 7.4 and 7.6.
Concrete used for the construction of inlets shall be Class itA", with a minimum cement
content of 5 sacks of cement/cubic yard of concrete, and a 3,000 psi minimum compressive
strength when tested at 28 days. No fly ash shall be permitted. The cost for furnishing and
placing reinforcement is subsidiary to the price bid per each.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and shall
be total compensation for furnishing all materials, tools, equipment, labor, and any other
incidentals necessary to complete the work, including all excavation, embedment and backfill.
5-15
Description of Pay Items
2.39. Pay Items #53 - Reinforced Concrete Headwall Type 'B':
This work shall include the construction of a reinforced concrete headwall Type 'B' as shown
on the plans. The headwall shall be in compliance with TxDOT Standards.
Measurement and Payment shall be made on the basis of each (EACH) and shall be total
compensation for furnishing all labor, materials, and equipment necessary to complete the
work.
2.40. Pay Item #54 - Stone Rip Rap, Grouted, Type 'A':
This pay item shall consist of the installation of a stone rip rap, grouted, Type 'A' to the
dimensions and grades as shown in the plans. Work shall be in accordance with NCTCOG
Item 8.15.
Measurement and Payment shall be on the basis of price bid per square yard (SY) and shall
be total compensation for furnishing, hauling and mixing all concrete materials; for
furnishing, placing, shaping and tampering; for disposal of surplus materials; for all
grouting; for dewatering, and for all forms, labor, tools, equipment and incidentals
necessary to complete the work
2.41. Pay Items #55, 70, 77 - Trench Safety System:
This pay item shall consist of the trench safety system required for construction activities.
The Contractor shall furnish a site-specific trench safety plan prior to construction. The
system shall meet the requirements of the Occupational Safety and Health Administration
(OSHA). The Contractor is directed to become knowledgeable with the standards as set
forth by OSHA and to provide a viable trench safety system at all times during construction
activities, and the Contractor is responsible for conforming to such regulations as
prescribed by OSHA standards. This pay item includes all additional excavation, backfill,
pavement reconstruction and repair made necessary by the protection system. No separate
payment shall be made for excavation protection made necessary due to the selection of an
optional design or sequence of work that creates the need for the protection system. The
trench safety plan shall be signed and sealed by a Texas Registered Professional Engineer.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing the design and all materials, tools, equipment,
labor, and any other incidentals necessary to complete the work.
2.42. Pay Items #56 - Erosion Control:
This pay item shall consist of furnishing, installing, maintaining and removing erosion
controls throughout the duration of the project in accordance with the Texas Commission
on Environmental Quality permitting requirements for construction projects that disturb
one (1) or more acres. Under the Texas Pollution Discharge Elimination System (TDPES)
general construction permit TXR 150000, the operator with control of construction plans
and specifications (Owner) and the operator with day-to-day operational control
(Contractor) are required to obtain a permit for the discharge of storm water runoff. The
Contractor shall be required to prepare and implement a single comprehensive site specific
Storm Water Pollution Prevention Plan (SWP3) for the entire construction site. The Owner
5-16 Description of Pay Items
and the Contractor shall independently: (1) sign the SWP3, (2) submit an NOl, and (3) post
a site notice as part of the permit. The SWP3 must describe and insure the implementation
of best management practices that will be used to reduce, to the maximum extent possible,
the pollutants and storm water discharges associated with the construction activity aild
insure compliance with the terms and conditions of the permit. The SWP3 must clearly
indicate which operator is responsible for satisfying each shared requirement of the SWP3.
The SWP3 shall be subject to approval by the Owner and must be retained on-site during
the term of the construction. The Contractor shall provide 2 copies of the SWP3 to the
Owner. Notice must be posted ifthe SWP3 is retained off-site.
A Texas Registered Professional Engineer must sign and seal the Erosion Control Plan
(ECP) submitted as part of the SWP3. An ECP has been provided and should not be
considered as a final ECP. Ifused by the Contractor, then it also must be signed and sealed
by a Texas Registered Profession Engineer representing the Contractor. The Owner and
Contractor shall independently submit a Notice of Termination upon completion of the
project.
Measurement and Payment shall be made on the basis of the price bid per lump sum (LS)
for preparation and implementation ofthe SWP3. This includes any necessary revisions to
the Erosion Control Plan throughout the term of construction and the installation,
sequencing, and maintenance of structural control measures throughout the term of
construction. Payment shall be total compensation for furnishing all labor, materials, tools,
and equipment necessary to complete the work and payment shall be prorated throughout
the term of construction based on the calendar days.
2.43. Pay Items #57, 58, 59 - PVC Water Line by Open Cut with Embedment:
This pay item shall consist of the installation of 6", 8", and 12" (A WW A C900, Class 200,
DR 14) PVC water pipe by open cut with embedment, at the location shown in the plans.
The work shall include the furnishing and installation of all ductile iron fittings (A WW A
Clll), including bends, tees, plugs, and megalug fittings, blocking etc. whether shown on
the plans or not. Any necessary mechanical joint restraint and/or thrust blocking is
considered to be subsidiary to this bid item. Work shall be in compliance with NCTCOG
Item 6.7.3 and the City of Coppell Standard Construction Details.
Measurement and Payment shall be made on the basis of the price bid per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials and equipment necessary to
complete the WOIK, including excavation, embedment, blocking, polyethylene wrap, thrust
restraints, backfill, testing and disinfection and any other incidentals necessary to complete
the WOIK.
2.44. Pay Items #60, 61, 62 - PVC Water Line by Other Than Open Cut:
This pay item shall consist of the installation of 6", 8", and 12" (A WW A C900, Class 200,
DR 14) PVC water pipe by other than open cut, at the location shown in the plans. The
work shall include the furnishing and installation of pipe and encasement pipe whether
shown on the plans or not. WOIK shall be in compliance with NCTCOG Item 6.7.3 and the
City of Coppell Standard Construction Details.
5-17 Description of Pay Items
Measurement and Payment shall be made on the basis of the price bid per linear foot (LF) and
shall be the total compensation for furnishing all labor, materials and equipment necessary to
complete the work, including excavation, embedment, blocking, polyethylene wrap, thrust
restraints, backfill, testing and disinfection and any other incidentals necessary to complete
the work.
2.45. Pay Items #63, 64, 65 - Gate Valve:
This pay item shall consist of the installation of 6",8" and 12" gate valves at the location
shown in the plans. Work shall be in compliance with NCTCOG Item 6.7.3 and the City of
CoppeIl Construction Standards.
Measurement and Payment shall be made on the basis of the price bid per each (EACH)
and shall be the total compensation for furnishing all labor, materials and equipment to
complete the work, including polyethylene wrap, zinc coated nut, excavation, embedment
and backfill, and any other incidentals necessary to complete the work.
2.46. Pay Item #66 - Connection to Existing Water Line:
This pay item shall consist of connecting the proposed water line to the existing water lines.
Work shall include cutting, tapping, plugging, sleeves, fittings, blocking, and disposal of
waste materials. Work shall be in compliance with NCTCOG Item 6.7.3 and the City of
Coppell Standard Construction Details.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, labor, and any
other incidentals necessary to complete the work.
2.47. Pay Item #67 - Domestic Water Service Line and Meter Relocation:
This work shall include the relocation and reinstallation of existing domestic services off of
the new water main. All services shall be continuous copper from the new water line to the
meter with no splices. Regardless of the existing size, the minimum relocated size shall be
I". If the existing setvice is larger than 1" then the larger size shall be reinstalled. Remove
and relocate existing water meters to new service locations. Install new meter setter and new
meter can. City to provide new meters when required. All relocations and reinstallations
shall be in accordance with CityofCoppell and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per lump sum (LS) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.48. Pay Item #68 - Domestic Water Service Line By Other Than Open Cut and Meter
Relocation:
This work shall include the relocation and reinstallation of existing domestic services off of
the new water main by other than open cut. All services shall be continuous copper from the
new water line to the meter with no splices. Regardless of the existing size, the minimum
relocated size shall be I". If the existing service is larger than I" then the larger size shall be
5-18 Description of Pay Items
reinstalled. Remove and relocate existing water meters to new service locations. Install new
meter setter and new meter can. City to provide new meters when required. All relocations
and reinstallations shall be in accordance with City of Coppell and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EACH) and shall
be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.49. Pay Item #69 - Fire Hydrant Assembly on New 12" Water Line with 6" Gate Valve:
This pay item shall consist of the installation of fire hydrant assemblies, and includes all
bends, fittings, concrete blocking, and testing necessary to connect to the new water line as
shown on the plans. Work shall be in compliance with NCTCOG Item 6.7.3 and City of
Coppell Standard Construction Detail.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be the total compensation for furnishing all labor, materials and equipment necessary
to complete the work including excavation, polyethylene wrap, embedment, thrust
restraints, blocking, pipe fittings, painting and backfill.
2.50. Pay Item #71, 72 - 8" Sanitary Sewer Pipe:
This pay item shall consist of the installation of the 8" and 10" sanitary sewer pipe, SDR 35
in the locations and to the depth as shown on the construction plans. Contractor is
responsible for taking any necessary precautions or construction measures necessary to
protect and support existing utilities. Work shall be in accordance with City ofCoppell and
NCTCOG Standards.
Measurement and Payment shall be made on the basis of price bid per linear foot (LF) and
shall be total compensation for furnishing all materials, tools, equipment, TV inspection,
mandrelling all lines, labor, and any other incidentals necessary to complete the work,
including all excavation, embedment and backfill.
2.51. Pay Item #73 - 4' Diameter Sanitary Sewer Manhole:
This pay item shall consist of the installation of 4' diameter sanitary sewer manholes in the
locations, and to the depth as shown in the plans. There is no additional compensation for
extra depth of manhole. The manhole shall be cast-in-place or pre-cast, and the work shall
include all appurtenances necessary for a complete installation. Concrete used for the
manhole shall be Class "P" concrete having a minimum cementitious of 611 pounds per
cubic yard and a minimum compressive strength of 4200 psi at 28 days. Work shall be in
accordance with applicable details and specifications including the City of Coppell Standard
Construction Details 5020 and 5030.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials, tools, equipment, vacuum testing,
labor, and any other incidentals necessary to complete the work.
5-19
Description of Pay Items
2.52. Pay Item #74 - Wastewater Access Device:
This pay item shall consist of the installation of a wastewater access device in the locations~
and to the depth as shown in the plans. The work shall include all appurtenances necessary
for a complete installation. Work shall be in accordance with applicable details and
specifications including the City of Coppell Standard Construction Detail.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials~ tools~ equipment~ vacuum testing~
labor, and any other incidentals necessary to complete the work.
2.53. Pay Item #75 - Sanitary Sewer Service:
This pay item shall consist of the installation of 4" PVC SDR 35 sewer pipe service in the
location shown on the plans. Contractor is responsible for taking any necessary precautions
or construction measures necessary to protect and support existing utilities. Work shall be
in accordance with applicable details and specifications including City of Coppell Standard
Construction Details.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials~ tools, equipment, labor, and any
other incidentals necessary to complete the work, including all excavation, embedment and
backfill.
2.54. Pay Item #76 - Adjust Sanitary Manhole Rim To Match New Roadway:
This work shall include adjustment of existing sanitary sewer manhole rims to match the new
roadway. This work shall be in accordance with City of Coppell and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EACH) and shall
be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.55. Pay Items #78 - Project Sign:
This pay item shall consist of the installation of a project sign on each end of the project.
The sign shall be constructed in accordance with the details fOWld in the Specifications.
The City will furnish the City logo for the sign.
Measurement and Payment shall be made on the basis of price bid per each (EACH) and
shall be total compensation for furnishing all materials~ tools, equipment, labor, and any
other incidentals necessary to complete the work.
5-20
Description of Pay Items
.r:=:
~l 91
.' -:!.
_ 1 1/2"
~
,p-
,
N
3"
CITY OF COPPEll
PROJECT SIGN
'-~"
,'. 3N
., o.
BLUE BAa<CRlUID
TO.. co r,r. H ~~n (Q)~ (Q)!PJ!PJ~[L
~t'},PPEE~ /FlQl~ ~~ro.AmOO C((t~V~C1I':
t~{ ~~$IPIEClO~'$ NAMIE, ~OO$IPEl!:T(llfd
. . ... .. P~~~I~ NltMBEIm: 172) 304-
-~1iJJ~~l ~~M~ {~~~J~Cl ~~M~~~]
~ (OJ IM1rM~lilOJ Iffi~ ~(O) IMiJ'M~iJ'(o) Iffil $ IM~~ IE
~(O)~lnPrlIA\(G1J(Q1IRi'$ jp11HlID1~re ~lW~Im~1ffi (1H1E BAa<GIlCMJND)
(RESER\iED _ SITE IlOna:
((:(Q)!M1I[Pl[E1f~(o)~ ~~'fr[E: $~$~WW~[ffi CMt HIM POSn~ )
IIl.UE BORDER
NOTES: 1) LETTERING SHOULD BE BOLD TYPE
2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD
PAINTED AS SHOWN ON DETAIL
3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND
SIGN PANEL AT APPROX. 2' CENTERS
4) ALL PAINT TO BE "OUTDOOR TYPE"
5) COPPELL LOGO TO BE PROVIDED BY THE CITY
6) MOUNTING POSTS TO BE 4"x4" STOCK SECURELY MOUNTED
EXAMPLE:
. " .. ...y. r:.a.. .. ~~n (Q)~ ~(Q)!PJ!PJ~(L'[L
COf'PBEE 1F~1Rl iINlIFO~IMIA\li'~OIM CrmOOT~a:V:
~~t..@r~ mx Dm, 1~$IPECT(Jfd
.... ....,.'".. ... IPHOWl~ NWlMI8JIER: 972.3fJM.IOIW
COPPELL ROAD (ST 00-03)
CONTRACTOR: mm mm mxm
(000) 000-0000 (RESER~ _liTE NOllCE
COMPLETION DATE: mxxx 2001 CMt tQ POS1WG )
.
o
I
...
~
.'