ST0102-CN021011
TH E.CITY.OF
COPPELL
<')
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Ruby Road
Project
ST 01-02
FOR
THE CITY OF COPPELL
OCTOBER
2002
En 31"1} eer Iny tJ rl fj /~a/
CITY OF COPPELL
CHANGE OR EXTRA WORK ORDER
PROJECT:
CONTRACTOR:
OWNER:
CHANGE ORDER:
RUBY ROAD PROJECT # ST 01-02
TISEO PA VING COMPANY
CITY OF COPPELL
# ONE (1)
DATE:
01/15/03
ADD: The addition of two drive approaches off of Ruby Road
Item Quantity Unit Description Unit Price Total Price
#1-12 133 SY 7" Concrete Pavement w/6" Monolithic Curb 23.60 $3,138.80
#1-14 126 SY Stabilized Subgrade 1.75 220.50
TOTAL Addition $3,359.30
DELETE: The deletion of 61 feet of concrete curb at proposed drive approaches
Item Ouantity Unit Description Unit Price Total Price
#1-12 .56 CY 7" Concrete Pavement w/6" Monolithic Curb 23.60 $13.22
(Deletion of 61' of curb calculated:
61' x.5 x .5'/27=.56 CY)
TOTAL Deletion ($13.22)
TOTAL CHANGE ORDER #1 $3,346.08
Previous Contract Amount
$802,394.92
Revised Contract Amount
Net Increase in Contract Time of Completion
$3,346.08
$805,741.00
o Days
Total Change Order #1
Revised Contract Time of Completion
150 Days
The contractor hereby accepts this contract adjustment as a final and complete adjustment in
full accord and satisfaction of all past and future liability originating under any clause in the
Contract by reason for this revision to the Contract.
)- 11-3
Date
e2 . ~ . t)~
Date
l
, :~.
~
l
!
(
!
I
~
~
:Y-RIO I ~
o
N
l,.-
Oi
m
~
.......
~
-.$
~z
u~
zO
-....
: gS.LOg=l.:I S~ :Y-RIO
~ gt.Z~S=Ol
, ~ ,O~ Ql.S-~ -
~rt) ,0 ~ Ql.S- ~
i =11V iSNI
; : ViS 1.YiI\d
:y-QICJ
" ;\~o
~ ::17
(/)<
x~ b
wC)~
-z
to- - "V.1ljQ
UZ ~.
~~
o Q::~
Q:: () "
~(/)
~
s:
(I)
zr:::" Q::-
0"" Wit)
1=8 ~~
<co ~C'\I
c ".
~< . -"
~()t-~~o~
OQ:: w_
t-..Joant-!::-
Q::m~u)Q::~~
<~wo<~o
~ W5~ 0
t-fl:o zo
- ".:_~ ,<~j~: g :
. . " ...~ (5 0 0
c > (/) 2:,
HOVO~ddV A VM3I\1~O~.- <
CD 113ddOO .:10 Al.1:.:i, ~
I 031..::1100ri .:10 3Nn ~31N30 ;
LO.tt+ Z ViS 1.Md_. ~o
" oz
-' .< ~~
.... D.O
<E1 ~..
, .
"
'"
"I Ie
II 10
II lac:
II l>-
I 1!1
I I a:
~
,IC
, w
I tal' I en
IIIalO
I-IA.
10
1: ,-.1 f
~'--":~ ',~.
;~I ~:., '.'
r:
.
.'
,',
>
I.)
.
:
~
--
I
lSiL'-ll
y'
~
z
c
i2
I~
0>
W~
<:
U)::
e
0:
w.
U).
o~
~:
f'~
--~
S~~~
~pjffil3
~~~~~
fuc.~ ~~
CLIr.
N-
N
N
o
-
I <E1
,-~~
. ~ r 3SVHd NI~38
I ~ Z 3SVHd ON3
T 100.0;+02: V1S 1.Md
.~I
~I .~
: 1\ ~ )-
I l5~m. ~ ~
I ~ ~ ~ .!N
() ~ eN
I I ~ 9 ~ ~!
I I ~ rJ 5 01')
I ~:-~~.at
II ~.~g ,.
I ~~~ffi ~
I ~~z~
~8~:::J
(JI
.
C)
OZ'O~S-l.:J
OL .t ~S=Ol
(lH~I~ ,Q~) 131NI 8~nO ,9 Q1S-~
:-nV1SNI
\..~> \ , OO'OS+Z~ V1S l,"^d
'I \ (:', \ ,
I \ '-.'
i :~\ \\
1-'10'
})' '}'
1"--- \ 0\ \
- \ \
- ~
~a=:~o~
:r:l:~a:I
l-enF
(.) ,... en
~...,w-
cszUo
a=:~Z~
CLx~o
I.LJw:E
1-:l:1.LJ
zF-a=:
< 0::
o
noMVS dO~d 1V
~ ~NU.SJX3 H01V~
10~ddV ).. VM3AI~O
113ddOO .:to AlO
.:10 3Nn ~31N3~
;.L+?~ V1S l,Md
..
~IiiYS ~oa== --:: 0 -
(.J
~.
/ . ...~
.'-.....--..
v
~!
OJ~ ,r
--(I)
~.
CD
,r--.....
I \
~ . ~
\..- f;..:.;:::::;.....~
, ,. t.. , J
'-.......-~ ~:-
.
.
\
....
. ~~.'I! .' ~I 1& ..
u_ ~~........ f'f-.:: " . 1- ·
. ,&~;:-'~ ...-,< ~ -Il'. ..:~(
,.~ 7L-.:.. . \;~-~_,'...~.~ la -"~.'.~
<E1 :,~~~~.~ \ '; ~
o..L, ~ ,: ~
%
(I)
z r:::- a=: -
o ", w an
F8 ?:{D
<co ~N
o 0..'
~<. C)
~gl-~~oCL
-' a=: . I.LJ .
I-QJoanl-!::....
0:: CLCOo:::E!:n
< .wO<_.....
Q..-W....CL-'O
be:~ ~~
..Jw C)
~ . ::)..J
::)~ 00
c> en>
- <-
x
~
-.
TABLE OF CONTENTS
Page #
Section 1 - Bidding Documents
Notice to Bidders
Addendas 1, 2, 3, 4 & 5
Instructions to Bidders
ProposallBid Schedule
Alternate Bid
Prevailing Wage Rates
1-4
1-5
1-16
1-29
Section 2 - Contract Documents
Standard Form of Agreement (Contract)
Certificate of Insurance
Instructions for Bonds
Performance Bond
Payment Bond
Maintenance Bond
2-2
2-8
2-9
2-10
2-12
2-14
For this project, the Standard Specifications for Public
Works Construction - North Central Texas, as prepared
by the North Central Texas Council of Governments and
the City of Coppell Standard Construction Details shall
govern all work to be done, together with any additional
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
TH E.CITY.OF
COPPELL
Jf
J'
e -t
1\ cS \
SECTION 1
BIDDING
DOCUMENTS
BID PROPOSAL
ADDENDA
ADDENDUM NO: ONE
ISSUE DA TE:Oct. II, 2002
PROJECT NAME: RUBY ROAD
ST 01-02
BID DATE: Oct. 28, 2002
LOCATION:
COPPELL, TEXAS
ISSUED BY:
City of Coppell
I. This addendum modifies and extends the requirements of the plans and construction
specifications for the above referenced project.
2. Staple these addenda to the inside of the rear cover of the construction specifications or bind
it into the construction specifications at the end of the Bid Proposal.
3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on
the outside cover of the envelope containing the Bid Documents.
CONSTRUCTION SPECIFICATIONS
Item No.1 - Notice to Bidders
Pae:e 1-4
Replace:
"A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the
Engineering Department (255 Parkway Boulevard) at 10:00 a.m. on October 15,2002."
with
"A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the
Engineering Department (255 Parkway Boulevard) at 2:00 p.m. on October 21,2002."
BID PROPOSAL
ADDENDA NO.2
PROJECT NAME: RUBY ROAD
ST 01-02
Bid No. Q 0902-03
ISSUE DATE: Oct. 23, 2002
BID DATE: Oct. 28, 2002
ADDENDUM NO: TWO
LOCATION:
COPPELL, TEXAS
ISSUED BY:
City of Coppell
1. This addendum modifies and extends the requirements of the plans and construction
specifications for the above referenced project.
2. Staple these addenda to the inside of the rear cover of the construction specifications or bind
it into the construction specifications at the end of the Bid Proposal.
3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on
the outside cover of the envelope containing the Bid Documents.
CONSTRUCTION SPECIFICATIONS
Item No. 1- Notice to Bidders
Pai!e 1-4
Replace:
"Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the
construction of the Ruby Road Project No. ST 01-02 will be received in the Purchasing
Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m.,
October 28, 2002, and then publicly opened and read aloud."
With:
"Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the
construction of the Ruby Road Project No. ST 01-02 will be received in the Purchasing
Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a~m.,
November 1,2002, and then publicly opened and read aloud."
ADDENDUM NO.3
DATE:
OCTOBER 23, 2002
ADDENDUM #:
THREE (3)
PROJECT:
RUBY ROAD PROJECT No. ST 01-02
Bid No. Q 0902-03
BID DA TErrIME:
NOVEMBER 1,2002 @ 10:00 A.M.
INSTRUCTIONS TO BIDDERS: All bidders shall acknowledge receipt of this Addendum No.3 by
completing and initialing the appropriate space on Page J -14 of the Bidding Documents.
Add BID ITEMS:
Item Quantity Unit Description and Price in Words Unit Price Total Price
No.
1-48 5744 LF Trench Safety for Drainage, Water &
Sewer Pipe
Complete in Place
Dollars
and Cents
per Linear Foot.
1-49 2 EA Project Signs
Complete in Place
Dollars
and Cents
per Each.
I-50 1 LS Repair Existing Irrigation along the
north side of Ruby Road
Complete in Place
Dollars
and Cents
per Each.
I-51 3050 CY Excavation
Complete in Place
Dollars
and Cents
per Cubic Yard.
Addendum #3
Page I
Delete BID ITEMS:
Item Quantity Unit Description and Price in Words Unit Price Total Price
No.
1-7 1 LS Tree Removal
DELETION of PAY ITEM:
2.7 Pay Item #7 Tree Removal! shall be deleted in its entirety.
DELETION and REPLACEMENT ofPA Y ITEM #18:
2.18. Pay Item #18 Compacted Fill:
This item will include the placement and compaction of fill required for this project. Fill
will be placed and compacted (minimum 95% of maximum dry density) in accordance with
geotechnical report, City of Coppell, and NTCOG standards and recommendations.
Replaced with the following:
2.18 Pay Item #18 Compacted Roadway Fill:
All compacted roadway fill and embankment constructed on this project shall be in
accordance with the NTCOG specifications Section 3.7 Embankment except as amended
herein or as shown on the plans. All fill materials shall be compacted in lifts of loose depth
not exceeding 8" and compacted to 95% standard proctor density at optimum to plus 4%
moisture content as determined by ASTMD698.
Measurement for compacted roadway fill and embankment shall be for in place
embankment after compaction to the density specified on the plans. Payment shall be on the
basis of the price bid per cubic yard and shall be total compensation for furnishing all labor,
materials, tools, equipment and incidentals necessary to complete the work. This includes
cost of water, sprinkling, wetting, rolling, etc. in accordance with the plans and
specifications.
ADDITION of PAY ITEMS:
2.42 Pay Item #48 Trench Safety:
This pay item will include all necessary activities required to provide a trench safety system
meeting the requirements of OSHA. It shall be the responsibility of the contractor to
provide a viable trench safety system at all times during construction activities. The
contractor is directed to become knowledgeable and familiar with the standards as set forth
by OSHA for trench safety that will be in effect during the period of construction of the
project and the contractor will be in conformance with such regulations as prescribed by
OSHA standards. Contractor shall provide a site specific Trench Safety Plan, designed by a
licensed professional engineer, to the City prior to implementation in the field.
Addendum #3
Page 2
Measurement and payment shall be on the basis of the price bid per linear foot and shall be
total compensation for furnishing all labor, materials, tools, equipment, design and
incidentals necessary to complete the work.
2.43 Pay Item #49 Project Signs:
This pay item will include the placement of a project sign as per the attached drawing at
each end of the project and maintenance of the sign throughout construction.
Measurement and payment shall be on the basis of the price bid per each and shall be total
compensation for furnishing all labor, materials, tools, equipment and incidentals necessary
to complete the work.
2.44 Pay Item #50 Irrigation:
This pay item will include the repair of any damaged irrigation systems located along the
north side of Ruby Road westward approximately 1300 feet. This will include any
irrigation systems currently existing adjacent to Deer Run Subdivision, the private
residence, and the mobile home park. The exact number of heads and lines has not been
determined in the field. We anticipate the only conflict with irrigation will be adjacent to
the Deer Run Subdivision. However, contractor should visit the site to become familiar
with the irrigation. Any damaged lines will need to be corrected under this bid item. Any
damage to existing landscaping caused by the disrepair of the irrigation system shall be the
contractor's responsibility to repair.
Measurement and payment shall be on the basis of the price bid per lump sum and shall be
total compensation for furnishing all labor, materials, tools, equipment and incidentals
necessary to complete the work.
2.45 Pay Item #51 Excavation:
This pay item will include excavation within the limits of the right-of-way and outside the
limits of the right-of-way as shown on the plans to accomplish the necessary grades
associated with the construction of this project. It shall include the removal and disposal of
all excavated material and the shaping and finishing of all earth work in conformance with
all lines and grades as shown on the plans. Suitable excavated material may be spoiled on
the property immediately south of Ruby Road after contact is made with the project
superintendent to determine the appropriate location on site to dispose of the excavated
material.
Measurement and payment shall be on the basis of the price bid per cubic yard and shall be
total compensation for furnishing all labor. materials. tools. equipment, disposal and
incidentals necessary to complete the work. No separate payment will be made for the
disposal of any unsuitable material off site.
Addendum #3
Page 3
PAVING PLAN & PROFILE SHEET: C2.3
Change cross-section dimension for Section Sta 20+98.4 to Sta 26+00 from 11.5 feet along the
south side to 10 feet. The south back of curb will be 10 feet off the south property line the entire
length of the project and the distance off centerline of right-of-way to the back of curb will be 19.5
feet to the south and 16.5 feet to the north the entire length of the project.
CLARIFICATIONS:
Item No. 1-3 No temporary fence will be required.
Item No. 1-16 Stop Bars shall be Thermo Plastic material.
Item No. 1-18 Quantities should be 4700 not 4515. Also, the compacted fill is measured as
compacted in place.
Item No. 1-19 Quantities should be 378 not 348.
Sheet 5.4 was sent because it was inadvertently omitted from some sets of plans. If you have Sheet
5.4 in your plans you can disregard the one attached to this addendum, as no changes were made on
the sheet. If you do not have Sheet 5.4 and were not mailed one separately, contact this office for a
copy (972/304-3679).
Addendum #3
Page 4
2'-4 l/r
CI TY OF COPPEll
PROJECT SIGN
8'-0.
'-'~-+r I "-0.1
. . . . . . .. . . . @OW @[? @@ 0 ~[g[S[S
COPPELL FOR INFORMA'ilON CONTACT:
.~. INSPECTORS NAIIE, INSPECTOR
. .' PHONE NUMBER: 304 II 3679
"'~~~~@11 OOg~ ~~W(ij~@1I OOMIOO~W~
@@OOifOO&@if@[ffig @@OOifOO&@'IT@[ffi'@ OO&[Ml[g
(_It 'ACX~~") @@OOm@lf@ffil'@ m@oo[g OOll1JllID[gOO
@@ ~[S[gifO@OO [Q)&~g @[g&@@oorw-
'- lLuE IIOIlOEIl
NOTES: 1) LETTERING SHOULD BE BOLD TYPE
2) SIGN PANEL WILL BE 3/4" EXTERIOR PLYWOOD
PAIN TED 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
EXAMPLE:
E. BELnlNE WATER LINE (WA 94-01)
CONTRACTOR: ARCHITECTURAL UTILmES, INC.
(817) 926-4377
COMPLETION DATE: SPRING/1995
4' O'
.
..
~
BID PROPOSAL
ADDENDUM NO.4
ADDENDUM NO: FOUR
ISSUE DATE: Oct. 23, 2002
PROJECT NAME: RUBY ROAD
ST 01-02
Bid No. Q 0902-03
BID DATE: Nov. 1,2002
LOCATION:
COPPELL, TEXAS
ISSUED BY:
City of Coppell
1. This addendum modifies and extends the requirements of the plans and construction
specifications for the above referenced project.
2. Staple this addendum to the inside of the rear cover of the construction specifications or bind
it into the construction specifications at the end of the Bid Proposal.
3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on
the outside cover of the envelope containing the Bid Documents.
4. This addendum allows for the discharge of drainage from the south into the Ruby Road
drainage system. This necessitates the upsizing of the main drainage system and stubouts of
laterals to the south. There is also stubouts for future fire hydrants, sanitary sewer and water
connections to the south. These changes necessitate the lowering of the proposed 12" water
line in various locations.
5. Included with this addendum are revised sheets C4.1, C4.2, C5.1, C5.2, C5.3, & C5.4. These
sheets are provided for bidding purposes. There could be minor correction of errors but no
significant changes prior to sealing of the plans by the Engineer.
CONSTRUCTION SPECIFICATIONS
Section 1 - Bidding Documents
UNIT PRICE BID SCHEDULE AL TERNA TE BID
Pages 1-1 through Page 1-12
/-1
Bidding Documents
BID PROPOSAL
ADDENDUM NO.5
ADDENDUM NO: FIVE
ISSUE DATE: Oct. 28, 2002
PROJECT NAME: RUBY ROAD
ST 01-02
Bid No. Q 0902-03
BID DATE: Nov. 1, 2002
LOCATION:
COPPELL, TEXAS
ISSUED BY:
City of Coppell
1. This addendum modifies and extends the requirements of the plans and construction
specifications for the above referenced project.
2. Staple this addendum to the inside of the rear cover of the construction specifications or bind
it into the construction specifications at the end of the Bid Proposal.
3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on
the outside cover of the envelope containing the Bid Documents.
4. This addendum is a clarification on the actual bids to be submitted and opened at 10:00
a.m., Friday, November 1, 2002. To be a valid bid, a bid must be submitted for both the
base bid (as modified by Addendum's 1,2, & 3) and for the alternate bid (as modified by
Addendum's, 1,2,3, & 4
If a bid is not submitted for both the base and the alternate bids, the bid will be rejected
as not complying with the specifications of the project as modified by these addendum's.
5. The City entered into a separate contract to remove approximately 203 trees from the
project. This includes the existing fence along the south right-of-way line (this is not the
cable fence as identified in Pay Items #3 and #4) and some brush within the right-of-way.
Any brush or vegetation remaining within the project limits, which includes the right-of-
way and adjacent property necessary to complete the work, should be removed under
Pay Item #10 Clear, Grub and Grade.
1-1
Bidding Documents
NOTICE TO BIDDERS
The City ofCoppell is accepting bids for the construction of the Ruby Road Project - No. ST 01-02
The work shall consist of the installation of 10,349 S.Y. of 8" concrete pavement, 4986 linear feet
of 6" concrete curb, drainage improvements, 2454 linear feet of 12-inch water pipe, 734 linear feet
of sanitary sewer pipe, the removal of existing trees, asphalt, and utilities, and all appurtenant work
necessary to complete construction of the project.
Plans and Specifications may be obtained for a non-refundable cost of $25.00 from the Purchasing
Agent, 255 Parkway Blvd., Coppell, Texas, or telephone (972) 304-3698. Sealed bids addressed to
the Purchasing Agent, City of Coppell, Texas, for the construction of the Ruby Road Project No.
ST 01-02 will be received in the Purchasing Office at the City of Coppell Town Center, 255
Parkway Boulevard. until 2:00 p.m., October 28, 2002, 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-0902-
03 designated clearly on the exterior of the bid envelope.
A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the
Engineering Department (255 Parkway Boulevard) at 10:00 a.m. on October 15, 2002. The
conference is not mandatory; however, all interested bidders are strongly encouraged to attend.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The
Owner reserves the right to accept the alternate bid of a Contractor that did not submit the lowest
base bid. NO BID TRANSMITIED 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 assunies 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 finished product, such as, equipment rental or purchase, form materials,
etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate
and provide separate charges for materials to be incorporated into the project from charges for labor. The
City will provide the Contractor with an exemption certificate for the materials. The contractor is expected
to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the
cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's
bid form will be used to develop a separated contract and determine the extent of the tax exemption.
/-4
Bidding Documents
BIDDING AND CONTRACT DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Defined Terms.
Terms used in these Instructions to Bidders which are defined in the Standard Specifications
for Public Works Construction - North Central Texas latest addition, as prepared by the
NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to
them in these General Conditions. The term "Bidder" means one that submits a Bid directly
to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term
"Successful Bidder" means the lowest, qualified, responsible Bidder to whom the Owner (on
the basis of the Owner's evaluation as hereinafter provided) makes an award. The term
"Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form,
and the proposed Contract Documents (including all Addenda issued prior to receipt of bids).
Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract
Documents, it shall be understood as referring to the City of Coppell, Texas.
Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract
Documents, it shall be understood as referring to the City Engineer or his authorized
representative, City ofCoppell, P.O. Box 478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and
inspect any or all parts of the work and the materials to be used therein.
2. Scope of Work.
This work shall consist of the installation of Ruby Road extending from Freeport Parkway to
Coppell Road. This project will include the removal of existing pavement, excavation, and
all related utilities, as well as the installation of pavement, and utilities as described in the
plans for ST 01-02. The paving, drainage and sanitary sewer will be constructed in phases.
The 12" waterline may be installed along the south side at one time, however, the services
will be installed in phases. Work shall include all components necessary for the "turn key"
construction of the roadway as shown in the plans for ST 01-02.
3. Copies of Bidding Documents.
3.1 Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at the
office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $25.00. The
following general requirements pertain to the Bidding Documents:
1-5
Bidding Documents
A) No bidding docwnents 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 Docwnents at no charge. Additional sets over five (5) will be furnished for
$15.00 per set.
C) Bidding docwnents may be examined free of charge at the offices of the City
Engineer, City ofCoppell, 255 Parkway Boulevard, Coppell, Texas.
3.2 Complete sets of Bidding Docwnents must be used in preparing Bids; the City of Coppell
asswnes no responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Docwnents. No partial sets of plans, specifications or proposal
forms will be issued.
3.3 The Owner, in making copies of Bidding Docwnents 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 financial responsibility, experience and possession of
such equipment as may be needed to prosecute the work in an expeditious, safe and
satisfactory manner. The required information to be submitted shall consist of, but shall not
necessarily be limited to, the following:
A. Current Project Experience.
A list of all projects presently under construction by the bidder including approximate
cost and completion date shall be submitted upon request.
B. Past Project Experience.
The Bidder shall submit a list of comparable projects completed within the previous
five years including approximate cost(s), quantities, and completion date(s).
C. Equipment.
The Bidder shall provide a list of equipment, which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this
project, properly and expeditiously and shall state what additional equipment, if any,
that he must rent/lease as may be required to complete this project.
1-6
Bidding Documents
D. Financial.
Each Bidder shall be prepared to submit upon request of the Owner a balanced
financial statement with no evidence of threatening losses as evidenced by an audited
certified financial statement (current within the last six (6) months of bid date). This
information will be used to confirm that the Bidder has suitable financial status to
meet obligations incidental to performing the work.
E. Technical Experience.
The Bidder shall demonstrate to the satisfaction of the Owner that he has the
technical experience to properly complete this project.
F. Proof that the bidder maintains a permanent place of business.
5. Conflict of Interest.
City Charter states that no officer or employee of the City shall have a financial interest,
direct or 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 Freeport Parkway, Coppell Road and Ruby 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.
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
1-7 Bidding Documents
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 of the 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. Some grading, tree removal, and fence removal will
take place outside of the right-of-way on adjacent property.
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
Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing
Agent in response to such questions will be issued by Addenda mailed or delivered to all
bidders recorded as having received the Bidding Documents. Questions received less than
two days prior to the date for opening of Bids may not be answered. Only questions
1-8 Bidding Documents
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 in calendar days should be included on the Bid Form in the space
provided. Completion time will be a strong factor in the award of this project. All work
shall be complete within the calendar day count required by the Contractor's Proposal. The
calendar day count shall commence ten (10) calendar days after the date of the Notice to
Proceed.
8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
8.3 Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Provisions.
8.4 In addition to above said items. Contractor shall meet the following substaintial completion
schedule of project ST -01-02 as defined as follows:
Phase I Demo Complete:
Phase I Complete:
Phase D Complete:
Phase ill Complete:
January 15,2003
March 7, 2003
May 7, 2003
July 7, 2003
9. Liquidated Damages.
Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this
project are: Two hundred forty dollars ($240.00) per day.
10. Substitute or "Or-Equal" Items.
The Contract, if awarded, will be on the basis of materials and equipment described in the
Drawings or specified in the Specifications without consideration of possible substitute or
"or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications
that a substitute or "or-equal" item of material or equipment may be furnished or used by
Contractor if acceptable to Engineer, application for such acceptance will not be considered
by Engineer 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 Award is given, request the apparent Successful Bidder to submit an acceptable substitute
in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's
Bid price may be increased (or decreased) by the difference in cost occasioned by such
substitution, and the Owner may consider such price adjustment in evaluating Bids and
making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may
award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors,
Suppliers, other persons and organizations. The declining to make requested substitutions
will not constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
12. Bid Proposal.
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a
quantity is given and the Bidder shall state the price for which he proposes to do each item of
work. All blanks on the bid fonn 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.
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-
/-10 Bidding Documents
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.
15. Submission of Bids.
Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City ofCoppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478, Coppell,
Texas 75019 until, 2:00 D.m.. October 28. 2002 and then publicly opened and read aloud.
Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the
Project title, City of Coppell Bid No. 0-0902-03 and the name and address of the Bidder
shall be submitted. If the Bid is sent through the mail or other delivery system the sealed
envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED
Construction of: Rubv Road Proiect ST 01-02 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 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
I-II Bidding Documents
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.
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 fmancial 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
Award. Time of completion will be a strong 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 materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to
the Notice of Award.
19.4 The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial stability
of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to
perform and furnish the Work in accordance with the Contract Documents to the Owner's
satisfaction within the prescribed time.
1-12
Bidding Documents
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
Award within ninety (90) days after the date of the Bid opening.
20. Execution of Agreement.
Within fifteen (15) days after written notification of award of the contract, the Successful
Bidder shall execute and furnish to the Owner three (3) original signed contracts and a
Certificate of Insurance.
21. Affidavit of Bills Paid.
Prior to final acceptance of this project by the Owner, the Contractor shall execute an
affidavit that all bills for labor, materials, and incidentals incurred in the project construction
have been paid in full, and that there are no claims pending.
22. Bid Compliance.
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor
work any illegal alien.
23. Notice to Proceed.
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the
Contractor requesting that he proceed with the construction. The Contractor shall commence
work within ten (10) calendar days after the date of Notice to Proceed.
24. Sales Tax.
The bidder shall not include or provide for sales tax on tangible personal property to be
incorporated into the project. In order to be exempt from the sales tax on such tangible
personal property, the contract shall separate and provide separate charges for materials to be
incorporated into the project from charges for labor. The City will provide the Contractor
with an exemption certificate for the materials. The contractor is expected to issue a resale
certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost
of materials to be incorporated into the contract (tangible personal property) in the space
provided on the bid form. The successful bidders bid form will be used to develop a
separated contract and will determine the extent of the tax exemption. Upon execution of the
construction contract, the successful bidder shall provide a per item breakdown of 1)
materials incorporated into the project; and 2) labor, equipment, supervision and materials
not incorporated into the project.
25. Silence of Specification.
1-13
Bidding Documents
The apparent silence of these specifications as to any detail or to the apparent omission from
it of a detailed description concerning any point, shall be regarded as meaning that only the
best commercial practices are to prevail. All interpretations of these specifications shall be
made on the basis of this statement by Owner or their authorized representative.
26. Change Orders.
No oral statement of any person shall modify or otherwise change, or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the contract
will be made in writing by the Owner.
27. Assignment.
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in
part, without the prior written consent of Owner.
28. Venue.
This agreement will be governed and construed according to the laws of the State of Texas.
This agreement is performable in Dallas County, Texas.
29. Maintenance Bond.
The Contractor shall provide a two year Maintenance Bond in the amount of 50% of the
value of the work at the completion of the project. The bond must be provided prior to final
payment by the City.
1-14
Bidding Documents
BID FORM
PROJECT IDENTIFICATION:
Ruby Road
ST 01-02 in Coppell, Texas
BIDOF ~~n\>~II...lr...C1\.
(NAME OF FIRM)
DATE _\ \- \-D'1.
TIDS BID IS SUBMITTED TO:
City ofCoppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. 9478
Coppell, Texas 75019
CITY OF COPPELL BID NO:
Q- 0902-03
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:
No:
Date:
Rec'd:
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
, 2 D ~. ~
~ /1!f:. IN!- $t? ~
(a)
1-15
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 of the 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 nontechnical data, interpretations or
opinions contained therein or for the completeness thereof for CONTRACTOR's
purposes. Except as indicated in the immediately preceding sentence,
CONTRACTOR shall have full responsibility with respect to subsurface conditions
at site.
BIDDER has studied carefully all drawings of the physical conditions in or relating to
existing surface or subsurface structures on the site, which are contained in the
contract documents and which have been utilized in preparation of the contract
documents. CONTRACTOR may rely upon the accuracy of the technical data
contained in such drawings, but not for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
(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 Facilitiesrare or will be required by BIDDER in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions of the Contract Documents.
(f) BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions
of the Contract Documents.
1-16
Bidding Documents
(g) 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 that the work will be completed in three phases. Phasing will require
several move-ins by utility and paving contractors.
5. It is understood and agreed that all work under this contract will be completed within the bid
calendar days. Completion date will be established in the Notice to Proceed. It is understood
that time of completion will be a consideration in the award of the bid.
6. BIDDER will complete the Work for the following price(s):
1-17
Bidding Documents
A J.. r - O,(.'lh" A '-
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1-1 272 LF Sawcut Concrete & Asphalt
Complete in Place 3."~ 88'-f-()O
~...t. Dollars
and 1W6..I7'r fIVe, Cents
per LINEAR FOOT.
1-2 15 SY Concrete Removal
Complete in Place 3 <;, 00 5 d So", () v
~~ ~v/;. Dollars
and NO Cents
per SQUARE YARD.
1-3 1380 LF Remove Cable Fence & Gate
Complete in Place ~..K:> 1>0 3G. ,00
\\->0 Dollars
and \\.-o~T'1 Cents
Per LINEAR FOOT.
1-4 1150 LF Reinstall Cable Fence & Gate
Complete in Place fro.DO l~, VuO(JQ
S' ~"Tf>.-f~ Dollars
and .....0 Cents
per LINEAR FOOT.
1-5 345 LF Remove existing RCP Pipe Sizes
12" to 36"
Complete in Place , '). s-o G,03?. ~
S. w~..,.u.,..J Dollars
and Ef"7'1 Cents
per LINEAR FOOT.
1-6 5955 SY Remove and Dispose of Asphalt
Pavement ~.I() { ';}, SV~. S"U
Complete in Place
I\...J It:) Dollars
and ~ Cents
per SQUARE YARD.
1-2
Bidding /)(x;uJHIrtS
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
'" "
I-+ -I- b8 Tree Rem8l'ml ,
Deleted per Complete in Plaee (k("~ f)~/efr'
Addendum Dallers
3 ana CefttB
per LUMP SUM.
1-8 1190 LF Abandon Sanitary Sewer Line &
Manholes t8'BD'J.D
Complete in Place I.~~
V;.J& Dollars ..f'
and {; Kt1 6./6/P'" Cents
per LINEAR FOOT.
1-9 I EA 8" Sanitary Sewer Plug
Complete in Place / O~.C) 0 /0<;.00
ooJeftvo.lO~iJ frvtDollars
and f"JD Cents
per EACH.
1-10 1 LS Clear, Grub & Grade 0/. ,~ ~
~ S' ,JO 3 '),60<>,00
Complete in Pla~.J$ \+-' 3 I. (,00. OQ
\l'h1L1~ <;~ ollars
and NU Cents
per LUMP SUM.
1-11 5 EA Remove Concrete Headwall
Complete in Place fl "t ~ ~S.()() Jes, ).5..00
~~ f'fvJ()A1JO'flt'~ollars
and ND Cents
per EACH.
1-12 10,349 SY 7" Concrete Pavement w/6"
Monolithic Curb )..~.c. 0 ;)..4<./. ~ 3(.. "<1
Complete in Place
~ ~1'1 'TlI~ Dollars
and "5 IX'T'1 Cents
per SQUARE YARD.
1-3
Bidding Documents
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item
No.
Quantity Unit Description and Price in Words
Unit
Price
Total
Price
218 TON Lime @ 40#/SY
Complete in Place
N,'" ~ 7"1 Dollars
and ,.JO Cents
per TON.
10905 SY 8" Stabilized Subgrade
Complete in Place
orJc- Dollars
and s6v~71 fivi Cents
per SQUARE YARD.
4" Round Double Reflective &
Round Non-Reflective Buttons
(Acrylic)
Complete in Place
Fu II rt. Dollars
and ~o Cents
per EACH.
Stop Signs w/24" Stop Bars
Complete in Place
E.( l> HJr Hv""~ollars
and NO Cents
per EACH.
Hydromulch
Complete in Place
r-JO Dollars
and S, ... ('1..f Cents
per SQUARE YARD.
Compacted Fill ' .. , ..
COD)plete'~ Place,; :~:.,,;~;:\~~j;' " :.~
C"/J ,; '1"\";' .l'S';lf.':.....,.. '. ,.,
..~ _!:.. . '~1 't'~'!~:" . .
andFiJ17 f,~' :<2.~~~~1f~:"", ' ,
per CUBIC YARD. . :.e",
1-13
1-14
1-15
350
EA
1-16
2
EA
1-17
8032
SY
1-18. .~, CY
..' ""r:\ ,':
. . - :. .t~ .' '~"4100';' ,
,;::~I~:....~:.~~~;
, U 7-i I! .
. , ''''J' .,.,4.. '. #.-.J
," ~:!.w;~ ~ 3 ".
90.00
Ie,,, ~~. () (J
f.?~
/7, O~1.?(
l{.oo
/400.00
~oc>.c:)o
/(.00.00
~o
4 $?-( '7. ,,"0
:'i:/.'<,r: ~'., :':~~i:. Iff If.
" ' ~~:~.- .,:';.~: ~~.,{:~/..
1-4
Bidding Documents
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1-+9 ~ 1:* 48" ReP, Class III {1J,fJ
Deleted per Camfllete iB Plaee O,)6fJ
Alternate Dallars
Design aBd Cems
per LINEAR FOOT.
1-20 .woo LF 36" RCP, Class III
483 Complete in Place (P&,", d-S" '3), 9v t(. If
Changed per S,~1"1 6tc,.W' Dollars
Alternate and "T'\.oIF.....'i'1 (I ve. Cents
Design per LINEAR FOOT.
1-21 198 LF 36" RCP, Class IV
Complete in Place 7?- .c.{~ I V '39 S. 10
SPv~'i't ;wO Dollars I
and ~ (-I vt. Cents
per LINEAR FOOT.
1-22 4+ LF 24" RCP, Class IV
82 Complete in Place <.( 0 . <t' )' '3 , S-? . <; ()
Changed per t.=o w (L i"1 Dollars
Alternate and f'lI Nr...-, fl lit Cents
Design per LINEAR FOOT.
1-23 26 LF 21" RCP, Class III
Complete in Place '${., ./~ 'Jss. ~
\1+1 rzft1 $ \ "- Dollars
and Si,.v,s.,J'i'f fr ve Cents
per LINEAR FOOT.
1-24 44Q LF 18" RCP, Class III
418 Complete in Place '?> ~. S"~ I 3, (,o~. 90 ,
Changed per ."tr ItA -v n,... 0 Dollars
Alternate and AM FrvcCents
Design per LINEAR FOOT.
/.$
Bidding Docum.nlS
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items sbaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1-25 172 LF 12" RCP, Class IV
Complete in Place ;)8. '3 ) 4 cg 7~ . rU
1\.IC..-JN 6' c.l-I-T Dollars
and 1lf1~'" (=lilt. Cents
per LINEAR FOOT.
. -..
I-29 ~ 8A 48" Type "B" HeHvJ&ll. {J,,(,J ~I
Deleted per Cemplete Hi Plaee D(r~.f-J
Addendum Dellars
3 BREI CeBts
per EACH.
1-27 2 EA Double 12" Type "C" Headwall
Complete in Place~ /O/6.n; dO'3? 00
tof'l ~ TlklvS".,..o e-(V ollars
and f, F i'f Cents
per EACH.
1-28 8.4 CY Grouted Rock-Rip-Rap
On a Filter Fabric (minimwn 70%
12" size) ~j.oo 'Sd-'i.)-o
Complete in Place
S I ~T\1 7"'HN:/i Dollars
and ,vi) Cents
per CUBIC YARD.
e . . .
',' .... :~'.~:.
1-29 1 EA Type "B" Manhole .~ . _ " ",' '-.: : ~ ~':..
.\
Complete in Plac~ ('oJIJ/.M f;J ;)(s, 7 ~ .so ~9~~SV
Larger Size .".., f....iil.1 $.....!fV,. Dollars
Manhole see and rl F-rt Cents
Alternate per EACH.
Desim
1-30 7 EA 6.0' Curb Inlet 0
Complete in Place AbO f-41'1 j'VoI J.( <f ~ .00 Ilf, 9 9 y. 00
~ c>..€.. 'fvl'l'Dollars
and ~t) Cents
per EACH.
1-6
Bidding [)ocrDrwnIS
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in W orels Unit Total
No. Price Price
1-31 2 EA 10.0' Curb Inlet ~
Complete in Pla~ e' (It-' J.S- g- 3 .au s-r(,(P.oo
."...,~n fwC. ri" Dollars
and No Cents
per EACH.
1-32 2454 LF 12" PVC Water"Pipe,{C-900)
For Complete in Place ~ '3 . (0 S(p h~ 1. C(()
New Depth "'T'v.Jc,.. T'1 TIf'tt66 Dollars ,
see and ~ Cents
Alternate per LINEAR FOOT.
Desi2Jl
1-33 295 LF 8" PVC Water Pipe (C-900)
Complete in Place ~~"/~ 7t d-l{. ')..$
lW f-f'J1"'1 Mv It- Dollars
and ~ f7{'~ Cents
per LINEAR FOOT.
1-34 7 EA Fire Hydrant Assembly w/6"
Valve & Necessary
6" PVC Pipe (C-900) .Jc. ~ ')~,"SV (<1, 3 ~o. S"b
S,~1'1o
Complete in Place ~
1\"'~ SfA/{;.J tfV150llars
and of" l (-"r\1 Cents
per EACH.
1-35 4 EA 12" Gate Valve :rrT~
Complete in Pl~ sf;N(. f~ 11. c;-o $7, ?O.O Q
n,,,Il."'~ tf'V'" ollars
and r,Ff"1 Cents
per EACH.
1-36 4 EA 8" Gate Valve ~
Complete in Placer, tutff'. Jg").~ J (Q).oo
~ ffv,.J()tL.t.A:> Dollars
and f1 f-t""'1 Cents
per EACH.
1-7
Bidding Documents
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1-37 6 EA Water Service (minimum I")
& Meter Relocation
Complete in Place ~(~~ c;/S. )) 5S"1 ~ ,S-o
~INP. ltv.,o/C.ls.O G.r ollars
and c;t.v6-a'i"l "Ve Cents
per EACH.
1-38 1 EA 2" Type '2' Air Relief Valve sf,Ni ,J
Complete in Place ~ fr m d~5J. O~ J-~S I.SD
lWf.t,Jr1 j"\otO t'+11,.J~ollars
and F I f-i'f Cents
per EACH.
1-39 1 EA 8"x8" Tapping Sleeve & Valve ,1"11" C7
Complete in Plac~~ f.I {,/trf J-9 Sf a. .00 a-1~d'OO
rrw ~n "n..Ji; tftI ollars
and NO Cents
per EACH.
1-40 1 EA Cut & Cap 4" Water Line
Complete in Place ~T'1 o,Jt {, (, (. S-V ~(,{. ~
S~ ~,.Jo~ sDollars
and nF-7'1 Cents
per EACH.
1-41 734 LF 8" Sanitary Sewer
Complete in Place ;).l.{. ,~ II, ?'~.I0
"""' E- f\1 ~ ",It. Dollars
and fi f-..,.r~..-J Cents
per LINEAR FOOT.
1-42 3 EA 4.0' & 5.0' Diameter S.S. Manhole
Complete in Place~~ IV ,,.J F- N ..., ~"
\\IW c.,...'i"'1 ,.J,,...,.tv lIars d "9'. S-V ~?? S~
and fir~ Cents
per EACH.
1-8
Bidding /)o(:u1UIfIS
Ruby Road
ST 01..02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1-43 1 LS Replace Sanitary Sewer Services
Complete in Place~6-''i'1 fI" <'t '") ~'f . ~ ?J.. "f . S'b
s ~ tfv,..>r.>tL60 ollars
and F1 ~'" Cents
per LUMP SUM.
1-44 800 LF Silt Fence
Complete in Place t.40 /l~'oo
(;Jr-J e Dollars
and f7>^-'T'1 Cents
per LINEAR FOOT.
1-45 9 EA Inlet Protection
Complete in Place S-S: 00 l{9,S:ou
~~ f=\.ve. Dollars
and ~o Cents
per EACH.
1-46 2 EA Sediment Trap (lAP r~
Complete in Place ~ ~,.ao /(~.oo )-300.00
o~f... "1"'lf"NS"""'..o 0 ollars
and ~ Cents
per EACH.
1-47 1 LS Traffic Control
Complete rr;:;:J · . bftX)~ ~J[)O ~
$/t.t1 Fill- Dollars
and t.IO Cents
per LUMP SUM.
1-48 5744 LF Trench Safety for ~e, Water :-'3o~L.\ ,'??
~.& iL Ia.t<. & Sewer Pj~ .. ~ ;~~ .
. ~. ,',S3
.; I''''''' i Complete, in\Place :: ' ":;':..
. ~ ~ .;, ',':~;:;I:j.:",),,"
'; .. ~ . .:' J ........1'....' ~ ...-....- +"
r - t{f-'.. b'. .' .', ""',1,', "~". '.
'. "'~:..,,;), ,vO':<"'." Do . ,',;':.'
, ,.' . '\'~ ;
- .~: .~~~:~ j~;';' ,,~,'" . :", " "'-', . ....~~.:.t..~f~:!~'_~ " .: .~ I
and ft'F-l"':"t~;.." ._c, -;:.
." ;"1 LINEAR>FEET ; '50 . ' ,
. per,,; ," ", ",
1-9
Bidding Doaurrents
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1-49 2 EA Project Signs
Added per Complete in Plac~ Ff'1 s.'"-S"t>. 00 1100,00
Addendum fl"r-. ~..,)o n".po ollars
3 and NO Cents
per EACH.
I-50 1 LS Repair Existing Irrigation along
Added per the north side of Ruby Road .>.$00.00
Addendum Complete in Plac~ 5~'OO
3 f\ f'r'1 f, vt. riv./. ollars
and ~o Cents
per LUMP SUM.
I-51 3050 CY Excavation
Added per Complete in Place b.l~
Addendum 51'1- Dollars ~I i'CfJ.~
3 and f'J l ~ rl'" Cents
per CUBI YAROS.
I-52 825 LF 54" RCP Class III
Added per Complete in Plac1kb-'f"t f..ttf- } ~~.9~ /0 3, ~~~.G,o
Alternate O"J e. tf-vrJ op.f--P ollars
Design and ,v,,..r-l't F' O//... Cents
per LINEAR FOOT.
I-53 40 LF 5'x5' RBC
Added per Complete in Plar'-t'"'1 ";(btfT J -;-% .S~ & ') If J.. .DO
Alternate V,",E. Hv,.JIJ~ oHars
Design and f'1F-f'1 FlVt$. Cents
per LINEAR FOOT.
I-54 1 LS 5'x5' Type 'B' Headwall
. '" ,,.,6-;'1 d-q 9 ~ . ~ ).99). .S"b
Added per Complete m Place ~ IlV' .,..., 0
Alternate 11"'-1 c... f'L1 f'J ,..J a. +f4' ollars
Design and fl f-N Cents
per LUMP SUM.
1-10
Bidding DOCIUIIDIIS
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1,2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
I-55 1 LS 3D" Type 'B' Headwall
Added per Complete in Plac~~1"'1 ().,Je. /0'1(.00 (O?/.Oo
Alternate ONL ~oJs~D ollars
Design and ""0 Cents
per LUMP SUM.
I-56 75 LF 3D" RCP Class III
Added per Complete in Place 5" d- . {"V "3 ~3?5'b
Alternate r l f'j'"\ ;-We Dollars
Design and ~f-i'f Cents
per LINEAR FOOT.
I-57 1 EA Sanitary Sewer Stubout
Added per (Sta 13+54.9) ,Ybffl"' lf~. d!:r
Alternate Complete in Place f{ 6tfN 4 ~~. ,.. ".>
Design ~ v 'l- ffv,.l"~ Dollars
and "l\IJ~7""1 rllt Cents
per EACH.
I-58 6 EA Modified Fire Hydrant Assembly
Added per Complete in Plac~ S~erT"1 I ~')o ,00 ~~ dO.Ou
Alternate ~1I tt.~ ffv.J ollars
Design and NO Cents
per EACH.
I-59 1 EA 12"x 12" Water Service Assembly
Added per Complete in Pl~ ~ 01 ~ I ~ 4-1 . ?!' 18-~1.0S-
Alternate ~ Iv ~~ t+" ollars
Design and Sb.;(i..JT'1 P, ve Cents
per EACH.
TOTAL BID ITEMS ALTERNATE BID 1-1 tbru I-59 S
!O~, 31'1. ~
;)...YO 7/1'. q.J-
.
T ANGmLE PERSONAL PROPERTY COST S
1-//
Bidding Documents
BID SUMMARY
TOTAL PRICE
CALENDAR
DAYS
In Words:
Pi j/. f #,,~,{) r /i....
I-I thru I-59 $ R() ~ J 9tf. 1.! I fa l AI; P'fyJ
71.OVJAM'> ~"." /lw'.arJ+~IP;- fi,w.r ~~~
;
TOTAL BID ITEMS ALTERNATE BID
6. BIDDER agrees that all Work awarded will be completed within /J7) Calendar Days.
Contract time will commence to nul 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 dermed in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem necessary
to stay within the City's available funds. Should the City elect to delete any portion, the contract
quantities will be adjusted accordingly.
.~S~C-)--PAvIN~ CD.
Signature:
I\l,,~ E' r;>+: JK-IST) 7.fX)"1.
W(~
LOJ\ s -\7" ~C2.D I Sl;c!~~.(LY- IKE,A5lJ Q.f.K
SUBMllll!;D ON
1-12
Bidding Docuntents
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 IE ~AS COUNTY OFDAl...U"\ S BEFORE
ME, the undersigned authority, a Notary Public in and for the State of T!;.."i.A ~, on this day
personally appeared Lou\$ \\5~D who after being by me
Name
duly sworn, did depose and say:
"I, LCU\5~$Q
Name
~5J:n Y4" t 1,J{~ C.c ).
Name of Firm
foregoing on behalf of the said
am a duly authorized office/agent for
and have been duly authorized to execute the
~S~b ~ot,-..j I N~ c.o
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: ~'5~DPJo..\J1 N~ Cr\ .
~ \q lZ." H""~. SD. M€.. S~'-)\ ~ ~, 1 ~ I'S 1'50
Telephone: (q"Tl.) 1.ttA -o,";.."!>
Title: SEc..w.c.'n~~i:r~ASJeE.f<
b~:~~
Signature: , -
SUBSCRIBED AND SWORN to before me by the above named
on this the 181 day of NO\J €"M i3ER..
Leu'S ~Se.O
20 tf2
"......."",
,"";~,(LOR """1.
.... I':L ...... ... ~'-
~ ~....~.6L1C ... ~ '.0
-. ~ . ,... .. '.0
~~~ ..... ....
: .~ * ~\ ~
..<1' C . ...
::... lit::
. UJ .0 ~.-
~ ~ \~ o~ ~.: ~ j
.... ~ ~. c;:)..
~ .. ST" 1 .\.'.. ~<::) ~
-:, e. ....." ...
--...,. ........ ~",. ........
'., \.v ."
'" ...-"
I'........,,'
~::~ ~X~~
1-27
Bidding Documents
If BIDDER IS:
An Individual
By
(Seal)
(Individual's Name)
doing business as
Business address
Phone No.
A Partnership
By
(Seal)
(Finn Name)
(General Partner)
Business address
Phone No.
A Corporation
By \: S f.-oV.A." I N G. c..n
(Corporation Name)
By
~-
\
(Corporate Seal)
Attest
Business address
S cretary)
4~Q ~. J..l\A-"'f' AD I tJ\~SJ;)1l ,.,.~ r~ ~I~
Phone No. '-"'>..) 1..~q -oi}... ~
A Joint Venture
By
By
(Name)
(Address)
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to
the joint venture should be in the manner indicated above.)
1-28
Bidding DocumenJs
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 LowboylFloat ................... 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
Slipform 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
1-29
Bidding Documents
THE. CI TV. 0 F
COPPELL
Jf
l'
e .r
1\ 8 \
SECTION 2
CONTRACT
DOCUMENTS
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
TIllS AGREEMENT is dated as of the ~ day of N 01,) e.M b er-
in the year 2002
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called
OWNER) and TISEO PAVING COMPANY, Inc. (hereinafter called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
This work shall consist of the installation of Ruby Road extending from Freeport Parkway
to Coppell Road. This project will include the removal of existing pavement, excavation,
and all related utilities, as well as the installation of pavement, and utilities as described in
the plans for ST 01-02. The paving, drainage and sanitary sewer will be constructed in
phases. The 12" waterline may be installed along the south side at one time, however, the
services will be installed in phases. Work shall include all components necessary for the
''turn key" construction of the roadway as shown in the plans for ST 01-02.
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 the
RUBY ROAD PROJECT
ST 01-02
Bid No. Q-0902-03
Article 2. ENGINEER.
The Project has been designed by the Pacheco Koch Consulting Engineers. 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 DocumenJs
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 150 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for fmal payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the time specified in paragraph 3.1 above, plus any extensions thereof
allowed in accordance with Item 1.36 of the General Provisions. They also recognize the
delays, expense and difficulties involved in proving in a legal or arbitration proceeding the
actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead
of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
damages for daily (but not as a penalty) CONTRACTOR shall pay OWNER Two hundred
forty dollars ($240.00) for each day that expires after the time specified in paragraph 3.1
for Completion until the Work is complete.
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
$802.394.92. The total tangible personal property cost included in the contract sum is
$240.718.48.
Article S. 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.
2-3
Contract Documents
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
5.2. Final Payment. Upon fmal completion and acceptance of the Work in accordance with
Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the Contract
Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface
conditions and drawings of physical conditions which are identified in the Supplementary
Conditions as provided in Item 1.3 of the General Provisions, and accepts the determination
set forth in Item SC-I.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.
2-4
Contract Documents
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.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2-2 thru 2-7 , inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2
thru 3-10).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the "Ruby Road Project ST 01-02 for the City ofCoppell".
2-5
Contract Documents
8.8. Drawings entitled: "Ruby Road Project ST 01-02 for the City of Coppell"
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defmed in Item 1.0 of the General Provisions
will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation moneys that may become due
and moneys that are due may not be assigned without such consent (expect to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or discharge the
assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal 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 N Cue h'\. b -e. r \ ~
, 2002.
OWNER: City of CoppeD
255 Parkway Boulevard
CoppeD, ~ 75019
CONTRACTOR: Tiseo Paving Company, Inc.
419 E. Hwy 80
Mesquite, TX 75150
TITLE:
~~
TITLE: A~+\uQ... ~SEn :V1{E.~\ ~.)l"T
ATIEST:~~~J:V\_
Address for giving notices:
BY:
P.O. Box 9478
Coppell, Texas 75019
Attn: Ken Griffin, P .E.
Dir. ofEngineeringlPublic Works
r.D w~'/. 1,IODLfD
~ \o.s :-l~ 1~?.'1.,
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2-7
Contract Documents
Certificate of Insurance
After award of contract, Contractor will provide Owner With Certificate of Insurance which will be
executed and bound here with final documents.
2-8
Contract Documents
J ACORlt CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDIYY)
11/18/2002
'RODUCER (248)828-3377 FAX (248)828-3741 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
~Valenti, Trobec, Chandler, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
6054 Livernois Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Troy, MI 48098 INSURERS AFFORDING COVERAGE
I Jill A. Oberlee
rNSURED Ti seo Pavi ng CO"1>any, Inc. INSURER A: Zurich American Insurance CO"1>any
P.O. Box 270040 INSURER B: American Guarantee & Liability (UBI)
Dallas, TX 75227-0040 INSURER c: Travelers Insurance CO"1>any
~ INSURER D:
I INSURER E:
:OVERAGES
1 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.
lSR TYPE OF INSURANCE POLICY NUMBER P~.tfe~~~~8,wlE Pgk!fl,~,x~~N LIMITS
...TR
1 GENERAl LIABILITY uL0372 5906-00 11/01/2002 11/01/2003 EACH OCCURRENCE $ 1,000,00
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ 300,00
I CLAIMS MADE 00 OCCUR MED EXP (Anyone person) $ 5,00
lA X Per proj ect PERSONAL & ADV INJURY $ 1,000,00
-
X Aggregate - CG2S03 GENERAL AGGREGATE $ 2,000,00
-
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,000
I I m PRO- nLOC
POLICY JECT
1 AUTOMOBILE LIABILITY BAP372S90S-00 11/01/2002 11/01/2003 COMBINED SINGLE LIMIT
X (Ea accident) $ 1,000,00Cl
ANY AUTO
-
ALL OWNED AUTOS BODILY INJURY
lA - $
SCHEDULED AUTOS (Per person)
X HIRED AUTOS
- BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
-
1 - PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
I ~ ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY ~UC3S6997303 11/01/2002 11/01/2003 EACH OCCURRENCE $ 10,000,000
!J OCCUR 0 CLAIMS MADE AGGREGATE S 10,000,000
1B $
~ DEDUCTIBLE $
X RETENTION $ 0 $
LA WORKERS COMPENSATION AND ~C372S904 11/01/2002 11/01/2003 X I T~~-fItr1~s I 10J~-
EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,00(
E.L. DISEASE - EA EMPLOYEE $ 1,000,00(
E.L. DISEASE - POLICY LIMIT $ 1,000,00Cl
~ OTHER ~T-660-94SX2322-TIL-02 11/01/2002 11/01/2003 Leased/Rented Equipment
ontractors Equipment $250,000
$1,000 Deductible
rESCRIPTION OF OPERATIONSlLOCATIONSNEHICLESlEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
roject:L Ruby Road Project # ST 01-02
~ditional Insured as respects General Liability: City of Coppell
liver of Subrogation in favor of City of Coppell
1
:ERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
L SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of Coppell ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
L 255 Parkway BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
P.O. Box 478 OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES.
Coppell, TX 75019 AUTHORIZED REPRESENTATIVE ~Jh_~
I Del Valenti/V48 ~
ACORD 25-5 (7/97)
@ACORDCORPORATION 1988
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 of this bond must not be prior to the date of the contract in connection with which
it is given.
2-9
Contract Documents
~
Bond No. 35BCSBV5964
I.
;[1
PERFORMANCE BOND
b
tl
L
l
l
l
i,
t
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE 'PRESENTS: That Tiseo Pavina Corooanv
whose address is 419 E. Hwy. 80, Mesquite, TX 75150
hereinafter called Principal, and Hartford Fire Insurance Coopany , 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 of the State of
Texas, hereinafter called "Beneficimy", in the penal sum of Eight Hundred Two Thousand
Three Hundred Ninety Four and 92/100 DOLLARS
($ 802,394.92 ) 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.
,
I
I
t.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, the Beneficimy, 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 the:
Ruby Road
Project No. ST 01-02
Bid No. Q-0902-03
I
;
I
,
~
I
I
I
,
I
NOW, THEREFORE, if the Principal sba1l well, truly and faithfully perform and fulfill all
of the undertakings, covenants, tenDS, 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 Smety,
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 \l{aived; 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 Beneficimy from all costs and damages wlUch Benef;iciary
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.
i .
2-10
Contract Documents
,
L
I
n
n
U
I
I
J
J
,
.}
IJ
l
L
L
L
L
L
~
I
I
l
PROVIDED FURTHER, that if any legal action be filed on this Bond, exchJSive Venue
shall lie in Dallas County, Texas.
'J
AND PROVIDED FURTIIER, that the said Surety, for value received, hereby stipulates
and agrees that no change, eXtension of time, alteration or addition to the terms of the Contract or to
the Work to be performed thereunder or the specifications accompanying the same shall in anyway
affect its obligation on this Bond, and it doeS hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
The mdersigned and desigJ'IS'tM agent is hereby designated by the Surety herein as the
Resident Agent in Dallas Comty 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 Three (3)
one of which shall be deemed an original, this the 18th day of Noventler
copies, each
,20~.
PRINCIPAL
Tilseo Paving Calpany
By:~ --~
Title: 1\~"u~ "'t~l"'\ 1'1>~IDe..a.,
SURETY
~e Insurance ~~
By: ~/~
Title: Denise A. Madden, Attorney-In-Fact
A~
AITFHf;A/~~
Resident Agent of1bc Surety in Dallas or Denton County. Texas, for dc1ivcly ofnotiee aad sc:rvice of tile process is:
NAME: William D. Birdsonq I William Georqe & Associates
ADDRESS: 10000 N. Central Exp~essway, Suite 1100, Dallas,; TX 75231
NOTE: Date Q{Perfonnance Bond tmISt be dote cfCOlflrtlCl.. qResitJent Agent is not corporation. give penon's 1Il11ne.
2-/1
Contract Documents
..
fi ~
~ .'
t;.J,:
,
,
..
L
L
L
I
L
L
L
L
l
l
1
I
I
r
Bond NO. 35BCSBV5964
PAYMENT BOND
STATEOFnXAS
}
}
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: That Tiseo Paving Coopany
whose address is 419 E. Hwy. 80, Mesquite, TX 75150
hereinafter called Principal, and Hartford Fire Insurance Catl)any , 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 of the State of
Texas, hereinafter called "Beneficiary", in the penal sum of Eight Hundred Two Thousand
Three Hundred Ninety Four and 92/100 DOLLARS
($ 802,394.92 ) 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 omselves, 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 COQ.tract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract with the City of Coppell, dated the 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 the:
Ruby Road
Project No. ST 01-02
Bid No. Q-0902-03
NOW, THEREFORE, if the Principal shall well, truly and faithfully perfonn 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 fil~ 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 tenns of the Contract or to
the Work to be perfonned thereunder or the Plans, Specifications, Drawings, etc., accompanying
the same, shall in an~ affect its obligation on this Bond, and it does hereby waive notice of any
2-12 Contract. Documents
~'.
..-,;~
such change, extension of time, alteration or addition to the tenns of the COtltract, or to the Work to
be performed thereunder.
!
~
..
This Bond is given pursuant to the provisions of Article 5160 of Veroon's Annotated Civil
Statutes, and any other applicable statutes of the State of Texas.
~
L
1,
L
I
L
L
l;
The undersigned and desig;u.teA 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 Three (3)
one of which shall be deemed an original, this the 18th day of November
copies, each
,20~.
PRINCIPAL
SURETY
Tiseo Paving Coopany
BY~ '-- ~-
Hartford Fire Insurance Company
By:~tfzj~'
Title: ~~uQ..:~~-a ;V~\~
Title: Denise A. Madden, Attorney-In-Fact
ATTEST:
~.~
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and
service of the process is:
NAME:
William D. Birdsong, William Georqe & Associates
I
I
I
f
f
ADDRESS:
10000 N. Central Expressway, Suite 1100, Dallas I TX 75231
NOTE: Dale of Performance Bond must be date of Contract. If Resident Agent is not a corporation. give a person's
name.
/1 ~
"
2-13
Contract Documents
~.
lEI
Bond No. 35BCSBV5964
.
~ ~
MAINTENANCE BOND
i
L
STATE OF TEXAS
}
L
~
~
~
~
L
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: THAT Tiseo Paving Corcpany
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
Ci ty of Co!)J;lell , a Municipal Corporation, Texas, the sum of
Eight Hundred Two Thousand 'ltnle fl.rrlr:erl N:i.rety Eb.r cnj 92/lOO Dollars. and
Cents ($ 802,394.92 ) , for the payment of which sum
will and truly be made unto said Tiseo Paving Conpany , and its successors, said principal
and sureties do hereby bind themselves, their assigns and successors jointly and severally.
Tms obligation is conditioned; however, that whereas, the said
Tiseo Paving Conpany
has this day entered into a written contract with the said City of Coppell
to build and construct Ruby Road Project No. ST 01-02, which contract and the plans and
specifications therein mentioned, adopted by the Ci ty of Coppell are hereby
expressly made a part thereof as through the same were written and embodied herein.
~
l
1
l
I
I
t
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 understoQd 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 perfonnance of its' contract to so maintain and repair said
work, then these presents shall have full force and effect, and said Ci tv 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
I
I
t.!
.~
<.
.1
and the same shall not be changed, diminished or in any manner affected ftom any cause during
said time.
..-l
u
IN WITNESS WHEREOF. the said Tiseo Paving Coopany - has
caused these ~ to be executed by
and the said . JaLfoa:1 F:ite li'l:u:cn:e a::m:mv has caused these presents to
be executed by its Attorney.in fact 8ndthe said Attorney in fact L'Enise A. MdS1
. bas hereunto set IEr hand, the 18th day of lbIad:s: . 2002
I
1:1
l .
Ii
t
"
~
~
f. ~
"
PRINCIPAL
Tiseo ~. 0:Itp:lqf
BYV~~
SURETY
Hartford Fire Insurance Ca'rpany .
----:-
By: {~ t4.~.
Title: ..)..Q:T""uQ... h~--" ~D~~"~~IIo.l.-r
Trtle: Denise A. Madden, Attorney-In-Fact
~~
ATfEST:
Aid_D~~
WITNESS:
NarE: Date if MtIinIentInce Bond IIINSI not be prior 10 dote ~ConIroct.
t.;
L
~
,
I
I
f
~
i,
r'
2-15
Contract Do.cumenlS
~
POWER OF ATTORNEY
THE HARTFORD
HARTFORD PLAZA
HARTFORD, CONNECTICUT 06115
Twin City Fire Insurance Company [=:J
Hartford Insurance Company of Illinois [=:J
Hartford Insurance Company of the Midwest r --l
Hartford Insurance Company of the Southeast CJ
[K]
[X]
[K]
CJ
Hartford Fire Insurance Company
Hartford Casualty Insurance Company
Hartford Accident and Indemnity Company
Hartford Underwriters Insurance Company
KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accident and Indemnity
Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford
Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company,
Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the
State of Indiana; and 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:
DA Valenti. Denise A Madden, Robert Trobec, Kathleen M Irelan, Ian J Donald
of
Troy, MI
their true and lawful Attorney(s)-in-Fact, each in their 5eparate capacity if more than one is named above, to sign its name as surety(ies)
only as delineated above by 121, 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 a'1d 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 September 12th, 2000,
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
~~~
t'/ 'l\.'1.
~. /. ,,"'1.<"" '\ ~"
i~\' · =O::i
\~,,\til1't/;f
S"--"" $'
.,..'6....
1) CU./O 0\. ('.)..i..'7r?-'L.J?f/"
/~:LP~
/
Paul A. Bergenholtz, Assistant Secretary
John P. Hyland, Assistant Vice President
STATE Of CONNECTICUT} S".
:. Hartford
COUNTY O~ HARTJ:ORO
On thiS 19th day of September, 2000, before me personally came John P. Hyland, to me known, who being by me duly sworn, did
depose and say: that he resides in the County of Hartford, State of Connecticut; 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 said instrument are such corporate seals; that they were so affixed by authority ofthe Boards of Directors of said corporations
and that he signed his name thereto by like authority.
?/~~
CERTifiCATE
Notary Public
Nly Comnussion Expires June 30. 2004
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and
correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of November 18th, 2002.
Signed and sealed at the City of Hartford.
~."'-~ ~~ ~
· S /:..~"'!"...
..... ~ ~...~..~ h; '.(.
.../~'=o Ff~"'""'~X~\ il',
W., It;*., 9./N ~k''l ~Jj) {i\..1.~*.~. 9 .
~';~~;7~ ~~ :~~~?-~~
C!~{.~~~
Colleen Mastroianni, Assistant VIce President
nmX
HARTFORD
Hartford Fire Insurance Company
Hartford Casualty Insurance Company
Hartford Accident and Indemnity Company
Hartford Underwriters Insurance Company
Twin City Insurance Company
Hartford Insurance Company of Illinois
Hartford insurance Company of the Midwest
Hartford Insurance Company of the Southeast
Please address inquiries regarding claims for all surety and fidelity products issued by
The Hartford's underwriting companies to the following:
Phone Number
Fax - Underwriting
Fax - ClaIms
E-mail
888-266-3488
860-547-6672
860-547-8265 or 2092
claims@lstepsurety.com
Mailing Address
The Hartford
The Hartford Fidelity & Bonding (BOND)
Hartford Plaza
690 Asylum A venue
Hartford. CT 06115
SECTION 3
STANDARD SPECIFICATIONS
SUPPLEMENTARY
CONDITIONS
THE. CI TV. 0 F
COPPELL
~~~~
ex ~ ~q
1\ S . \
CITY OF COPPELL
SUPPLEMENTARY CONDITIONS
TO THE
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
GENERAL PROVISIONS
THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD GENERAL PROVISIONS OF
THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, NORTH CENTRAL
TEXAS, LATEST ADDITION, PREPARED BY THE NORTH CENTRAL TEXAS COUNCIL OF
GOVERNMENTS AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR
SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED
REMAIN IN FULL FORCE AND EFFECT AS AMENDED.
PART I: GENERAL PROVISIONS - DIVISION 1 PROPOSAL REQUIREMENTS
ITEM 1.0 - DEFINITIONS
SC-1.0
Engineer: The word "Engineer" in these contract documents and specifications shall be understood
as referring to CITY ENGINEER, City ofCoppell, P.O. Box 9478, Coppell, TX 75019, Engineer of
the Owner, or such other representatives as may be authorized by said owner to act in any particular
position.
Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF
COPPELL acting through its authorized representatives.
Calendar Day: Add the following sentence to the end of the working days definitions: Hours worked
before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime
request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-
two hours notice required. All overtime incurred by the City for inspection services shall be paid by
the Contractor. If not paid, such cost may be deducted from partial payments.
All other terms used in these Supplementary Conditions which are defined in the General Provisions
shall have the same meanings used in the General Provisions.
ITEM 1.15 - SURETY BONDS
SC-1.15
Add following sentence to Item 1.15 (A):
"Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements
for a 2 year period."
3-2
Standard Specifications
Supplementary Conditions
ITEM 1.16 - NOTICE TO PROCEED
SC-1.16
Add following sentence to end ofltem 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 ofltem 1.20.1:
"In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the
following reports of explorations and tests of subsurface conditions at the site of the work: No
geotechnical explorations or tests of subsurface conditions have been performed.
The Contractor may take borings at the site to satisfy himself as to subsurface conditions."
SC-1.20.5
Add the following new Item 1.20.5 immediately after Item 1.20.4:
1.20.5 Existing Utilities and Sewer Lines: The Contractor shall be responsible for the protection
of all existing utilities or service lines crossed or exposed by the construction operations.
Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR
3-3
Standard Specifications
Supplementary Conditions
shall replace the utilities or service lines with the same type of original construction. or
better, at his own cost and expense.
If it is necessary to change or move the property of any owner or of a public utility, such
property shall not be moved or interfered with until authorized by the ENGINEER. The
right is reserved to the owner of any public utility to enter upon the limits of the project
for the purpose of making such changes or repairs of their property that may be made
necessary by the performance of this contract.
ITEM 1.22 - CONTRACTORS RESPONSmILITIES
SC-1.22.5
Amend the first sentence of Item 1.22.5 by adding the following at the beginning of the sentence: "If
requested by Owner, Engineer or Contractor".
ITEM 1.24 - PROTECTION OF WORK AND OF PERSONS AND PROPERTY
SC-1.24.2.1
Add the following new Item 1.24.2.1 immediately after Item 1.24.2:
1.24.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor
at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER,
Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to
settle with such other Contractor by agreement. or to otherwise resolve the dispute by
arbitration or at law. CONTRACTOR shall. to the fullest extent permitted by Laws and
Regulations. indemnify and hold OWNER, ENGINEER and Consulting Engineer
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 be any separate
Contractor at the site give rise to any other claim. CONTRACTOR shall not institute any
action. legal or equitable. against OWNER, ENGINEER or Consulting Engineer or permit
any action against any of them to be maintained and continued in its name or for its
benefit in any court or before any arbiter which seeks to impose liability on or to recover
damages from OWNER, ENGINEER or Consulting Engineer on account of any such
damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing
Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR
are unable to agree as to the extent of any adjustment in Contract Time attributable
thereto. CONTRACTOR may make a claim for an extension of time in accordance with
Item 1.36. An extension of the Contract Time shall be CONTRACTOR's exclusive
3-4
Standard Specifications
Supplementary Conditions
remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay,
disruption, interference or hindrance caused by any separate Contractor.
ITEM 1.26 - INSURANCE
SC-1.26.6
Add the following new item:
1.26.6 If OWNER requests in writing that other special insurance be included in the property
insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost
thereof will be charged to OWNER by appropriate Change Order or Written Amendment.
Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise
OWNER whether or not such other insurance has been procured by CONTRACTOR.
SC-1.26.7
Add the following new item:
1.26.7 CONTRACTOR intends that any policies provided in response to Item 1.26 shall protect
all of the parties' insured and provide coverage for 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 WORKMANSIDP: WARRANTIES AND GUARANTEES
SC-1.27.4
Amend the first sentence ofltem 1.27.4 to change the words "one year" to "two years".
ITEM 1.32 - WORKING AREA: COORDINATION WITH OTHER CONTRACTORS: FINAL
CLEANUP
SC-l.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. Vertical control has been
established as shown on the construction plans. Horizontal control can be established from existing
inlets, street intersections or other utilities indicated on the construction plans. The Contractor shall
be responsible for establishing all lines and grades, and the precise location of all proposed facilities.
The ENGINEER may make checks as the Work progresses to verify lines and grades established by
the Contractor to determine the conformance of the completed Work as it progresses with the
3-5
Standard Specifications
Supplementary Conditions
requirements of the construction documents. Such checking by the Engineer shall not relieve the
Contractor of his responsibility to perform all Work in connection with Contract Drawings and
Specifications and the lines and grades given therein."
ITEM 1.33 - OTHER CONTRACTORS: OBLIGATION TO COOPERATE
SC-1.33
Delete the last sentence of the second paragraph and substitute the following in lieu 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 ofItem 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-l.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-l.37
1.37.1 Amend the last sentence in Paragraph two ofItem 1.37.1 to delete the following "except as
provided below."
Add the following sentence to the end of paragraph two in Item 1.37.1.
"The unit price of an item of Unit Price Work shall be subject to re-evaluation and
adjustment under the following conditions:
3-6
Standard Specifications
Supplementary Conditions
ITEM 1.49 - OWNER'S. EMPLOYEES OR AGENTS
SC-1.49-2
Replace Item 1.49.2 with the following new paragraph:
1.49.2 Conflict of Interest
City Charter states that no officer of the City shall have a financial interest, direct or indirect,
in any contract with the City, nor shall be financially interested, directly or indirectly, in the
sale to the City of any land, or rights or interest in any land, materials, supplies or services.
This prohibition does not apply when the interest is represented by ownership of stock in a
corporation involved, provided such stock ownership amounts to less than one percent (1 %)
of the corporation stock. Any violation of this prohibition will constitute malfeasance in
office. Any officer or employee of the City found guilty thereof should thereby forfeit his
office or position. Any violation of this prohibition with the knowledge, expressed or
implied, of the persons or corporations contracting with the City shall render the contract
voidable by the City Manager or the City Council. The Contractor represents that no
employee or officer of the City has an interest in the Contractor.
ITEM 1.58 - STATE AND LOCAL SALES AND USE TAXES
SC-1.58
Delete Item 1.58 and substitute the following in lieu thereof:
1.58 Recent legislation has removed the sales tax exemption previously provided by Section
151.311 of the Tax Code covering tangible personal property purchased by a contractor for
use in the performance of a contract for the improvement of City-owned realty.
It is still possible, however, for a contractor to make tax-free purchase of tangible personal
property, which will be incorporated into and become part of a City construction project
through the use of a "separated contract" with the City. A "separated contract" is one, which
separates charges for materials from charges for labor. Under such a contract, the contractor
becomes a "seller" of those materials, which are incorporated into the project, such as bricks,
lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the
sales tax at the time such items are purchased. The contractor then receives an exemption
certificate from the city for those materials. (This procedure may not be used, however, for
materials, which do not become a part of the finished product. For example, equipment
rentals, form materials, etc. are not considered 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
3-7
Standard Specifications
Supplementary Conditions
tax exemption. Upon execution of the construction contract, the contractor shall furnish a
breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment,
supervision and materials not incorporated into the project.
PART II:
MATERIALS - DIVISION 2 MATERIALS
ITEM 2.1.5 - TRENCH BACKFILL:
(b) Types "B" and "c"
(4) Additional Requirements
(B) Additional Requirements for Type "C" backfill when used in streets: Insert the
following paragraph at the beginning of this subsection: "All trench backfill shall be
compacted to between 95 percent and 100 percent of Standard Proctor Density as
determined by ASTM D-698 at, or up to five (5) percentage points above, optimum
moisture content, using mechanical compaction methods unless otherwise specified in the
Plans. Water jetting may be used only with specific written permission of the Engineer."
ITEM 2.1.6 - RIPRAP OR STONE MASONRY:
(b) Materials and Dimensions
(4) Mortar Riprap. Add the sentence: Mortar or concrete type shall be approved by
the Engineer and shall conform to A.S.T.M. C 387-83.
ITEM 2.1.7 - PIPE BEDDING MATERIAL FOR STORM SEWERS:
( a) General: Amend the first sentence, by striking the words "requirements for earth
bedding" and replace with "recommendations of the pipe manufacturer, and shall be
approved by the Engineer".
(b) Earth Bedding: Add the following sentence at the beginning of this paragraph:
"Earth bedding will not be permitted without written approval of the Engineer."
ITEM 2.2.2 - CHEMICAL ADMIXTURES:
(d) Mineral Admixtures. Delete paragraph (d) in its entirety. The use of Fly Ash as an
admixture in any Class of concrete is specifically prohibited without written
approval of the Engineer.
PART III
CONSTRUCTION METHODS DIVISION 3 - SITE PREPARATION
3-8
Standard Specifications
Supplementary Conditions
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 III
Strike the fIrst sentence and replace with the following: "Earth embedment and select
material shall be compacted to between 95 percent and 100 percent of Standard Proctor
Density as determined by ASTM D-698 at, or up to fIve (5) percentage points above,
optimum moisture content, using mechanical compaction methods, unless otherwise
specifIed in the Plans or SpecifIcations."
DIVISION 4 - SUBBASE AND BASE COURSES
ITEM 4.8.4 - CONSTRUCTION METHODS:
PART III
(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.
DIVISION 5 - PAVEMENT/SURFACE COURSES
ITEM 5.8.2 - CONSTRUCTION METHODS:
(e) Joints
(1) Expansion Joints: Delete the fIrst paragraph and replace with the following:
"Expansion joints shall be installed perpendicularly to the surface and centerline of the
pavement. Expansion Joint material shall be redwood boards, 3/4-inch in width, and
extended through curbs. Expansion joints are to be installed at each end of radius at street
intersections. Expansion joints shall be equally spaced between intersections with not less
than one every 200 linear feet of pavement, unless otherwise specifIed on the Plans or
directed by the Engineer.
(C) Proximity to Existing Structures: Add to end of sentence, "or as directed by the
Engineer" .
(2) Contraction Joints. Delete the fIrst sentence of the fIrst paragraph and insert the
following: "Contraction or dummy joints shall be sawed to 1-1/4 inches in depth, and 1/4
3-9
Standard Specifications
Supplementary Conditions
PART III
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."
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-/0
Standard Specifications
Supplementary Conditions
SECTION 4
SPECIFIC PROJECT
REQUIREMENTS
THE. CI TV. 0 F
COPPELL
Jf~4t
ex ?< ~q
t\ 8 . \
SPECIFIC PROJECf REQUIREMENTS
The construction specifications which apply to this project are the Standard Specifications for
Public Works Construction - North Central Texas prepared through the North Central Texas
Council of Governments (C.O.G.). The following Specific Project Requirements contain general
and specific project requirements applicable to this project in the City of Coppell. These individual
specifications control for this project. Additional amendments to the C.O.G. Standard
Specifications are contained in Section 3 - 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 Standard Specifications for the City ofCoppell, Texas shall apply.
In addition, reference to the following shall be considered as referring to the specifications or
Method of Test as set forth by these organizations and shall be considered as part of the
Specifications when referenced.
A.S.A. American Standards Association
A.S.T.M. American Society of Testing Materials
A.A.S.H.T.O. American Association of State Highway
& Transportation Officials
A.C.I. American Concrete Institute
A.W.S. American Welding Society
A. W. W.A. American Water Works Association
S.S.P.c. Steel Structures Painting Council, Federal
Specifications Treasury Department
U.L. Underwriters Laboratories
N.E.M.A. National Electrical Manufacturers Association
W.P.C.F. Water Pollution Control Federation
TX.DOT Texas Department of Transportation
C.D.G..S. City of Dallas General Specifications
S.S.P.W.C.N.C.T. Standard Specifications for Public Works
Construction North Central Texas
4-2 Specific Project Requirements
1.1 OWNER: The "Owner" as referred to in these Specifications is the City of Coppell, P.O.
Box 9478, 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 done in accordance with the Project Drawings and Specifications. In the
event that an item is not covered in the Project Drawings and Specifications, then the
Standard Specifications for Construction for the City of Coppell, Texas shall apply.
1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as
within the street right-of-way and on adjacent property to the south and at northeast comer
of Ruby and Freeport. Entrance onto private property (mobile home park and private
residence) shall be at the expressed approval of the ENGINEER, only.
1.5 PROJECT DESCRIPTION: This work shall consist of the installation of Ruby Road
extending from Freeport Parkway to Coppell Road. This project will include the removal of
existing pavement, excavation, and all related utilities, as well as the installation of
pavement, and utilities as described in the plans for ST 01-02. The paving, drainage and
sanitary sewer will be constructed in phases. The 12" waterline may be installed along the
south side at one time, however, the services will be installed in phases. Work shall include
all components necessary for the "turn key" construction of the roadway as shown in the
plans for ST 01-02.
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 fInal inspection. The calendar day count shall resume upon receipt by the Contractor of
a written list of items necessary to satisfactorily complete the project. This process shall
continue until such time as the project is accepted by the Engineer, and the Owner. . The
calendar day count will not be suspended or otherwise affected by use of completed
portions or "substantial completion" of any of the project.
1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws
including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations
and order of any public authority have jurisdiction for the safety of persons or property to
protect them from damage, injury or loss. He shall erect and maintain, as required by
existing conditions and progress of the work, all reasonable safeguards for safety and
protection, including posting danger signs and other warnings against hazards, promulgating
safety regulations and notifying owners and users of adjacent utilities.
4-3
Specific Project Requirements
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 the
re-establishing any control or construction stakes destroyed by either him or a third party
and shall assume the entire expense of rectifying work improperly constructed due to failure
to maintain established points and marks.
No separate payment shall be made to the Contractor for construction staking which shall be
considered incidental to the project and payments made under specific Pay Items shall be
considered as full compensation for these requirements.
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. Contractor shall replace any deficient construction items.
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
OV.11er 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 each payable
to the Owner. If damage is continuous, tree guards shall be erected when so directed by the
Engineer at the Contractor's expense.
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
4-4
Specific Project Requirements
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 pay item 1-47 - Traffic Control.
The Contractor shall assume all duties owned by the City of Coppell to the general public in
connection with the general public's immediate approach to and travel through the work site
and area adjacent to said work site.
Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of-
way or public place, the Contractor shall at his own cost and expense provide such flagmen
and watchmen and furnish, erect and maintain such warning devices, barricades, lights,
signs and other precautionary measures for the protection of persons or property as are
required by law. The Contractor shall submit a traffic control plan to be reviewed by the
City prior to the beginning of work. In preparing the traffic control plan, the contractor shall
take into account that the project will be constructed in three phases. The contractor shall
be responsible for placing notices on each structure within the mobile home park and
private residence prior to the beginning of each phase that shows revised traffic patterns. 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 to be reimbursed by the Contractor for any expense
incurred in ordering such additional precautionary measures.
In addition, the Contractor will be held responsible for all damages to the work and other
public or private property due to the failure of warning devices, barricades, signs, lights, 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
4-5
Specific Project Requirements
replaced by and at the cost and expense of the Contractor. If the damages are not corrected
in a timely fashion, then the City shall have the right to repair the damage and charge the
cost back to the Contractor. All of this work is considered incidental to pay item 1-47 -
Traffic Control.
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
documents for this project shall be understood as meaning an Owner's agent will observe
the construction on behalf of the Owner. The agent will observe and check the construction
in sufficient detail to satisfy himself that the work is proceeding in general accordance with
the contract documents, but he will not be a guarantor of the Contractor's performance.
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 bound 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 until 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.
1.5 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 (I) 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:
1. 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 relive 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 RESPONSIBILITIES:
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. CI TV. 0 F
COPPELL
1f
l'
e X
1\ 8 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, such as water bends and fittings, water for construction, etc. shall be
considered subsidiary to the Contract and no separate or additional payment will be made
therefore.
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 of the North Central Texas Council of
Governments "Standard Specifications for Public Works Construction", latest addition, unless
modified by these special provisions.
2.1. Pay Items #1 Sawcut Concrete & Asphalt:
This work shall consist of sawcutting the existing concrete at Freeport, mobile home park
driveways (2), private residence driveways (2), and for connection to Coppell Road as
indicated in the Construction Plans. All sawcutting shall be full depth to provide for a smooth
surface. This item includes both concrete and asphalt sawcutting. This item shall be
measured by contractor and owner's representative prior to removal.
Measurement and Payment shall be made on the basis of the price bid per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.2. Pay Items #2 Concrete Removal:
This work shall include the removal and disposing of existing concrete (both flatwork and
curb) at the Ruby Road and Freeport Parkway intersection and driveways in accordance with
City of Coppell and NTCOG standards. This item shall be measured by contractor and
owner's representative prior to removal.
Measurement and Payment shall be made on the basis of the price per square yard (SY) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.3. Pay Items #3 Remove Cable Fence and Gate:
This work shall include the removal of an existing cable fence and gate located along the
southern boundary of the City's Property. Contractor is to protect fence for relocation to new
north right-of-way line of Ruby Road. This item shall be measured by contractor and owner's
representative prior to removal.
5-2
Description of Pay Items
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.4. Pay Items #4 Reinstall Cable Fence and Gate:
This work shall include the reinstallation of the cable fence and gate mentioned in Pay Item
#3. Any damage to removed cable fence and gate shall be the sole responsibility of the
contractor to repair prior to reinstallation. If contractor chooses to install a new fence, no
additional payment shall be made by the City.
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.5. Pay Items #5 Remove Existing RCP Pipe Sizes 12" to 36":
This work shall include the removal and disposal of existing storm drain pipe ranging in sizes
from 12" to 36" in accordance with City of Coppell and NTCOG standards. This item shall
be measured by contractor and owner's representative prior to removal.
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.6. Pay Items #6 Remove and Dispose of Asphalt Pavement:
This work shall include the removal and disposal of existing asphalt pavement in accordance
with City of Coppell and NTCOG standards. Areas that are not located under future paving
(approx. Sta. 02+00 - 14+00) shall also have the existing sub grade base removed (approx. 6"
_ 8"). The area shall then be returned to a natural vegetative state, including any necessary fill
to bring the area back to grade. This item shall be measured by contractor and owner's
representative prior to removal.
Measurement and Payment shall be made on the basis of the price per square yard (SY) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.7. Pay Items #7 Tree Removal:
This work shall include the removal of approximately 203 trees ranging in size from 6" to 36"
as shown in the construction documents titled "ST 01-02". Removal (including stump) shall
be in accordance with City of Coppell and NTCOG standards. All trees scheduled for
removal shall be marked by contractor and owner's representative prior to removal.
Measurement and Payment shall be made on the basis of lump sum (LS) and shall be total
compensation for furnishing all labor, materials, and equipment necessary to complete the
work.
5-3
Description of Pay [tons
2.8. Pay Items #8 Abandon Sanitary Sewer Line & Manholes:
This work shall include the abandonment of the existing 8" sanitary sewer line in place
wlgrout or other City approved method. This item includes the abandonment of two
manholes in accordance with City detail SD 21 and NTCOG standards. This item shall be
measured by contractor and owner's representative prior to removal.
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.9. Pay Items #9 Install 8" Sanitary Sewer Plug:
This work shall include the placement of a sanitary sewer plug in the existing manhole
located at the intersection of Coppell Road and Ruby Road.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.10. Pay Items #10 Clear, Grub & Grade:
This work shall include the clearing and grubbing of all areas within the project limits
including work within the right-of-way and adjacent property necessary to complete the work
as shown on the plans. This shall include removal of all vegetation within the paving limits.
This item also includes all grading as shown on Sheet C3.1. Clearing and disposal of said
material will be at the contractors expense and shall be in accordance with City of Coppell
and NTCOG standards.
Measurement and Payment shall be made on the basis of lump sum (LS) and shall be total
compensation for furnishing all labor, materials, and equipment necessary to complete the
work.
2.11. Pay Items #11 Remove Concrete Headwall:
This work shall include the removal and disposal of existing concrete headwalls in
accordance with City of Coppell and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.12. Pay Items #12 7" Concrete Pavement with 6" Monolithic Curb:
All concrete used for this project shall be Class "A" concrete with a minimal cement content
of 5 sacks per cubic yard and minimal compressive strength of 3,000 psi at 28 days. No fly
ash will be permitted. The 6" monolithic curb is included and no separate payment will be
made for the curb. All concrete, except for City approved "leave outs", shall be placed with a
self-propelled paving machine.
5-4
Description of Pay Items
Measurement and Payment shall be made on the basis of the bid price per square yard (SY)
for the concrete paving shall be inclusive of all reinforcing steel, reinforcing joints, sawcutting
and sealing of joints and the monolithic curb. All joints placed shall be sealed with silicone
joint sealing prior to opening the road to traffic.
2.13. Pay Items #13 Lime@40#/SY:
All lime shall be placed in a slurry form. Lime stabilization shall be required under all
proposed paving, and extend to one foot behind the back of curb. Lime to be used for this
project shall be placed at a rate of 40# per square yard.
Measurement and Payment shall be made on the basis of the contract price per ton, and will
be total compensation for furnishing all labor, materials and equipment necessary to complete
the work.
2.14. Pay Items #14 8" Stabilized Subgrade:
This work shall include the treating of the top 8" of subgrade by pulverization, addition of
40# / SY of lime, mixing and compacting, and remixing and recompacting the top 6" of the
mixed material to the required density. Subgrade shall be constructed to the lines and grades
as required by the plans and specifications.
Measurement and Payment shall be made on the basis of the price per square yard (SY) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.15. Pay Items # 15 4" Round Double Reflective & Non-Reflective Buttons:
This work shall include the placement of both round double reflective and non-reflective
yellow acrylic traffic buttons in accordance with City of Coppell and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.16. Pay Items #16 Stop Signs:
This work shall include the placement of stop signs and stop bars in accordance with City of
Coppell and NTCOG standards. Stop bars shall be 24" in width and shall be placed in
coordination with the City Inspector.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.17. Pay Items #17 Hydromulch:
This work shall include the placement of hydromulch along the northern and southern
parkways in accordance with NCTCOG Item 3.10. Contractor will be required to water to
establish growth and protect and repair any areas damaged.
5-5
Description of Pay Items
Measurement and Payment shall be made on the basis of the bid quantity and contract price
per square yard (SY), and will be total compensation for furnishing all labor, materials
(including watering) and equipment necessary to complete the work. In other words, 8032 SY
is the exact quantity that will be paid for this item (unless the City reduces the area to be
hydromulched prior to the work commencing). Any areas disturbed outside the areas shown
on the plans shall be hydromulched at the contractors expense.
2.18. Pay Items #18 Compacted Fill:
This item will include the placement and compaction offill required for this project. Fill will
be placed and compacted (minimum 95% of maximum dry density) in accordance with
geotechnical report, City of Coppell, and NTCOG standards and recommendations.
Measurement and Payment shall be made on the basis of the price per cubic yard (CY) and
will be total compensation for furnishing all labor, materials and equipment necessary to
complete the work.
2.19. Pay Items #19, 20, 21,22,23,24 & 25 Various sizes of Class III & IV RCP's:
This work shall include the placement of all Class 1lI and Class IV RCP, embedment, and
required connections. Joint omniflex material shall be used for all joints and all fittings shall
be prefab stabilized sand shall be used for embedment and backfill to the top of the pipe for
all Class IV RCP. Pipe will be placed in accordance with City of Coppell standards, and
NTCOG standards.
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.20. Pay Items #26 48" Type "B" Headwall:
This work shall include the placement of two 48" Type "B" headwalls. Said headwalls will
be placed in accordance with City of Coppell standards, and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.21. Pay Items #27 Double 12" Type "c" Headwall:
This work shall include the placement of a Type "C" headwall at both ends of the double 12"
RCP at Coppell Road. Said headwalls will be placed in accordance with City of Coppell
standards, and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.22. Pay Items # 28 Grouted Rock-Rip-Rap:
5-6
Description of Pay Items
This work shall include the placement of grouted rock-rip-rap on a filter fabric (approved by
the City) at ST A. 0+00 of Line "ST -1". Grouted Rip-Rap shall consist of a rninimwn 70%
12" diameter rock. Rip-Rap shall be placed in accordance with City of Coppell standards,
and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per cubic yard (CY) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.23. Pay Items #29 Type 'B' Manhole:
This work shall include the placement of a Type 'B' manhole per City detail SD-9. Said
manhole shall be installed in accordance with City of Coppell standards, and NTCOG
standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.24. Pay Items #30 6.0' Curb Inlet:
This work shall include the placement of a poured in place 6.0' curb inlet in accordance with
City of Coppell standards, and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.25. Pay Items #3110.0' Curb Inlet:
This work shall include the placement of a poured in place 10.0' curb inlet in accordance with
City of Coppell standards, and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.26. Pay Items #32 12" PVC (C-900)Water Pipe:
This work shall include the placement of all 12" PVC (C-900) Water Pipe, embedment,
testing, and required connections. The price bid per linear foot shall include all bends and
fittings (megalug & long) necessary to complete the work. Pipe will be placed in accordance
with City of Coppell standards, and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, (including bends and fittings -
megalug & long) and equipment necessary to complete the work.
5-7
Description of Pay Items
2.27. Pay Items #33 8" PVC (C-900) Water Pipe:
This work shall include the placement of all 8" PVC (C-900) Water Pipe, embedment, testing,
and required connections. The price bid per linear foot shall include all bends and fittings
(megalug & long) necessary to complete the work. Pipe will be placed in accordance with
City of Coppell standards, and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials (including bends and fittings -
megalug & long), and equipment necessary to complete the work.
2.28. Pay Items #34 Fire Hydrant Assembly with 6" Valve & Necessary 6" PVC (C-900) Pipe:
This work shall include the placement of approved fire hydrants, valves and 6" PVC pipe
including connections and testing of said fue hydrants. The price bid per each shall be
inclusive of the long 6" PVC (C-900) lead, including all bends and fittings to go under the
proposed storm drain at Station 18+84. Fire Hydrant placement shall be in accordance with
City of Coppell and NTCOG standards.
The fire hydrant assembly is assumed to begin at the 12" water line and end at the fire
hydrant. All bends and fittings necessary to make the connection to the 12" water line are
included in the cost of the fire hydrant assembly.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials (including valves, 6" PVC, bends &
fittings), and equipment necessary to complete the work.
2.29. Pay Items #3512" Gate Valve:
This work shall include the placement of an approved 12" inline gate valve. Said valves shall
be placed in accordance with City of Coppell and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.30. Pay Items #36 8" Gate Valve:
This work shall include the placement of an approved 8" inline water valve. Said valves shall
be placed in accordance with City of Coppell and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.31. Pay Items #37 Water Service (minimum 1") and Meter Relocation:
This work shall include the relocation and reinstallation of existing water services off of the
existing 4" water main. All services shall be continuous copper from the 12" water line to the
meter with no splices. Regardless of the existing size, the minimum relocated size shall be
1". If the existing service is larger than 1" then the larger size shall be reinstalled. All
5-8 Description of Pay Items
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 (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.32. Pay Items #38 2" Type '2' Air Relief Valve:
This work shall include the placement of a 2" Type '2' air relief valve as shown in plans ST
"01-02". Installation of air relief valve 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 (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.33. Pay Items #39 8"x8" Tapping Sleeve and Valve:
This work shall include the placement of a 8"x8" tapping sleeve and valve as shown in the
plans for ST "01-02". Work shall include the connection to the existing water line in Coppell
Road and all materials, including the 8" gate valve. Installation of air relief valve 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 (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.34. Pay Items #40 4" Water Line Cap:
This work shall include the placement of a 4" water line cap as shown in the plans for ST "01-
02". This item is for plugging the 4" water line at the existing main in Coppell Road. Any
breaks of the 4" water line caused by the installation of other utilities or road construction
shall be plugged by the contractor with no additional compensation.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.35. Pay Items #418" Sanitary Sewer:
This item will include the placement of all 8" Sanitary Sewer line, embedment, testing, and
required connections. Pipe will be placed in accordance with City of Coppell standards, and
NTCOG standards.
Measurement and Payment shall be made on the basis of the price per linear foot (LF) and
shall be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
5-9
Description of Pay Items
2.36. Pay Items #42 4.0'& 5.0 Sanitary Sewer Manhole:
This work shall include the placement of two 4.0' diameter sanitary sewer manholes and 5.0'
sanitary sewer manhole. Said manhole shall be installed in accordance with City of Coppell
standards, and NTCOG standards.
Measurement and Payment shall be made on the basis of the price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.37. Pay Items #43 Replace Sanitary Sewer Service:
This work shall include the relocation and reinstallation of existing sanitary sewer services off
of the existing sewer main. This item includes installation of a minimum 4" service with a
clean-out at the property line as per SD22. 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 lump sum (LS) and shall be total
compensation for furnishing all labor, materials, and equipment necessary to complete the
work.
2.38. Pay Items #44 Silt Fence:
This work shall include the placement and maintenance of a silt fence as shown on the plans
for ST "01-02". Silt Fence shall be installed in accordance with City ofCoppell and NTCOG
standards
Measurement and Payment shall be made on the basis of price per linear foot (LF) and shall
be total compensation for furnishing all labor, materials, and equipment necessary to
complete the work.
2.39. Pay Items #45 Inlet Protection:
This work shall include the placement and maintenance of inlet protection as shown on the
plans for ST "01-02". Inlet Protection shall be installed in accordance with City of Coppell
and NTCOG standards.
Measurement and Payment shall be made on the basis of price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
2.40. Pay Items #46 Sediment Trap:
This work shall include the placement of a sediment trap as shown on the plans for ST "01-
02". Said sediment trap shall be installed in accordance with City of Coppell and NTCOG
standards
Measurement and Payment shall be made on the basis of price per each (EA) and shall be
total compensation for furnishing all labor, materials, and equipment necessary to complete
the work.
5-10
Description of Pay Items
2.41. Pay Items #47 Traffic Control:
This work shall include the placement of required traffic control devises in accordance with
TMUTCD, City of Coppell, and NTCOG standards and recommendations. Inclusive with
this item will be traffic control plans for the project as a whole and the three phases.
Contractor will be required to place notices on each mobile home and residence that access
Ruby Road prior to enacting a new phase.
Measurement and Payment shall be made on the basis oflump sum (LS) and shall be total
compensation for furnishing all labor, materials, and equipment necessary to complete the
work.
5-11
Description of Pay Items